HomeMy WebLinkAboutContract 33431 CITY SECRETARY
CONTRACT NO.
KHA No. 061018027
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
THE CONSTRUCTION OF
CITY OF FORT WORTH
EAGLE MOUNTAIN
72" RAW WATER TRANSMISSION PIPELINE
PROJECT NO. P164-060164052005
VOLUME 1 of 2 s�E of iF
.�.
N ••�
A.GARY
Prepared forGLEN—•.-.----••................... :
Is 9 80598 J� •'
Fort Worth Water Department
January 2006 .a
" SOF
Kimiey-Horn
J �
P..M..N•f..•eN.•.N•NMNMMN•
��• ENIFER TATVM
and Associ
19-.: A m ORIGINAL
S
Page 1 of 2
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 4/11/2006
DATE: Tuesday, April 11, 2006
LOG NAME: 600SCAR RENDA REFERENCE NO.: C-21401
SUBJECT:
Authorize Execution of Contract with Oscar Renda Contracting, Inc., for the Eagle Mountain 72-Inch
Raw Water Transmission Pipeline Project
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with Oscar Renda
Contracting, Inc., in the amount of $7,144,625.00 for the Eagle Mountain 72-inch Raw Water Transmission
Pipeline Project.
DISCUSSION:
The existing Eagle Mountain Water Treatment Plant (EMWTP) and raw water conveyance system,
consisting of intake, pump station, and discharge pipeline, is presently rated at approximately 70 million
gallons per day.
On March 19, 2002, (M&C C-19013) the City Council authorized a Water Distribution System Master
Plan. This master plan provided cost estimates and implementation schedules for major water capital
improvement projects through the year 2025. The Water Master Plan recommended that the rated
capacity of the EMWTP be expanded by a minimum of 35 MGD by the summer of 2007 in order to meet
the projected water demands of retail and wholesale customers.
On August 24, 2004, (M&C C-20237) the City Council authorized an engineering agreement with Kimley-
Horn and Associates, Inc. for the design of a new 72-inch diameter raw water transmission pipeline,
paralleling the existing 54-inch diameter raw water pipeline, from the proposed Eagle Mountain Raw Water
Pump Station to the EMWTP. As part of this agreement, the Engineer prepared plans and contract
documents.
The project was advertised for Bid in the Commercial Recorder on January 5 and January 12, 2006. On
February 9, 2006, the following five bids were received:
BIDDER BASE BID CONTRACT TIME
Oscar Renda Contracting $7,144,625.00 515 Calendar Days
Bar Constructors, Inc. $7,227,321.00
S.J. Louis Construction $7,712,898.75
Archer Western Contractors $7,793,000.00
Gamey Companines, Inc. $8,416,182.00
Under this construction contract, Oscar Renda Contracting, Inc. will install approximately three miles of 72-
inch pipe connecting the Eagle Mountain Raw Water Pump Station with the EMWTP. This pipeline, used
in conjunction with the existing 54-inch pipeline, will provide adequate raw water conveyance capacity for
http://www.cfwnet.org/council_packet/Reportsfmc_print.asp 4/21/2006
Page 2 of 2
the ultimate build out capacity of the EMWTP.
In addition to the contract cost, $214,300.00 is provided for project contingencies.
This project is located in COUNCIL DISTRICT 7 and Northwest Tarrant County.
Oscar Renda Contracting, Inc., is in compliance with the City's M/WBE Ordinance by committing to 18%
M/WBE participation. The City's goal on this project is 18%.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the
Water Capital Projects Fund and the Water State Revolving Loan Fund.
TO Fund/AccounVCenters FROM Fund/AccounVCenters
P164 541200 060164052002 $2 090,441.00
P262 541200 607140040083 $5,054,184.00
Submitted for City Manager's Office b Marc Ott (6122)
Originating Department Head: S. Frank Crumb (8207)
Additional Information Contact: Chris Harder (6820)
http://www.cfwnet.org/council_packet/Reports/mc_print.asp 4/21/2006
TABLE OF CONTENTS
PART
VOLUME 1
Notice to Bidders A
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 Cl.
Texas Water Development Board Documents (completed forms to be submitted
with Bid) Cl.
WRD-217
WRD-267(255)
WRD-259
SRF-404
Special Conditions D
Technical Specifications E
Division 1 —General Requirements
01010 Summary of Work
01011 Site Conditions
01035 Control of Work
01040 Construction Sequence
01110 Environmental Protection Procedures
01200 Project Meetings
01300 Submittals
01315 Progress Schedule and Reports
01410 Testing and Testing Laboratory Services
01600 Delivery, Storage and Handling
01665 Trench Safety Requirements
01700 Contract Closeout
01720 Project Record Documents
01730 Operation 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
02314 Pipelines Crossing Highways, Streets and Railroads by Boring,Tunneling
or Open Cut
02612 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type
02615 Ductile Iron Pipe and Fittings
02617 Buried Steel Pipe and Fittings
02641 Resilient Seated Gate Valve
02642 Butterfly Valve
02643 Air Release/Vacuum Valves
02936 Seeding of Lawns or Disturbed Areas
Division 5—Metals
05510 Metal Stairs
05521 Steel Handrails and Railings
Division 9—Finishes
09900 Painting
Division 15—Mechanical
15136 Miscellaneous Valve and Appurtenances
15640 Joint Bonding and Electrical Isolation
15641 Corrosion Control Test Stations
15642 Specification for Magnesium Anode Cathodic Protection System
Certificate of Insurance F
Contractor Compliance with Worker's Compensation Law F
Vendor Compliance to State Law F
Maintenance,Payment and Performance Bonds F
Contract G
VOLUME 2
Cathodic Protection Report Appendix A
Geotechnical Reports Appendix B
QTE, Inc
CMJ Engineering, Inc.
Southwest Laboratories, Inc.
Easement Documents Appendix C
Permits Appendix D
Boat Club Road(FM 1220)
Robertson Road
OOW McNay Road
ACOE 404
Existing 54-inch Shop Drawing Appendix E
PART A
,�n
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
/^
NOTICE TO BIDDERS
Sealed proposals for the following:
Eagle Mountain 72"Raw Water Transmission Pipeline
Project Number P164-060164052005
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, February 9th, 2006. Bids
will be publicly opened and read aloud in the City Council Chambers at 2:00 P.M,February 9`h,2006.
Contract Documents have been prepared by Kimley-Horn Associates, Inc., (817) 335-6511, 801 Cherry
Street, Suite 1025,Unit 11, Fort Worth, Texas 76102, and may be examined without charge at their office.
Contract Documents may be obtained from Kimley-Horn Associates, Inc. at the above address for a non-
refundable charge of:
Set of one-half size Plans and Specifications: $150.00
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. This contract is
contingent upon release of funds from the Texas Water Development Board.
For additional information, contact Ms. Jenifer Tatum,P.E.,Kimley-Horn Associates, Inc. at(817)335-
6511.
Advertising Dates:
January 5,2006
January 12, 2006
t
Part A.doc A-1
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
(THIS PAGE LEFT BLANK INTENTIONALLY)
Ow
ooil
Part A.doc A-2
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
SPECIAL INSTRUCTIONS TO BIDDERS
1. SPECIAL PREQUALIFICATION REQUIREMENTS. All contractors submitting bids are required to
meet the Fort Worth Water Department special pre-qualification requirements for this project prior to
submitting bids. _Previous prequalification by the Fort Worth Water Department will not be
considered as meeting this requirement.
This one-time special project-specific process will prequalify potential bidders whose bids will be
considered for award based upon technical evaluation, historical schedule compliance evaluation,
evaluation of proposed manager and project superintendent. In addition,the process will establish a
bid limit based on a financial analysis of the contractor. It is the bidder's responsibility to submit
documentation for those items listed below, to the Director of the Water Department or his designated
representative,at least fourteen(14)calendar days prior to the date of bid opening. The Water Department
may request any other documents it may deem necessary. Any additional documents so requested shall be
submitted to the Director of the Water Department or his designated representative at least seven (7)
calendar days prior to the date of the opening bids.
a) COVER LETTER. The cover letter provided by the prospective bidder with the prequalification
information must include the name of a contact individual that the City may contact for additional
information if needed.
b) FINANCIAL STATEMENT. 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.
c) EXPERIENCE RECORD. 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.
Experience must be on projects that were completed no more than 5 years prior to the date on
which bids will be received. A minimum of three references must be included. References must
include a contact person name,telephone number,project name and total cost,and type of work
done.
d) EQUIPMENT SCHEDULE. 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.
e) PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall
submit the names and resumes for the proposed project manager and project superintendent. This
information shall include a list of all projects that the proposed project manager and project
superintendent completed within the last five (5) years to demonstrate ability to coordinate
complex plant rehabilitation work and to perform work while maintaining critical shutdown
schedules, regardless of by whom they were employed. Provide list of contact persons for all
projects(preferably field inspectors or resident engineers)with names and phone numbers for the
last five years' project.
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
Part A.doc A-3
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
is being prepared,the previous statement shall be updated by proper verification. It is not required that each
00Wis
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 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:
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.
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 be a wavier of any necessary pre-qualifications.
For additional information contact Chris Harder, Fort Worth Water Department at(817) 392-6820
(Fax (817)392-8195). Pre-qualification submittal should be sent to:
/""
Mr. Chris Harder, P.E.
Fort Worth Water Department
1000 Throckmorton Street
Fort Worth, TX 76102-6212
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 72"d Session of the Texas legislature and amended by the 73rd Session of the
Texas Legislature with HB1569.
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.
Part A.doc A4
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
owl` 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.
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.
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 books(Volumes 1 and 2)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.
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 e
proposed for those portions of the work as to which the identity of Subcontractors and oth4 r P ??;-.'l
and organizations must be submitted as specified in the Supplementary Conditions or Spec fica
S
Part A.doc A-5
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
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 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
lowest bid submitted by a Texas resident bidder by the same amount that a Texas resident would be
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.
Part A.doc A-6
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to
Awl' 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
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.
Part A.doc A-7
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
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:The pre-bid conference for bidding Contractors will be held by representatives
of the Fort Worth Water Department and the Consulting Engineers in the Conference Room at the Eagle
Mountain Water Treatment Plant,6801 Bowman Roberts Road,Fort Worth,Texas 76179 on January 19,
2006 at 2:00 p.m. This conference is for the purpose of interpretation for bidding Contractors of Contract
Documents,including plans and specifications,for construction of the Project. Only comments addressed
in subsequent Addenda will be binding.
21. TEXAS WATER DEVELOPMENT BOARD REQUIREMENTS
21.1 This contract is contingent upon release of funds from the Texas Water Development Board.
21.2 Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part
by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its
AWN, departments, agencies, or employees are or will be a party to this Invitation for Bids or any
resulting contract.
21.3 Equal Opportunity in Employment — All qualified Applicants will receive considerdation for
employment without regard to race,color,religion,sex,age,handicap or national origin. Bidders
on this work will be required to comply with the President's Executive Order No. 11246, as
amended by Executive Order 11375,and as supplemented in Department of Labor regulations 41
CFR Part 60.
21.4 This contract is subject to the EPA established Minority Business Enterprise (MBE)/Women's
Business Enterprise (WBE) "fair share" goals. TWBD document Guidance for Utilization of
Small, Minority and Women Owned Businesses, SRF-52v3 describes the requirements of this
program.
MBE: CONSTRUCTION 10.3%; SUPPLIES 5%; SERVICES 11.5%;EQUIPMENT 5%.
WBE: CONSTRUCTION 5.9%; SUPPLIES 7.6%; SERVICES 14.5%; EQUIPMENT 7.6%.
The City of Fort Worth MBE/WBE goals identified in the MWBE Section of the Contract Documents shall
control over the MBE/WBE goals above.
END OF SECTION
Part A.doc A-8
lam`
00,11 PART B
PROPOSAL
TO: Mr. Charles Boswell
City Manager
Fort Worth,Texas
FOR: Fort Worth Eagle Mountain 72"Raw Water Transmission Pipeline
Project No.P164-060164052005
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 (AWWA C303 Concrete Pressure Pipe,Bar-Wrapped Steel Cylinder Type)
Pay Estimated Unit Name of Pay Item with Unit Bid Amount
Item Quantity Unit Price in Words Price Bid
1. 8,000 LF 72-inch Water Pipe (175 psi Test Pressure)
Station 0+00 to 80+00, Re: Plan Detail B on
Sheet 30,D-53@
Dollars
And Cents
Per Unit
2. 847 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 80+00 to 88+47, Re: Plan Detail B on
Sheet 30,D-53@
Dollars
And Cents
Per Unit
3. 50 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 88+47 to 88+97, Re: Plan Detail E on
Sheet 30,D-53@
Dollars
And Cents
Per Unit
4. 3,703 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 88+97 to 126+00, Re: Plan Detail B
on Sheet 30, D-53@
Dollars $ $
And Cents
Per Unit
B - 1
Pay Estimated Unit Name of Pay Item with Unit Bid Amount
Item Quantity Unit Price in Words Price Bid
5. 2,175 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 126+00 to 147+75, Re: Plan Detail A
on Sheet 30, D-53@
Dollars
And Cents
Per Unit
6. 155 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 147+75 to 149+30, Re: Plan Detail D
on Sheet 30,D-53@
Dollars
And Cents
Per Unit
7. 203 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 149+30 to 151+32.43, Re: Plan Detail
A on Sheet 30,D-53@
Dollars
And Cents
Per Unit
8. 42 LF 54-inch Water Pipe (225 psi Test Pressure)
54" Station 0+00 to 0+41.48, Re: Plan Detail
Avh, A on Sheet 30,D-53@
Dollars
And Cents
Per Unit
9. 114 LF 96-inch Tunneled Crossing (Boat Club Road),
Re: Plan Detail A on Sheet 29, D-53@
Dollars $ $
And Cents
Per Unit
10. 60 LF 96-inch Tunneled Crossing (Robertson Road)
Re: Plan Detail A on Sheet 29,D-53@
Dollars $ $
And Cents
Per Unit
11. 1 LS Cathodic Protection for 72-inch Pipeline Re:
D-53 @
Dollars $ $
And Cents
Per Unit
B - 2
SUBTOTAIrSECTION A(AWWA 0303 Concrete Pressure Pipe,Bar-Wrapped Steel Cylinder Type)
(Words and Numbers)
DOLLARS
CENTS $
SECTION B(AWWA C200 Steel Pipe)
Pay Estimated Unit Name of Pay Item with Unit Bid Amount
Item Quantity Unit Price in Words Price Bid
1. 8,000 LF 72-inch Water Pipe (175 psi Test Pressure)
Station 0+00 to 80+00, Re: Plan Detail B on
Sheet 30,D-53@
i
.�
' -ri7ur AwJrOd 5 WO --Dollars
Andµo Cents
Per Unit
2. 847 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 80+00 to 88+47,Re:Plan Detail B on
Sheet 30,D-53@
$ $ 3
1�70 V j_ N Vv kk.%V Dollars
And /('O Cents
Per Unit
3. 50 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 88+47 to 88+97,Re: Plan Detail E on
Sheet 30,D-53@
$ oxw
rDuLL I-�l�,vALG'� � Dollars
And/l)o Cents
Per Unit
4. 3,703 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 88+97 to 126+00, Re: Plan Detail'B
on Sheet 30,D-53@
�.
$11012
taunt G� � Dollars
And k)d Cents
Per Unit
5. 2,175 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 126+00 to 147+75, Re: Plan Detail A
on Sheet 30,D-53@
$a 0og
k UU A as& — Dollars
And 00 Cents
Per Unit
B-3
Pay Estimated Unit Name of Pay Item with Unit Bid Amount
Item Quantity Unit Price in Words Price Bid
6. 155 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 147+75 to 149+30,Re: Plan Detail D
on Sheet 30,D-53@
rou 1? K wA t c-4 -- Dollars
And baa Cents
�r
Per Unit
7. 203 LF 72-inch Water Pipe (225 psi Test Pressure)
Station 149+30 to 151+32.43,Re:Plan Detail
A on Sheet 30,D-53Q
f6v>C– K t)�U4 G�a Dollars Lkno $g 2.bo'
And O Cents
Per Unit
8. 42 LF 54-inch Water Pipe (225 psi Test Pressure)
54" Station 0+00 to 0+41.48,Re: Plan Detail
A on Sheet 30,D-53@
3(x�_ z,&ao-
7-1IR�E No�za Qz►� -- Dollars
Andes —' Cents
Per Unit
9. 114 LF 92-inch Tunneled Crossing(Boat Club Road),
Re: Plan Detail A on Sheet 29,D-53@
G $?-$ Doc)
And 0 Cents
Per Unit
10. 60 LF 92-inch Tunneled Crossing (Robertson Road)
Re: Plan Detail A on Sheet 29,D-53@
Two 44ousand – ` Dollars
And g to cents
Per unit
11. 1 LS Cathodic Protection for 72-inch Pipeline Re:
D-53@
And N o Cents
Per Unit
SUBTOTAL--SECTION B(AWWA 0200 Steel Pipe)
(Words and Numbers)
�/yc Milli.oN Vou?, r%ck, for -r�mangy�he via. t� -Fw+ '' iARs
CENTS
B-4
I
SECTION C(Pipeline Appurtenances)
Pay Estimated Unit Mame of Pay Item with Unit Bid Amount
Item Quantity Unit Price in Words Price Bid
1. 1 LS Connection to Existing 54-inch Raw Water
Line,Re:Plan Detail F on Sheet 30,D-53@
l aeut T fApoLSa -----Dollars $6/400 $/S 000
And N u Cents
Per Unit
2. 1 EA 72-inch Butterfly Valve in Vault Re: Plan
Detail A on Sheet 31,D-53 @
L u id rPd 01 W►A 4 t7 SMJ Dollars $ 66 0' $ 90,
And t,9 o — Cents
Per Unit
3. 1 EA 54-inch Butterfly Valve in Vault Re: Plan
Detail A on Sheet 31,D-53@
I1NL� a Pdred :!�I.Xj::► JAW-1WakDollars $ OrDL $�b�� 0�
And No --Gents
Per Unit
4. 12 EA 6-inch Combination Air Release and Vacuum
Relief Valve, Re: Plan Details A'and C on
Sheet 27,D-53@
N10t `1440Ud a ii Dollars
And u 0-�— Cents
Per Unit
5. 4 EA Modification of Existing Air Release Valve
Vent Pipe,Re: Plan Detail B on Sheet 27, D-
53 @
i� -1&0 VS a r d- --Dollars
And N 0 �— Cents
Per Unit
6. 10 EA 12" Blow Off Valve Assembly, Re: Plan
Details C and D on Sheet 27,D-53@
et
OQftl `h 0(46,t n-P( ---Dollars
And PC) _Cents
Per Unit
7. 3 EA Remove Existing Manhole and Connect
Existing 12" Blow Off Valve to New'
Manhole, Re: Plan Detail D on Sheet 27, D-
53@
$ 1000 $ 'KF
u S/[ Dollars
And ° Cents
Per Unit
B-5
Pay Estimated Unit Name of Pay Item with Unit Bid Amount
Item Quantity Unit Price in Words Price Bid
8. 1 EA Replace Gate Valve Stack for Existing Blow
Off Valve Re: Plan Detail Figure 3 on Sheet
27,D-53(a3
nue -fAoUQ, .. -- `Donars �t.�oa� _
And NO Cents
Per Unit
9. 16
4 LF Design, Installation, and Removal of Trench
Safety System,Re:D-53(x3
0r)C--
And lu O ents
Per Unit
10. 11,850 LF Dry Seeding (Stations 0+00 to 118+50) Re:
D-53@
49"c ollars $ $ 1,�►'��
And Po �cnts
Per Unit
11. 400 LF Filtrexx Erosion Control Blanket and SiltSoxx
(Stations 118+50 to 122+50)Re:D-53Qa
110 oe
d And pa QMNS
._� Per Unit
12. 2,925 LF Hydromulch(Stations 122+50 to 151+33,54"
Station 0+00 to 00+52)Re:D-53@
�`,,�p Dollars $ a•QC� $5,�-S�.
And ►-s Cents
Per Unit
13. 1 LS Temporary Irrigation Re:D-53@
Tv�o O(LSQ n -Dollars,
And j j o ---Cents
Per Unit
14. 1 LS Erosion Control Re:D-53@
4-kggg 'Dollars
And I JO Cents
Per Unit
15. 1 LS Removal and Replacement of Existing Wire
Fence and Gates Re:D-53@
AndN Cents
Per Unit
B-6
Pay Estimated Unit Name of Pay Item with Unit Bid Amount
Item QU2Utity Unit Price in Words Price Bid
16. 1 LS Traffic Control Re:D-53(a
I;U►' Dollars
And/j a Cents
Per Unit
17. 1 LS Cathodic Protection Test Station Installation
along existing 54-inch pipeline Re:D-53Q
Taut 4' py-,5 C,1A llars $'-'1 ) 1101000,
And e o Cents
Per Unit
18. 75 SY Concrete Driveway Extension Re: Plan Detail
B on Sheet 32,D-53(x3
5,e hats S7b $SZ5D
And/0 D
Per Unit
19. 4,100 SY 12" Flexible Base Gravel Roadway Re: Plan
Detail A on Sheet 32,D-53 Q
-'l 1� M $ 4.00 sWoo
And N o
J Per Unit
20. 1.. LS Blocking Support for Existing 54" Pipeline
(Station 113+00)Re:D-53@
OUG 4kuSCLItGL Mars
Andy O Cents
Per Unit
21. 1 LS Blocking Support for Existing 54" Pipeline
(Station 2+00)Re:D-53@
Coe �YADVLOAZ
And►ate Cents
Per Unit
22. 1 LS West Fork Trinity River Crossing Restoration,
Re:Plan Detail C on Sheet 31,D-53(x3
r,-1 -ht n ` ftwL&. $l l0��
AndNo
Per Unit
23, 175 LF Remove and Replace Eustins Chain Link
Fence with new 15'Gate Re:Plan Detail C on
Sheet 32,D-53@
�w$►1� liars ��— $ sot)
�-
Ant!1) Cents
_ Per Unit w
B-7
Pay Estimated Unit Name of Pay Item with Unit Bid Amount
Item Quantity Unit Price in Words Price Bid
24. 20 EA Replacement of Trees Re:D-53@
�2L f\u rj reef —Dollars $ 30� $
And VO ents
Per Unit
25. 2 EA D-Hole Existing 54-inch Pipeline Re:D-53@
( kr$j. A ar"d Dollars
$ 300 $LOD
And N 0 its
Per Unit
26. 18,000 LF Temporary Construction Fence and Gates,Re:
Plan Detail B on Sheet 31,D-53 @
k)C-, $ .oma ($T
And "a Eau
Per Unit
* Maximum linear footage to be determined by Bidder and entered here. Linear footage shall
not be less than 15,175 L.F.
SUBTOTA"ECTION C(Pipeline Appurtenances)
(Words and Numbers)
Five
S 1 X Lw R�11 u vywry fi a (TVtx,*ve E frf(r N o a,000TIOAOYDOLLARS
/
- — CENTS $ 4, RZ5 •G�
i
i
f
i
r
B -8
SUBTOTAL-SECTION A(AWWA 0303 Concrete Pressure Pipe,Bar-Wrapped Steel Cylinder Type)
(Words and Numbers)
V-.0 O"' D DOLLARS
CENTS $ 1lJ O I
SUBTOTAL-SECTION B (AWWA C200 Steel Pipe)
(Words and Numbers)
Stye KI 11tollyowr k-'MOM dy-nine'"OuSRrd �1�V 4%Av4 AwLLARS
A a CENTS $ 11. qvt Soo
SUBTOTAL--SECTION C(Pipeline Appurtenances)
(Words and Numbers)
�! tlu n ry f Nt g g-r j�)u G(housa kU k(4rLAre d DOLLARS
ND - ENTS $ &a 44 8ZS o 0
TOTAL BID-SECTION A and SECTION C
(Words and Numbers)
D DOLLARS
CENTS
TOTAL BID-SECTION B and SECTION C
(Words and Numbers)
5ejtn Mjkliog 011e Int .Aftd DOLLARS
CENTS l �y Z�. as
B -9
i
rr I
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
r thereby.
'J 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 prolubited 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 515 calendar days,and to meet the substantial completion requirements 335
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.
r
Receipt is acknowledged of the following addgnda:
Addendum No. 1 (initials) r
If! Addendum No.2(initials)
Addendum No.3(initials) Ft.
Addendum No.4(initials)
IN Respectfully submitted,
C ,A& gJ J)A C.aNT�`rfiTl�G
By:
Name: AAA
Title: (M PMEwtet i—
Address: 5-.X'1 Be-M6 n L-Ae
W&&Qwi L I< 102Z'
(SEAL)if Bidder is Corporation Telephone:
I �
Date:
B - 10
ADDENDUM NO. 1
CITY OF FORT WORTH
EAGLE MOUNTAIN 72" RAW WATER TRANSMISSION PIPELINE
Water Department Project No.P164-060164052005
Addendum No. 1. Issue Date: January 25, 2006
Bid Receipt Date: February 9, 2006
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.
VOLUME 1, PART E -TECHNICAL SPECIFICATIONS
• Specification 09900, Painting-
ADD Technical Specification "Section 09900 Painting" as attached.
• Specification 01040, Construction Sequence -
3.01 SCHEDULE CONSIDERATIONS
Section 3.0l.A.2, REPLACE, the 4'to the last sentence beginning �he;brancl .ko��tl
..", as follows:
"The branch of the tee►will be connectM to a.propqstad 4."s el spoai piece with a coupliiE
gland ertd x ioclt 7 ductile iron M3001 piece and an latii�tt kit.''
• Specification 02314, Pipelines Crossing Highways, Streets and Railroads by Boring,
Tunneling or Open Cut -
2.04 MANUFACTURED PRODUCTS
Section 2.04.B,Casing Insulators,DELETE the first sentenced reading"Casing
insulators may be used in lieu of rails and rollers.",and REPLACE with the following:
"Casing insulators shall be used for this project. In lieu of casing insulators, steel rails
and rollers may be considered as an acceptable substitute. However,the Contractor must
submit a design for the rail and roller installation as well as documentation to justify the
00ft substitution as an acceptable installation,in lieu of casing insulators."
ADDENDUM NO. 1,Page 1
• Specification 02612, Concrete Pressure Pipe Bar-Wrapped Steel Cylinder Type -
00ft 2.03 MANUFACTURED PRODUCTS
Section 2.03.F,DELETE the last sentenced reading"Nuts and bolts shall conform to
ASTM A307.",and REPLACE with the following:
"Nuts and bolts shall conform to AWWA C207."
• Specification 02615, Ductile Iron Pipe and Fittings -
2.02 DUCTILE IRON PIPE JOINTS
Section 2.02.C,DELETE the first sentenced and REPLACE with the following:
"Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion
resistant low-carbon steel in accordance with ANSI/AWWA CI I I/A21.11,
ANSIIAWWA CI 15/A21.15,and ASTM A307, "Standard Specification for Carbon Steel
Bolts and Nuts."
• Specification 02617, Steel Pipe -
2.01 MATERIALS
Section 2.01.E,Flange Nuts and Bolts,DELETE the contents of this section and
REPLACE with the following:
"Nuts and bolts shall conform to AWWA C207."
• Specification 15640, Electrical Isolation-
3.01 INSTALLATION OF ELECTRICAL CONTINUITY BONDS
Section 3.01.1),Post-Installation Inspection,After the first sentence,ADD the following:
"Visual inspection of the electrical continuity bonds can be performed by the Contractor's
QA,'QC inspector,provided the inspector is trained by a Corrosion Technologist,before
beginning of the work. In addition,the inspector shall properly document the results of
the visual inspection for each of the bonds."
VOLUME 2, APPENDIX D- PERMITS
• Add approved Tarrant Country Permit#06-04 for McNay Road Crossing as attached. If there
are deviations between the project specifications and the Tarrant County specifications, the
more stringent criteria will be enforced.
ADDENDUM NO. 1,Page 2
CONSTRUCTION PLANS
• Sheet 6 - The horizontal scale for this sheet is 1"=80'. The numbers at the base of the bar
scale on the right side of the sheet are labeled incorrectly and should be changed to read
incrementally, as follows: "0, 40, 80, 120".
• Sheet 21 - The profile of the proposed 54-inch butterfly valve vault at 54-inch raw water line
Station 0+18.00 is hereby revised to have a top of valve elevation.of 608.5'.
• Sheet 27, Detail A/27, Combination Air Release and Vaccum Relief Valve Standard Detail
-Note#3 is hereby added and reads as follows:
"3. All piping and valves within manhole, as well as above ground piping, shall be painted
in accordance with Specification 09900."
• Sheet 28, Detail B/28, Frame Structure Plan View- This detail is hereby revised as attached
on Sheet 28A.
• Sheet 28, Detail C/28, Drilled Shaft `A' Detail- This detail is hereby revised as attached on
Sheet 28A.
• Sheet 29, Detail B/29, Drilled Shaft `B' Detail-This detail is hereby revised as attached on
Sheet 29A.
• Sheet 29, Detail C/29, Frame Beam Typical Section- This detail is hereby revised as
attached on Sheet 29A.
• Sheet 29, Detail A/29, Tunnel and Boring Details- The portion of this detail entitled "Detail
- Steel Roller Plate" is hereby DELETED from these plans.
• Sheet 30, Detail F/30, Connection to Existing 54" Raw Water Line Detail -The proposed
54" spool piece connecting to the branch of the proposed tee shall be ductile iron.
• Sheet 31, Detail A/31, Butterfly Valve Vault Standard Detail- Note#7 is hereby changed
and Notes#8 and#9 are added, as follows;
"7. 72-inch valve vault top elevation shall be 603.5'. 54-inch valve vault top elevation
shall be 608.5'.
8. All piping and valves within vault shall be painted in accordance with Specification
09900.
ADDENDUM NO.1,Page 3
9. Exterior guardrail shall be provided for 54-inch butterfly valve vault with Y-O"opening
for near grade level access. See Sheet 33 for guardrail detail."
• Sheet 32, Detail D/32, Proposed Grading Detail- This detail is hereby revised as attached on
Sheet 32A.
• Sheet 33, Landscape Notes-The first sentence of Note #9 shall be revised to read as follows:
"9. During the warranty period, the Property Owner is responsible for the maintenance of
all landscaping."
• Sheet 34, Detail D/34, Tree Protection Detail- Note#1 is hereby revised as follows:
"1. Perform root pruning on all existing trees to remain where construction activity falls
within the drip line of existing trees. All root pruning shall be performed by hand with a
saw or other cutting tool. No root pruning shall occur by means of excavation equipment."
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 shall 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
Chris P.Harder,P.E.
Project Manager
RECEIPT ACKNOWLEDGED:
By:
Company:
ADDENDUMli
!3,J`,Page 4
City of Fort Worth Water Department SECTION 09900
Eagle Mountain Raw Water Transmission Pipeline Painting
KHA No. 061018027 Page 1 of 4
AM January 2006
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Special Conditions and
Division 1 Specification sections, apply to work of this section.
1.02 WORK INCLUDED:
A. Prepare all surfaces which are to receive finish.
B. Finish surfaces as indicated in the schedule.
1.03 SUBMITTALS:
A. Submit manufacturer's product data.
B. Submit samples of finish for approval by Owner.
1.04 DELIVERY, STORAGE AND HANDLING:
,gob, A. Deliver paint materials in sealed original labeled containers bearing manufacturers name, type of
paint, brand name, color designation and instructions for mixing.
B. Provide adequate storage facilities at minimum ambient temperature of 45 degrees F in well
ventilated area.
1.05 ENVIRONMENTAL REQUIREMENTS:
A. Comply with manufacturer's recommendations as to environmental conditions under which coatings
and systems can be applied.
B. Do not apply finish in areas where dust is being generated.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS:
A. Provide paint as manufactured by one of the following:
The Sherwin-Williams Co.
Tnemec Co.
2.02 MATERIALS:
A. Whenever a material is identified by reference to manufacturer's or vendors' names, trade names,
catalog number or the like, it is so identified for the purpose of establishing a standard, and material
of other manufacturers or vendors which will perform adequately the duties imposed by the general
City of Fort Worth Water Department SECTION 09900
Eagle Mountain Raw Water Transmission Pipeline Painting
KHA No. 061018027 Page 2 of 4
January 2006
design will be considered acceptable provided the material so proposed is substituted under
provisions of the General Provisions. It shall not be purchased or installed by the Contractor
without the Architect's written approval.
B. All colors, including deep tones, shall be as selected by the Engineer.
2.03 COLORS:
Refer to the Drawings and Specifications for colors. The Contractor shall submit for approval
samples of each color and finish, with the name of the manufacturer made on the same materials on
which each is to be used. Approved samples will form a standard for acceptance or rejection of
completed work as to color and finish. Some colors will be the inter-mixes and let downs. Mix
paints as required to obtain the color scheduled.
PART 3 -EXECUTION
3.01 INSPECTION:
A. Thoroughly examine surfaces scheduled to be painted prior to commencement of work.
.. B. The application of finishes shall be held to denote the acceptance of surfaces and conditions by the
painter and he will be responsible for producing results reasonably to be expected under the
specifications. Rooms, vaults, and manholes shall be swept out before application of paint, and no
sweeping shall be done in or adjacent to places where the paint has not had sufficient time to dry
dust-free.
3.02 SURFACE PREPARATION:
A. All surfaces to be painted shall be free of loose dirt, dust and grease.
B. Knots, sap streaks and pitch areas shall be sealed with shellac before priming or after staining.
C. All metal surfaces shall first be washed with mineral spirits to remove any dirt or grease, before
applying materials. Where rust or scale is present, it shall be wire brushed, or sandpapered clean
before painting. Shop coats of paint that become marred shall be cleaned and touched up.
3.03 APPLICATION:
A. All work shall be done by skilled mechanics. All materials shall be evenly spread and smoothly
flowed on without sags or runs, and all coats shall be thoroughly dry before applying succeeding
coats.
B. Finish applied to wood or metal shall be sanded between coats with fine sandpaper to produce an
Aw even, smooth finish.
City of Fort Worth Water Department SECTION 09900
Eagle Mountain Raw Water Transmission Pipeline Painting
KHA No. 061018027 Page 3 of 4
January 2006
C. No exterior painting shall be done in rainy, damp, or frosty weather or until the surface is
thoroughly dry. No interior painting or finishing shall be permitted until the building has
thoroughly dried out by natural or artificial heat.
D. All materials shall be used only as specified by the manufacturer's direction label on the containers.
3.04 MECHANICAL EQUIPMENT:
A. Refer drawings with respect to color coding identification banding of equipment, ducting, piping
and conduit.
B. Remove grilles, covers, and access panels for mechanical systems from location and paint
separately.
C. Finish paint primed equipment to color selected.
D. Prime and paint exposed insulated and bare pipes, conduits, boxes, insulated and bare ducts,
hangers, brackets, collars and supports, except where items are plated or covered with a pre-
finished coating.
E. Replace identification markings on mechanical or electrical equipment when painted over or
A01. spattered.
3.05 HARDWARE:
Remove all hardware and electric plates and thoroughly protect same before painting, as he will be
held responsible for any paint spots or staining and will be required to replace same, if damaged by
painting or staining.
3.06 CLEANING:
Use drip cloths to protect floors and adjacent finishes while working. Upon completion, this
Contractor shall clean off all paint spots and stains caused by him upon floors, glass and woodwork.
3.07 'POUCHING UP:
On completion, carefully touch up any holidays, marred or damaged spots, and work over all
surfaces that have been repaired by other trades.
3.08 PAINTING AND FINISHING 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:
AWL SW The Sherwin-Williams Co.
TN Tnemec Co.
City of Fort Worth Water Department SECTION 09900
Eagle Mountain Raw Water Transmission Pipeline Painting
KHA No. 061018027 Page 4 of 4
.� January 2006
B. Interior Metal
1. Exposed iron and steel.
1 primer coat
SW Kern Kromik Universal, B50 Series
TN Series 18 Enviro-Prime
1 finish coat
SW Promar 200 Alkyd Eg-Shel Enamel, Series B33
TN Series 28 Tufcryl (Gloss) or Series 29 Tufcryl (Semi-Gloss)
2. Shop Primed Items of mechanical equipment.
1 finish coat
SW Industrial Enamel, Series B54
TN Series 66 Hi-Build Epoxoline
C. Exterior Metal
1. Non-galvanized pipe, handrails, railings, gates.
1 primer coat
SW Kern Kromik Universal B50 Series
TN Series 66 Hi-Build Epoxoline.
2 finish coats
SW Steel Master 9500 B56-300 Series.
TN Series 66 and Series 1074 Endura-Shield 11.
2. Steel pipe, steel fence posts, cattleguards, conduit, hangers supports and brackets.
1 primer coat
SW Galvite Paint, B50 WZ30
TN Series 66 and Series 1074 Endura-Shield 11
1 finish coat
SW Steel Master 9500 B56-300 Series
TN Series 66 and Series 1074 Endura-Shield II
END OF SECTION
Precinct#
UTILITIES COMPANY PERMIT
Date* _ 06-&-ja Permit# ()l!/—
City of Fort Water Department _
Firm Name= Chris Harder
Address: 1000 Throckmorton St.
Fort Worth, TX 76102
/ Phone: 817-392-6820 /FAX= 817-392-819
✓ Is hereby permitted to bore under (alongside) road name and number:
McNay Road Mapsco 31
for the purpose of Raw water transmission pipeline from Eagle
f Mountain Lake to Eagle Mountain Water Treatment Plant_
This permit is granted on the condition that the road or street will be bored or
repaired in strict accordance with the Tarrant County Transportation Services
Department's provisions and specifications governing same (attached).
SPECIAL INSTRUCTIONS=
1. Roads are to be and not open cut.
2. Contact be i Kee at (817) 229-3217,
24 hrs prior to working in the County right-of-way.
T sortation Services Dept. Signature of Utility Company Representative
C NR IS A01?D6:;k
Printed name
AM-
Tarrant County Transportation Services Department
100 E. Weatherford, Room 401
Fort Worth, TX. 76196-0601
Phone (817) 884-1250 FAX(817)884-1178
CALLED
AID W1>•w 701E RSC4
PROPOSED PAVEMENT REPAIR tAL1CO 1ALRCE
1 I WIDTH OC PROPOSED >DL 4001.PC tel
nR.x.e.rc
I F EASEMENT(35')
PROPOSED 10* TEMPORARYFEC(�P�p
CONSTRUCTION EASEMENT REPRdPOSED 30•PERMANENT
WATER EASEMENT
Ali9 90+6 9iF
EXISTING 30'PERMANENT PROPOSED 72'
unutr EASEMENT RAW WATER LINE
_ e
EXISTING 54'RAW WATER STA, BB+49.03,OFFSET 11.84 RT;
TRANSMISSION PIPELINE I I STA. 88+97.63.OFFSET 12.29' RT
� INSTAONS ——
PROPERTY LINE71
24'CONSTRUCTION ENTRANCE AND 14'GATE
RE: C/33
REMOVE AND REPLACE
EXISTING FENCE(80 LF) Tvu OCCUC O1ILMOT CDM'AR
P&ERO'LNE VOL na.PTI Ino
CA11C.D 7.2e ACKE
A1310--IG
I EMC —OK OK DE DMC DME
3
d
I Q R 1 TKU ELECTRICOC0
D
AK
OL 2574.4.M 261
CALLED UACRES
OA/2O-11D
HE OHE OHE E —DC OHE DIRE
E OHE DHE 'U OHE OHE OHE
CMC _OHE
1.OLv
Ie'
� ,`L ,;,,,,. KR, ROBERTSON ROD (ASPHALT)
vAR4a[ MS IS MEL R7 R RK:0LiL IE
MD ILY
R IfLCASEDREW CRILY.AF1 5
IY RCP Ie CuvERI COI KILN RIM CM LT. 0 K
n•vm n_�..�se .. ID7 e19Jo[I FOe Cab'Re1C110K
HORIZONTAL S_ALE 1• a 80' 100111C'DR KM7 CURPOSM
f:E!1A 10 P.C.
THE PIPELINE WILL BE CONSTRUCTED OF
'�W •7f15
0 40 80 120 T6O EITHER STEEL OR CONCRETE CYLINDER PIPE. ah' AAWAWY 2006
I
: i SCALE. 1•a 80 HOPo2ONTAL
B' VERTI
715 -. a _ -- - - 715
CAL
4CY'ROAD' i
CEN RLrNt.
'
710 �� __ _ .
' 710
E XI TING
• i
i
705 705
t
700 700
I
1
_ _
-
695 ' 695
,
:
1 1
Y ,
690 90
685 ,f t 665
N �
88+00 89+00 90+00
DATE: JANUARY 2006 ❑—® Kimley-Hom ,,
sccl DESIGN. GAG/JRT andASSopflteS k. y
Cit of Fort Wort
1 DRAWN: KLO 401 Ch."x�10 IN Wuw IX 7W@ 09-33"ft
CHECKED: GAG/JRT Tarrant County Eagle Mountain
OF 2 SHR1S
KHA NO.: 061018027 Utility Permit 72" Raw Water Line
nt IrR
noI ww wm nRx
PROPOSED
EASEMENT WIDTH
EXISTING PAVEMENT 3' HMAC
-�•+..;Y t � .'`- .res .,t, . �..rm aa.�.,.
8" TXDOT TYPE A
GRADE 1 FLEXIBLE
COMPACTED SUBGRADE MIN. 6- 2:27 BASE
TO 95% DENSITY
12' MIN. DEPTH
BACKFILL WITH AFTER COMPACTION
SELECT FILL OR GRANULAR
BACKFILL MATERIAL. -
COMPACTED TO 95%
DENSITY
<� JP�`PO�P•
FINE CRUSHED STONE BEDDING '.
AND EMBEDMENT REQUIRED. .`
FINE CRUSHED STONE MATERIAL
SHALL BE AGGREGATE GRADE 8 -
. ;. 6' MIN. AND 12'
(CHAT) PER NCTCOG uc.>+"r`; ' = '' MAX. BEDDING
SPECIFICATION 5.04.2
NOTES:
EXISTING PAVEMENT WIDTH IS APPROXIMATELY 12' MIN.
20-22LF, BORROW DITCH SHALL BE RESTORED 1B' MAX.
10 EXISTING WIDTH AND GRADE.
2. TRAFFIC CONTROL SHALL BE PROVIDED IN
ACCORDANCE WITH APPROVED PERMIT.
rZS DOpYEwl S WComp'tM
AND 6 RMEASED 7EIPP ARLY
PDR KTM REVIEW ONLY. 0 6
407 N1DRD FOR ComSIMFOL
8600 a PERMT PVIIP M.
,�TA�PC
SENA&WR�J2:L71
DATE: _ARYjQ=MT _
DATE: JANUARY 2006 ®�® Kimley-Horn
' DESIGN GAG/JRT I� and Associates,Inc. City of Fort Worth
2 DRAWN KLO 8L!b EOD R Waft T7 70018 BW-XW DD
CHECKED GAG/Al
Tarrant County Eagle M6untain
KHA Na. 061018027 Unity Permit 72" Raw Water Line
rtm oAt nPi nt
-v
m
E
t
v
m
N.T.S.
Robertson Rd.
PvsM :45 no
z 320'
—Cn'P•)
( �
CONSTRUCTiON
ONE
if(
co
>,
Z
UB
� g
GENERAL NOTES CONSTRUCTION SIGNAGE
ALL TRAFFIC CONTROL SHALL CONFORM TO THE TEXAS O O O O
MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR
STREETS AND HIGHWAYS,PART VI. .o.o�
CLOBED ® nwuwAiw�c
ALL DRIVEWAYS ARE TO REMAIN OPEN UNLESS 72 HOURS
NOTICE HAS BEEN GIVEN TO THE PROPERTY OWNER.NO 811.2 M4-10L "x3(
r
DRIVEWAY MAY BE CLOSED FOR MORE THAN I HOURS. CW2o-2D 48'X30• �� 60'xTt
38h 38•
SIGN LOCATIONS ARE SCHEMATICALLY SHOWN.ACTUAL O O O
LOCATION SHALL CONFORM TO THE TEXAS MUTCD.
O
G--=Q ux
M4-&A 30'X12' M4-9S TYPE w
24x1!' 30'X22' BARRICADE
DATE: DECEMBER 2005 ®�® IGm"-Hom
dom s.c[T DE9CN: CBS and Associates,Inc. City of Fort Worth 1
1 � �=0 R WV%n 7M
DRAWN: SRA Eagle Mountain
CHECKED: CAG/JRT Traffic Control Plan
KMA NO.: 061MW27 72" Raw Water Line
OF R %*KTS t,,,,� McNay St. Crossing
RaWrt M
.':a;�+x•�c.¢v,•-�..�:.a.:��:^- .�.:_.-�:._-J�-a.�— -
C y
S �
••
ES
2
i • SI 1 -
y
� -J�7•`� -. �^�. '^�fn y'�;y3�jS s 2 f_.` .� �-`S.3rc., �,'�,� + ��.r�� �d�,..` � '�:, �,� �
yam',.:h} �.` i3s�+;-x'' '+a - •�r'`t-r""_, c x n.
3'§ ' � `" r N
ti a a aa.^5;A -�t �x g '��� '�'a Fr�4 -. .•,,,F_ �, fes.. nYc,'�"x`;. �� '- `C'J� .Sai e.•,+':Y�. ��'■�,.e,
�`' 3`Y- yak ^tea"`•"" 'Xx h?.i-aA''L r- �+- $[ '�-✓ ,i. 4.-�z. L- R'�.-7iJ�
Tarrant County. Revised(Court order 74123)
Transportatice services Nparbnent April 16,1996
POLICY & SPECIFICATIONS FOR INSTALLATION/REPAIR
OF A UTILITY IN COUNTY RIGHT-OF-WAY
A. Any person, firm, or corporation (hereafter called Utility) desiring to do any type of
construction within the right-of-way of a County road such as installing, connecting to, or
repairing utilities, shall first make application to the Tarrant County Transportation
Services Department fora permit. '
B. The Utility.expressly recognizes that the issuance of a permit by Tarrant County does not
grant any right, claim,title, or easement in or upon the road or its appurtenances. In the
future, should Tarrant County, for any reason, need to work,-improve, relocate, widen,
increase, add to, decrease, or in any manner change the structure of the road or right-of-
way, the line, if affected, will be moved, or relocated at the complete expense of the
Utility.
C. Tarrant County, its employees, agents or assigns will be held harmless of all claims,
actions, or damages of every kind and description which may occur to or be suffered by.
AI. any person or persons, corporation, or property by reason of the performance of any such
work, character of material used or manner of installation, maintenance or operation or by
improper occupancy or rights=of--way or public place or public structure, and in case any
suit or action is brought against Tarrant County for damages arising out of or by reason of
any of the above causes,Utility, its successors or assigns,will upon notice to him or them
of commencement•of such action, defend the same at his or their own expense, and will
satisfy any judgment after said suit or action shall have finally been determined if adverse
to Tarrant County.
D. Tarrant County, its employees and agents will, at not time, be held liable for any damage
or injury done to the property of Utility whether in contract or in tort, which may result
from improving and/or maintaining County road.
E. Requests for Utility's appurtenances to be placed within County rights-of-way that are
larger than the standard telephone.riser boxes,water meters, gas meters,etc.will be studied
on a case by case basis;right-of-way widths, roadway geometries, sight distance, roadway
maintenance,-and public safety will be studied prior to the issuance or denial of a permit.
.I
F. Utility requesting permit must provide three copies of drawings or diagrams showing
A proposed utility location with respect to right-of-way, type of utility, size, length, and
material.
G. The construction and maintenance of such utility shall not interfere with-the property and
rights of a prior occupant. When necessary to remove or adjust another utility, a
representative of that utility shall be notified to decide method and work to be done. Any
cost of temporarily or permanently relocating other utilities shall be borne by permit holder
or contractor. '
H. The Utility/Contractor shall make every effort to open and close all trenching operations
during the daylight hours of one day. Appropriate measures shall be followed in the
interest of safety, traffic convenience and access to adjacent property for all trenching
operations. It shall be the responsibility of the Contractor to adhere to the section on
construction and maintenance as outlined in the Texas Manual on Uniform Traffic Control
Devices.
I. All lines, where practicable, shall be located to cross roadbed at approximately right angle
thereto. No lines are to be installed under or within 50 feet of either end of any bridge. No
lines shall be placed in any culvert or within 10 feet of the closest point of same.
J. Parallel lines will be installed as near to the right-of-way line as possible, and no parallel
line will be installed in the roadbed or between the drainage ditch and the roadbed without
special permission of the Transportation Services Department.
K. No work shall be performed in the County right-of-way until after a permit has been issued
by the Transportation Services Department. Each permit will be valid for a period of thirty
(30) calendar days from issue date. If construction has not been completed within this
period, permit must be renewed. The Contractor shall have the executed permit available
on the job site during the duration of the work.
L. All open cut excavations shall be no greater in width than is necessary to adequately install
the utility line. The.minimum depth of a utility line shall be,twenty-four inches (24")
below the flowline of existing ditch.
M. Operations along roadways shall be performed in such a manner that all excavated material
be kept off the pavements at all times, as well as all operating equipment.and materials.
No equipment or installation procedures will be used which will damage any road surface
or structures. The cost of any repairs to road surface,roadbed, structures, or other right-of-
.. - ._.
N.. way features as a direct result of this installation will be borne by the Utility.
Upon completion of the project, all equipment, construction material, surplus materials,
trash,broken concrete,lumber, etc. shall be removed from the construction site. The entire
construction site shall be graded and cleaned to present the appearance as it was prior to
construction or better.
O. For utility lines crossing under County road, Contractor shall be required to drill, core, or
bore through the subgrade at a depth.to be determined by the Transportation Services
Department. If, however, such procedure is deemed impractical by reason of rock,
utilities, underground construction or terrain, special permission shall be granted by the
Tarrant County Transportation Services Department before an open road cut will be
allowed. If approved, trenching, backfilling, and resurfacing of the cut shall be done in
accordance with the procedures outlined in this specification. The Utility/Contractor shall
be responsible for all paving repair for a period of one year after completion.
P. Backfill requirements for all open cut excavation and trenches shall be as follows:
1. Areas not subiect to or influenced by vehicular traffic—the trench backfill shall be
placed in layers not more than ten inches(10") in depth,and shall be compacted by
,M whatever means the Contractor chooses.
2. •Areas subiect to or influenced by vehicular traffic—the trench backfill shall be
mechanically compacted in six-inch (6') lifts to a minimum of ninety percent
(90%)modified proctor density.
a. Dirt Roads—Backfill shall be well tamped in six inch(6')layers to a point
nine inches (9")below the surface of the road, after which one-foot (1') of
good gravel shall be tamped until level with the existing surface.
b. Gravel Roads and Streets — Backfill shall be well tamped in six inch (6")
layers to a point nine inches (9') below the surface of the road atter which
one foot (1') of good gravel shall be tamped until level with the existing
surface.
C. Asphalt Roads—Backfill materials shall be selected mineral aggregate and
cement in proportions of 27 to 1, properly compacted (tamped to proper
density of 90%) to within two inches (2") of.road surface. Asphaltic
concrete must then be added and tamped or rolled to make a level surface
with existing road surface.
3 _
Q. The Contractor shall not cut or open more than one-half of the roadway at a time, in order
�^ to maintain the flow of traffic at all times. However, in an emergency or with the
permission of the Tarrant County Transportation Services Department, the total width of
the roadway may be cut or opened;provided barricades are placed at the first intersection
each way from the cut,and suitable detour signs are erected.
R Any and all of the above work shall be done under the direction of, and be satisfactory to,
the Tarrant County Transportation Services Department. The holder of the permit shall
notify the Tarrant County Transportation Services Department twenty-four (24) hours
prior to the time the work will be done, and a County Inspector shall be present at the time
the work is done. This will in no way relieve the permit holder from his responsibility for
maintenance due to failure of the repaired cut.
S. Failure to Comply with Specifications: If an opening or cut is not refilled and restored as
herein provided, and approved by the Tarrant County Transportation Services Department,
it shall be the duty'of the Tarrant County Transportation Services Department to notify the
permit holder in writing to refill and restore the opening to the satisfaction of the Tan-ant
County Transportation Services Department. If the permit holder fails to comply to the
�... written request within three (3) days after receipt of such notice, the Tarrant County
Transportation Services Department shall report this fact to the Commissioners'-Court,
who my thereupon order the Tarrant County Transportation Services Department to have
the cut refilled and restored at the.cost of the permit holder. The'estimate of the Tarrant
County Transportation Services Department as to the cost of such refilling and restoration
shall be the established cost against the permit holder. No further permits shall be issued
to such a permit holder until these costs have been paid.
Prepared by: Tarrant County Transportation Services Department
100 E. Weatherford Street, Room 401.
Fort Worth, Texds 76196-0601
Telephone (817)884-1250
Ublity P-nft s
4 (.
0
0
PROPOSED DRILLED o`�
SHAFT. RE: C/28A h B/29A C o
_ N
m Q
NOTES:-
1.
OTES:1. CONTRACTOR SHALL BE REQUIRED TO o 0
DETERMINE SIZE AND LOCATION OF EXISTING
CONCRETE BLOCKING TO VERIFY FRAME
LENGTHS SHOWN ARE ADEQUATE. NO E E
\ / ADDITIONAL PAYMENT WILL BE MADE FOR o
i FIELD ADJUSTMENTS TO LENGTHS SHOWN.
O O 2. LENGTH BETWEEN DRILLED SHAFT CENTERS
_ = EXISTING 54" RAW SHALL BE 10'-0' FOR SHAFTS NEAR STA.
G
N N WATER LINE 2+00 AND 7'-6'FOR SHAFTS NEAR STA. ' E
113+00. € Z
I I PROPOSED FRAME 3. A 'FRAME STRUCTURE' SHALL CONSIST OF 2 $
1 I a
c 1` BEAM. RE: C/29A DRILLED SHAFTS AND 1 FRAME BEAM.
* -H o t �� ! CONTRACTOR SHALL INSTALL (2) FRAME
STRUCTURES NEAR STA. 2+00 AND(3) 11j
FRAME STRUCTURES NEAR STA. 113+00. � 2L�yIf
�.�rc' r�i1�1
4. FOR DRILLED SHAFTS ADJACENT TO THE Gi�•••'�: (�j Gf//
' d C EXISTING CONCRETE BLOCKING, THE i '^ 1C:t%
FOLLOWING CONSTRUCTION CONSTRAINTS i�: t4.m Gi
'nom SHALL APPLY: CONTRACTOR SHALL NOT
* t-�APPDXIMATE
INSTALL MORE THAN ONE SHAFT AT ANY //f•'�•• f�
-- -� PARTICULAR TIME. ONCE A SHAFT IS fIf'/S'•••
INSTALLED, CONTRACTOR SHALL NOT BEGIN f1ltLtl>.i����_
LOCATION CONSTRUCTION ON ANOTHER SHAFT UNTIL
AND SIZE OF EXISTING THE CONCRETE FOR THE PREVIOUS SHAFT
CONCRETE BLOCKING HAS REACHED ITS MIN. COMPRESSIVE
STRENGTH.
VARIES
SEE NOTE y1 d[ /2 co
X CU 3 •a)
Q
Frame Structure a
g PLAN VEW •
_$ t N
SCALE: N.T.S. yO C •Q
? rte+ 'c
GN
(L QQ CO
G L
RE: C/29A FOR
FRAME BEAM DETAIL > CO
U W
co
v; l
36"0 DRILLED SHAFT
14 - p6 VERTICAL X 5'-0' 0
N
/4 O 12' TIES Q 0
0
z cc
SPIRAL NOT 0
SHOWN FOR CLARITY
co
= o I co (n O
0 23 - /1D VERTICAL = Q
a a i 14 06 VERTICAL } o O coco
�"
W QW CL
i = F4 O 12' TIES Q 0
0
O W
m W 3 O 12' TIES OR z
p / 3 SPIRAL WITH
6" PITCH (CONTRACTOR'S Lu
OPTION). FOR SPIRAL,
0j PROVIDE ONE FLAT TURN I NOTES: W
TOP AND BOTTOM C O
1. COMPLETE PIER INSTALLATION, G
INCLUDING DRILLING, SETTING
REBAR, AND PLACING CONCRETE,
WITHIN 8 HOURS.
2. PROVIDE CASING AS REQUIRED.
3. DETAIL FOR DRILLED SHAFT 'A'
SHALL CORRESPOND TO SHAFTS p r
LOCATED NEAR STA. 113+00. m
C DRILLED SHAFT r V) o
/L 4. BOTTOM OF DRILLED SHAFT SHALL i � � U � �
BE A MINIMUM OF 48' BELOW `
EXISTING GROUND.
Dried Shaft 'A' W d
U
C DETAL C U Y c t
S SCALE: N.T.S.
28A
7-7
oN
RE: C/29A FOR c n o
FRAME BEAM DETAIL —
ayi a m
a
o _z In
zI
Qy Q O
O D
36"0 DRILLED SHAFT E
14 - /6 VERTICAL X 5'-0" o
/4 O 12" TIES
E
SPIRAL NOT ❑ Z
SHOWN FOR CLARITY v°
i I S
-y' 10- /1D VERTICAL 1
.: .ate+
� 14 - /6 VERTICAL ? � .� •5�I1
a $ /a o 12' nes
N TIESOR
�Y• :Z: fir•• r
''
6-PITCH (CONTRACTOR'S fit,
OPTION). FOR SPIRAL.
PROVIDE ONE FLAT TURN Ilo
NOTES:
TOP AND BOTTOM
1. COMPLETE PIER INSTALLATION, m
INCLUDING DRILLING, SETTING c C
REBAR, AND PLACING CONCRETE. x
WITHIN 8 HOURS, m d
2. PROVIDE CASING AS REQUIRED.
3. DETAIL FOR DRILLED SHAFT 'B' N
SHALL CORRESPOND TO SHAFTS L 1'--
LOCATED NEAR STA. 2+00. 0 (n
V3
CA DRILLED SHAFT 4. BOTTOM OF DRILLED SHAFT SHALL •C
BE A MINIMUM OF 34' BELOW E
EXISTING GROUND. C
Dried Shaft 8' '0 0 ca
B DETAL
SCALE: N.T.S. 0 ?co
a.�
cJ 0
3'-0- C? LU
EXISTING GROUND
L0
0
cr
� N
/4 STIRRUPS O 12 0
L00
p/
N Q W
0
W
5 - /9 TOPAND BOT. J O
BOT. OF FRAME BEAM o z co
co
AND TOP OF DRILLED SHAFT •I O LJJ a
W Q
\EXISTING Q 0
Z
WATER LINE RAW w
_C) W
G V
cr
IL
N W
"�—�\
Y O_
H
Z
7 =
w O p
U U Z 3e
36"0 DRILLED SHAFT
BEYOND RE: C/28A h 8/29A
Frame Beam
TYPICAL SECTION
SCALE: N.T.S.
0
Q N
C n O
H
C Lb n
i ; ;ti•� ?\ ' ' I,i, d ;";;/ GRADING LEGEND mQ oCL
r'`` .� � \\\\ � � •ii i��i�� —————— EXISTING CONTOUR
EXISTINGV o
PROPOSED MINOR CONTOUR
`\• \ �6 �.\`� �\ DR AY 351 1610.47
\ •.\ •� �� �. �.. ��\ r� ;� iti<,i PROPOSED MAJOR CONTOUR „
Sp I OVE EXISTING ` tf E
\\ FTv D'REPLACP. \ i J j i 4 X REMOVE/REPLACE FENCE o a
\...Sp'- \lE FF�NCE
+ 100.00 SPOT ELEVATION ❑$ a
?� c
�' �.��.ttR : \ rr /;� \.• \ —————— PROPOSED ELECTRIC
09.5
cp \ \ leIIP+
tj
PROPOSED
\ _ .._(BY OTHERS)- \\ \19R
7 STING GUY WARE \
T REMOVED (BY
OTHERS)'-
Cb 3 C
PROPOSED GUY-ARE. (BY 6 ER,S) \6�\ X IV •Q)
\ j i SEE NOTE /2 a:gyp, m d
IL
\3.9 '++ 04
ti Q
O C •�
III
N
NOTES:
1. FILL AND PLACEMENT OF EMBANKMENT SHALL BE IN ACCORDANCE WITH SECTION 02200 OF �+ C E
THE SPECIFICATIONS. O O ca
C
2. LOCATION OF PROPOSED TXU ELECTRIC DELIVERY LINES AND GUY WARES ARE APPROXIMATE. u-
CONTRACTOR IS RESPONSIBLE FOR COORDINATING WITH JAY HAYS AT TXU ELECTRIC DELIVERY AT
(817) 443-3426 FOR EXACT LOCATIONS. PROPOSED GUY WIRE MAY REOUIRE TEMPORARY µ"
INSTALLATIONS DURING CONSTRUCTION. CONSTRUCTION AND COORDINATION WITH TXU FOR ANY o `
TEMPORARY INSTALLATION WILL NOT BE PAID FOR SEPARATELY AND SHALL BE CONSIDERED CA m
^w SUBSIDIARY TO VARIOUS ITEMS LISTED IN THE PROPOSAL > Cc$
U w ca�
PROPOS® GRADM M
0
0
N
Z co
Q
H
fn 0
J
co
w o
T
Z
O
z
U U
W
O
a
N O
m
O
7 U O
Z �
' ..
Z W Oo
U Y Z
V
W K 2 2 Gt
0 o O U Y
32A
ADDENDUM NO. 2
.rr` CITY OF FORT WORTH
EAGLE MOUNTAIN 72" RAW WATER TRANSMISSION PIPELINE
Water Department Project No.P164-060164052005
Addendum No. 2. Issue Date: February 06, 2006
Bid Receipt Date: February 9, 2006
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.
CLARIFICATION -VOLUME 2, APPENDIX D- PERMITS
The approved utility crossing permit for McNay Road that was issued from Tarrant County as
part of Addendum 1 will open-cut as indicated on the exhibit included with the permit.
VOLUME 1, PART E - TECHNICAL SPECIFICATIONS
• Specification 2617, Steel Pipe -
2.01 MATERIALS
Section 2.0 LA,Exterior Polyurethane,REPLACE the 4"sentence of this section in its
entirety with the following:
The plant-applied coating shall be a self priming,plural component, 100 percent solids,
non-extended polyurethane,suitable for burial or immersion and shall be CORROPIPE II
OMNI as manufactured by Madison Chemical Industries Inc.,DURASHIELD 210 as
manufactured by LifeLast,Inc.,or equal Futura Coatings.
VOLUME 2, APPENDIX C - EASEMENT DOCUMENTS
• As part of the negotiations associated with obtaining the easement for Parcel 6,property shown
as being owned by Carter&Brants, the following language, which the Contractor shall be
responsible for adhering to, will be included as part of the easement agreement:
"The parties acknowledge that oil and gas exploration and operations are actively
ongoing on Owners'Property as well as Owners'adjacent property,and that the Owners
and their mineral lessees will have to cross the City's permanent easement and temporary
construction easement in order to conduct the usual activities associated with oil and gas
exploration and production and in order to construct a pipeline to transport the oil and/or
gas produced from Owners'Property to market. Therefore,City agrees that on ten(10)
days written notice it will grant Owners and their lessees reasonable access to the
Property for such purposes,including the right of Owners and their lessees to cross the
City's permanent easement and temporary construction easement with vehicles,drilling
rigs,and gas pipelines(as long as one [1] foot clearance is maintained between such gas
pipelines and the City's water pipeline)."
ADDENDUM NO.2,Page 1
"The City shall require its contractor(s)(including subcontractors of any tier)to include
[Property] Owners as additional insured party on that contractor's comprehensive general
liability insurance and automobile liability insurance required by the City and shall
require the City's contractors to provide[Property] Owners with a waiver of subrogation
on the Contractor's workers compensation insurance policy".
CONSTRUCTION PLANS
• Sheet 17 - Plan Sheet 17 shall be replaced in its entirety with the attached Sheet 17A.
• Sheet 18 - Plan Sheet 18 shall be replaced in its entirety with the attached Sheet 18A.
• Sheet 31, Detail A/31, Butterfly Valve Vault Standard Detail- Note #10 is hereby added, as
follows:
10. Instead of providing an adjustable pipe support or pipe saddle support, the
Contractor may use a Concrete Cradle Pipe Support, Re: D/31.
• Sheet 31, Detail D/31, Concrete Cradle Pipe Support - This detail is hereby added to Plan
Sheet 31, as attached.
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 shall 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
Chris P,Harder,P.E.
Project Manager
RECEIPT ACKNOWLEDGED:
By:
Company:
ADDENDUM NL2, ge 2 "
IVINO,
adid UOISSPSULD1 J@;L/V\ 900Z;90i,9L09Q-t,9Ld'ON 103rOUd
90/90/ZO Ar -1 1"1 aui 1
�IoOA, 0,N/C,c
mtld TZ uwjunoVq @12L,3
oo+eu vis oi 00+201 vis ---
,oul sub appos8v PUB ❑ ❑ SL'X@J. 141AON\ IJOJ P AID 3NI-13dld 83iVM AAVH 2L �'D/Al -S30
uj
0 0) 03 00 CO Irl r- Lf)
,�� i��; It, co (o CID (0 CD co W
6, Cl 0 ol 0 ol 0
Np10,
o
00+1?R Vi���INI-1 �0-TVH
E +
t
-2
+
8
6
?
H H
00+91.1L VIS 3NI-1 HOIVV4
TI 0
-17
0
I iDl
a.m
0
16
00,+c L +
:2
]A-VA�JZ MD
F- + z,
<
T-1
S,
+
3 EE
z
7 Z
Y
V
T
C,
I o<M II
L Ll
0
4,
8
S
+
o
00+901. VIS 3Nn HOiVVq
In 9 61 B011 11S
n.os,Os
N C11 +
00
0-80L:VIS 3NII HUM
o CID
99 99 Z9 ltlf >end 9u1101J I,s!y3 Z LL `':Joh �;j.:'o�b, aui adl u01SSIWSU-eJ as E �zaelcl9c -ol<v+N -
�{ I d 1 1 M sooaso>slos0-vsld'ON lo3road E
clod e L uolsuaa a 'oN ��:.. 516[8 . � JAN/�d� 03rJ3+J
rv�ti ..�3: ME�f „zL uijunoW aI8E3 OO+SZL 't/1S Ol 00+81L Nis�';' �( rvr. =
uvwx,'uuun vm•ane�swe i� y5— SEXa JO .10 0Al!:)
�1 0"�}3.`V.6 ` 1 y; M 3 j 3� 3NI'13dld )d31VM AAVH „ZL -/=a ^Is s
�Eco
oul'sappossypue ❑—II fe14p�o�`
woH-6aIugN
00 N o 0 o 0) 0) co 000 d ^0 0
to to N ID tf) L0 U) 10 to
S
00- ZC'V16 3 17 H'J1VW
T--s
w w o
o
,< —
I
—rte
_. +
{ O
^
o •
,y o
o I
° +
6 - S.N
�.:u a
_. i
O I
e ' w
0
O
= l
< z Q�
J o wh
i � In OD �'
\ C I m / io 0 o P rn ro o0 n � 0
to Lo _ Lo Lol _ to to 0
+
ry F Y _IQ (Q�_ M
y L to O N - O O �A N
N N U O OV/-1
o - 0 L00
o
o
Lo
r
c +
N
n I
�0 0091 Y15
Q I•
3
II�4,
m
I
r ryb,. i
17
0t o
r r u� o n cn o to o U
m 0 <c 0 _ 0
+
cfDo 0 to �I � CD �co � to 0 o tCD o (D
o m o in o cn o In
:oma
_- co cr co m co, col co col m l I°o
kk
Lo o uo 1. o' Lo o� Lr)
o�
ao o r- (0--- o _
° t0. t0 (o w c0 co
o � a
's
F n
m m m o
I�
u
L _ vn
v 77
_ o �.m
�."
00-811•VIS 3NIl H01tlW L "'
V 2
> i
a t
zx
m
I v_s t I ca i �e+
so ao
a a 00+811'VIS 3NIl HJIVW cc+ yis
m
--
z
ga.ma _ O to O In O In O N O In Do toO
�, co c0 t0 to to to 0 t0 co co to
0
00
0
U �
C � �
O OV F =
= Tn o
m o o
o w
� NOTE: E-u N
CAST SUPPORT AROUND PIPE OR Y cCp LL u o
PIPE O.D. + B" SET PIPE IN NON-SHRINK GROUT, DIA/4 U
WORK CONCRETE OR GROUT 8"MIN. ❑a
4"L PIPE O.D. 4" THOROUGHLY BELOW UNDERSIDE a
o OF PIPE. PROVIDE 3/4" CHAMFER
o ON ALL EXPOSED EDGES.
a E
a d �
z �
SEE NOTE _ v
120'
# 4 ® 12" DOWELS
�n EACH FACE (4 TOTAL MIN.) A 4 0 12" DOWELS
w N
W
a )< EACH FACE
4TIES 0 TAL MIN.)
ail'
TOTAL MINIMUM)
> 4!'•••int ••:,Cy�I
- - OPTIONAL - DRILL AND GROUT
STRAIGHT DOWELS WITH
- - 6" MIN. EMBEDMENT — - / 4•� V;O�
A.%
twt v:
II fit t
Concrete Crade Pipe Support
�1 STANDARD DETAIL
cc
31A SCALE: N.T.S.
CC n
N
ti O
O c
E
O O C
LL H
O m `
U W �
to
O
� O
N
Q to
O
Z CID
Q O
F—
Cl) O
J
(D
W LU LL
Q O
J Z
U U
LU
O
cc
a
0
o �
N 0
Y �
< O
Q < U
m U O
m
1a1 � U
31A
ADDENDUM NO. 3
o CITY OF FORT WORTH
EAGLE MOUNTAIN 72" RAW WATER TRANSMISSION PIPELINE
Water Department Project No.P164-060164052005
Addendum No. 3. Issue Date: February 08, 2006
Bid Receipt Date: February 9, 2006
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.
VOLUME 1, PART B - MINORITY AND WOMEN BUSINESS ENTERPRISES
SPECIFICATIONS
• Subcontractor/Supplier Utilization Form(pages 1-4) was inadvertently omitted from the
contract documents. ADD Subcontractor/Supplier Utilization Form(pages 1-4), as attached.
VOLUME 1, PART E - TECHNICAL SPECIFICATIONS
• Specification 2617, Steel Pipe -
1.02 QUALITY ASSURANCE
Section 1.02.A.2,REPLACE the last sentence of this section in its entirety with the
following:
"The manufacturer shall be certified under S.P.F.A.or I.S.O.quality certification
program for steel pipe and accessory manufacturing."
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 shall 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
Chris P.Harder,P.E.
Project Manager
RECEIPT ACKNOWLEDGED:
+ By:
Company
ADDENDUM NO.3,Page 1
i
ATTACHMENT 1A
Page 1 of 4
FORT 'TH City of Fort worth
Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
PROJECT NAME: M/W/DBE NON-M/W/DBE
BID DATE
City's M/WBE Project Goal: Prime's MNVBE Project Utilization: PROJECT NUMBER
% %
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m.five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
MIWBEs 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 counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to
its supplier is considered 2"d tier,
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 Minority/Women Business Enterprise(M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The MMIBE may lease
trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE`credit. The
MM/BE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the
fees and commissions earned by the MMIBE as outlined in the lease agreement.
03
I ATTACHMENT 1A
FORT VORTti Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs.
Please list MNVBE firms first,use additional sheets if necessary.
Certification N
(check one) o
SUBCONTRACTOR/SUPPLIER T n
Company Name i N T Detail Detail
Address I M W C X M' Subcontracting Work Supplies Purchased Dollar Amount
Tele hone/Fax r T D W
Telephone/Fax E E R O B
C T E
A
_. _._..
i
Rev.5/30/03
i
ATTACHMENT 1A
FORT«VORTH Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs.
Please list M/WBE firms first,use additional sheets if necessary.
Certification N
(check one)
SUBCONTRACTOR/SUPPLIER T n
Company Name i N T Detail Detail
Address I M W C X M Subcontracting Work Supplies Purchased Dollar Amount
T D
Telephone/Fax r B B R O B
VY
E E C T E
A
I
t
Rev.5/30/03
I
ATTACHMENT 1A
FORT WORTH Page a of a
Total Dollar Amount of M/WBE Subcontractors/Suppliers $
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal"of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance.,The-contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect;the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determinati6h.�
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/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance 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 one (1)year.
Authorized Signature Printed Signature
Title Contact Nam&gMo Of different)
Company Name Telephone and/or Fax
Address E-mail Address
cityistateop Date
Rev.5/30/03
FORT WORTH
City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If`the totil dollar value of the contract is$25,000 or more,the M/WBE goal is applicable.
ifthe 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 (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.
M/WBE 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$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following:
1. Meet or exceed the above stated M/WBE goal,or
2. Good Faith Effort documentation,or;
3. Waiver documentation,or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department,within the following times allocated, in order
for the entire bid to be considered responsive to the specifications T11O�4 eror,$hall delkertfi 'MWW
#0V �
�w
oars `t ri On to the appropriate eMP10yee of the maanigiiig depttrt l
as �d;cabtalCt t Such 1
ei evj enc that the City reneived the documentation.1h tete titife Homed; A fat4ied co JR,00T1,010 aatpt
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
Any questions, please contact the M/WBE Office at(817)392-6104.
Rev.11/11/05
ATTACHMENT 1A
Page 1 of 4
FRTW '
City of Fort Worth
Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
MIW/DBE NON-MMIDBE
PROJECT NAME: I
2- .9ED D�TE(
7 10 ,
City's M/WBE Project Goal- rimes MIWBZ Project Utilization: PROJECT NUMBER
1b % /a.0-? % 1916q - ow
Identify all subcontractors/suppliers you will use on this project
with'fnp
requestf�Nd documentation,:.
Deparlriienfi on or before b O0 p m five(5)City
F
'
fii61 opening
i6
Will ft!;ihA6 4i&tW0q---,qo eq.Jqqt'
6.
pnsj�OJ6�b'd
!-A
L-�
'�d PX"Ji
-City ga":orq, 10M.,
i t; Ott
MIMI
-4p
F,
--th -,-�:MMBEIffl-
e Offeror agrees agreement J�Ah
zl�ql� i6rs-ld
.T
men ,
utilization
a�d U 0 n'!an d
-or
r
n
bbQ
MIWBEs 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 offarrant,Parker,Johnson,Collin,Dallas,
Denton,Ellis,Kaufman and Rockwall counties.
or I.
prtmetcontractoxo a subcontractor is considered ft fret;#a payment by a sy.
-.4-
.0.
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(NCrRCA),or
the Texas Department of Transportation(M DOT),highway division. Disadvantaged Business Enterprise(DBE)is synonymous
with Minority/Women Business Enterprise
4. - i (MIWBE).
Iift NrH1 1P1FMN
p1kvT
RIM
�.7 rfift
owns -.pper
%. .
lone= ultnc�ensedanldoperattonal
truck to 15&J'
on J co
,
tn T. yVB Emay lease trucks �firom�anothe�-
operators, ,
4-
di" he h�/Vi/BE may lease truck:;fmm
t Rrrtcludu►g owner-operators, bud will onlyt receive,crgdrt FfoF t4 fees apd commrssrons eartred�by file
tt
ATTACHMENT to
RTWORTtl Page 2 of 4
Primes are required to identify ALL subcontractors/supphers,regardless of status;i.e..Minority,Women and non-M/WBEs.
Please list M/WBE funis first,use additional sheets if necessary.
Certification W
(check one)
SUBCONTRACTOR/SUPPUERT `;n
Company Name I N T Detail Detail
Address e M W X Subcontracting Work Supplies Purchased Dollar Amount
Telephone/Fax r B B 0
E E C T `
A
p1roclo+ F�►�t- Gu FL �gSOOD
laol f of of rku 9
IUUOfT1-7bo40 ' � St.c.PP eft,
811 -Zb$-SyCo
gl'1,.ZHa--lyg7
-fie,+Wco4lu Tf-7p LI 0
VI-7 - 3 — y4n3i
61"bottn e:+ WA sk- �1 ,.¢_'ea6y
C-9Nyv I IOOb
p.0,130y y23E4s'
944-7't8-S�ZI
�1,4 -7q8
Lult MwwZQ�aon•0 0
42 2 8 W aAIta. l_a.ne- f y
r,v2i-WoP-44Afr- j 6 19
SIn-535-727
LILT �lh5oua�e5 �`` c
Pipe i,l16't ��lS�rooa.00
Wq S4µ -iDVV iD
vq- St/N- 368y
$Torn. "4w :50- 4+�sejs GKoSfo�
¢22-l; 1-$o .Se r- coo.CO
Qp,l Be a4-,, Tf 7 S- X
ql y.636 '111'7
Rev.6130/03
ATTACHMENT 1A
FORTWORTH Page 3 of
Primes are required to identify ALL subcontractors/suppliers,regardless of status;ie.,Minority,Women and non-M/WBEs.
Please list MME firms fust,use additional sheets if necessary.
Certification
(check one)
SUBCONTRACTORISUPPLIER T
Company Name t N T Detail Detail
Address e M w c X Subcontracting Work Supplies Purchased Dollar Amount
T D
Telephone/Fax r B B R O
E E C T
A
AA DAm&L 6ons4 tu7roN TUn►a.QIn �t
S39, Zoo•o�
Satre i w5 I
aon P^C-A Pta ce
OA&r 4!11t 7VI sl a�
Jt'17,-2,fi( —3301-
4'11- 24 `t-7
Rev.5ri(I 3
ATrACHMENT 1A
FORTWORTH Page 4 of 4
Total Dollar Amount of M/WBE Subcontractors/Suppliers $ t
Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers
5. 9561 12S7oa
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS 7/ 1 UY, 47-5 0
Ccfntiactovv�ll`nota make additions, deletions or substitutions to tl►is certified hst yvithout tfie pnor
approval o€the
.M f
A
14,
!FL49-ulp...�Rq#404?!- #YA
By affixing a signature to this form,the Offeror farther 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/suppliers/cont actors 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 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 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 one(1)year.
F&AV4 e6rA4 A
Authorized Signature Printed S%nawre
0 t C*Pres &V& 'e6AX'0'(
TM C08t2Ct 14210erritIC(ifilifferent)
06CAdL &MOA Czxn 94-C-TW 6 Ire C, Or/7--1/f/-P703 ZX17-WI-14-77
C@wqwWNn= Telephone and/or Fax
62'-)- 13eyiS0r% Lax ra, A&0-scor",n 6,7)v
Address Email Address
"[2%aot*, 2/m/ot.
Date
000`'
Rev.5/30103
FORT Rev.5130103
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 both answers are yes.
Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00
p.m.,five(5)City business days after bid opening,exclusive of the bid opening date,will result in the bid
being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this project, NO
this is our normal business practice and provide an operational rofile of our business.
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this project,
this is your normal business practice and provide an inventory profile of your business. NO
The 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(if different)
Company Name Phone Number Fax Number
Address Email Address
City/StawZ11) Date
( Rev.05/30/03
r " C
i.�' ity of Fort Worth
tyld"K i4 -
Good Faith Effort Form
PRIME COMPANY NAME: Check applicable block to describe
b 5CA-a 9,VN bA RA-CT iU G 11vC, MM/DBEm NON MIw/DBE
_ PROJECT NAME:
Qr r �G 1`'laUn+�tl•i7 ���,ILQ{A�W�tW Pi l ne, BIDDATE
City's MlWBE Project Goal: PROJECT NUMBER
% P Gq —oboi W-b5zoo�
S:.7P' ,. �q:�„:.,o». � « .G : ... '[�..' . .r ."�`
Ij rou.hav ed�So Wu@.t' BEspait�icipatto an�you . me�subgorit" ting and/"'i`gsupj lies op a i ttie a MIT uc'
DBE partcipa �s/less thanith 1C�ty`s:`P�_o`jec o_al,; ou�mucompGlete't �sform_ �r�R
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.
S,_`rtac:••sayr:.� _ .:::F:;'?: „��+a•; sa.. -—cn::w = Far'.;wa�=^ C,s:e.a;r_ _'::c,ee9:==; ,,,M. .'�;:^.:-
I ailu�ey,to co pitemthlsform stn-.-,,ltseitre :�niith suppoiting doc r>lent_atlon;� ancf�recet�red e
`�---�3 7 ::.ra.r,...•4 :...,4^ c Y'is -'�c t; "' y+c.-r in<..,� Y� n"'+ •b-'; r . .
Ma. agrng ryDepa frnghf ohho efbf0_ .fry OO,p m.Y�l 5}', lty bus is days ai � ope mange exetUsty o d
n�tig;date;w�li Gesu�,lt�nheaid�belrig�cons�dkgredrion-°r�esproslvet��btdspecifcattoits E,
1.) Please list each and every subcontracting and/or supplier opportunity2 for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2" tier.
(Use additional sheets,if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
(dIlA� !N 4
eACIAJ S
N al sah
l.. dAl Ualrlt
ZZAw—
l�
4
Rev.05130103
2.) Obtain a current(not more than three(3)months old from the bid open date)list of M/WBE
subcontractors and/or suppliers from the City's M WBE Office.
✓Yes Date of Listing
No
3.) Did you solicit bids from MlWBE 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 M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.)
No
4.) Did you solicit bids from M1WBE 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?
eS (If yes,attach list to include name of M!W BE firm,person contacted,phone number and date and time of contact.)
No
MR�-�- cr'e:d�-G:R����.�:,Fs€�e"y��3u;��& "q"�,z..^.�..,.-•,,—.:�v; r x - �;_ ...,F.. �' ,a:'t�.�'t-r� .�. ,sn" �.
=PI,OTE A�facsimile rna, a used tocomPlysvtl�thtel�her 3 or,�4, but may noteused far o�tsfa fac$ligg
sused �attaeth 'fa • confrinationL wliic6ist provide€II11VB me elate time;"fa'" nliinbeand1
a,_..:::.. �-.P.r-•�.v -e.�orr F•_ �.—�:c:g-5�. :�-�.-.;.�_".rc�c;::c�,e.:.:c�-�-:
:N:OTE'��Ifmtbe;list MUM) s or a particral'arTsUbgonfractin se�plie�opp nl
..0 MU '2�a�� meie^^�u°�F� c:c�� t
:bidTderyrriust co>�tact tlieTent le=fisfto be in3compilance with�questton's`3 aod,4--ice=th " is o-BA E •.oma
vi'ctt°E=� € QEF . e
P rt eular sub#ea: ac In s pplier oipporfunt�tjr sg en 10J o ori;•=`tFie'6,i• cle s"co ac eas moo-
"IthirdsyP(2/3 cf Mist e Ithl �u0'Atea nfi;opportti t(y :buY no Ville`ss' than Io i -o to,ce wit,
025
Via°�.: :s ve .3ae �L e ie �.a W� -s EY•��,
S�llteStiO SITS and 4:;v Ys:a ¢., c ;si�'[:9�_';_;
..._.....- .�:.;_....,_ .-..:.,.—.a�.--c-F. _...!_...._-. e-.5 .�............:F,
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
plans and specifications in order to assist the MMBEs?
e 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 MM1BE 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.
(Pie se use additional sheets,ifnecessary,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
MIWBE participation on this project.
iThe 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 MMBE(s) listed
was/were contacted in good faith. It is understood that any MMBE(s) listed in
Attachment 1C will be contacted and the reasons for not using them will be verified by
the City's MMBE Office.
Aathartied SlIfnature Printed Signature
Ufa P—riesido,+ z�-- ahneosz' , A I 4*r4r-41-
Title Contact Name and TVAs(If di eren
Company Name Phone Number Fax Number
A ess Email Address
City/state/zip Date
Rev.5/30/03
FORT WORTH
CITY OF FORT WORTH
Joint Venture Eligibility Form
All questions must be answered,use"NA"ijopplicable.
Name of City project:
A joint venture form must be completed on each project
RFP/Bid/Purchasing Number:
1.Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone: Facsimile: E-mail address:
Cellular:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
J. int venture
M/WBE firm Non-M/WBE
name: 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:
ri� a
2.Scope of work performed by the Joint Venture:
Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
Rev.5/30/03
3.What is the percentage of NVWBE participation on this joint venture that you wish to be counted toward
A, meeting the project goal?
4.Attach a copy of the joint venture agreement.
5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement)
Profit and loss sharing:
Capital contributions,including
equipment:
Other applicable ownership interests:
6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day
management and decision making of the joint venture:
o
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
MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and
may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance.
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 720 ,before me appeared
and
to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public
Print Name
Notary Public
+ � Signature
Commission Expires (sea[)
PART C
PART C - GENERAL CONDITIONS
TABLE OF CONTENTS
NOVEMBER 1, 1987
TABLE OF CONTENTS
C1-1 DEFINITIONS C1-1 (1)
C1-1.1 Definition of Terms C1-1 (1)
Cl-1.2 Contract Documents Cl-1 (2)
Cl-1.3 Notice to Bidders Cl-1 (2)
C1-1.4 Proposal C1-1 (2)
C1-1.5 Bidder C1-1 (2)
C1-1.6 General Conditions Cl-1 (2)
C1-1.7 Special Conditions C1-1 (2)
C1-1.8 Specifications C1-1 (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 C1-1 (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 C1-1 (3)
C1-1.19 Engineer C1-1 (3)
CI-1.20 Contractor Cl-1 (3)
C1-1.21 Sureties C1-1 (4)
C1-1.22 The Work or Project C1-1 (4)
C1-1.23 Working Day C1-1 (4)
C1-1.24 Calendar Days C1-1 (4)
C1-1.25 Legal Holidays C1-1 (4)
C1-1.26 Abbreviations C1-1 (4)
C1-1.27 Change Order C1-1 (5)
C1-1.28 Paved Streets and Alleys C1-1 (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-
(2) i
.9 Inspection C5-5 (4)
-J 10 Removal of Defective and Unauthorized Work C5-5 (4)
)-5.11 Substitute Materials or Equipment C5-5 (4)
5-5.12 Samples and Tests of Materials C5-5 (5)
C;5-5.13 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 Prosccution 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)
10 Time of Completion C7-7 (4)
-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
CI-1 DEFINITIONS
N C1-1 DEFINITIONS
1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
i< terms or pronouns in place of them are used, the intent and meaning shall be
rrderstood and interpreted as follows:
CI-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 E1-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/EASEMENTS
PART F-BONDS
PART G- CONTRACT
PART H -PLANS (Usually bound separately)
C1-1 (1)
OOW 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.
Cl-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.
C1-1.5 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
low C2-2.6)
C1-1 (2)
C 1-1.10 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.
CI-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.
C1-1.12 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 tem
of the City of Fort Worth, Texas.
C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas, or his duly authorized representative.
C1-1.16 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.
C1-1.19 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
owl 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
'Ow' 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:
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
9. Such other days in lieu of holidays as
the City Council may determine
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
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)
f Highway Transportation Officials per Day
001*1 '6CL - 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
Cl - 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."
Cl-1 (5)
CITY STREET: A city street is defined as that area between the right-of-way
lines is the street is dedicated.
Cl - ROADWAY: The roadway is defined as the area between parallel lines two
(2') back of the curb lines or four (`4) feet back of the average edge of pavement where
no curb exists.
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.
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 furnished
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 anuroximate 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 fimnished 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
000- 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 furnish 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 further consideration will be given to the proposal.
C2-2(3)
C 2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
P11 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) CIrf k R�
'low PART C - GENERAL CONDITIONS
C3-3 AWARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS:
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)
-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final
p" 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
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
prompt, full and faithful payment of all claimants as defined in Article
C3-3 (2)
low 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 56h 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
will, within ten (10) days after the commencement date set forth in such written
authorization, commence the physical execution of the contract.
C3-3.11 INSURANCE: 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 LIABILITY 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
of sub-contractors).
C3-3 (4)
2. Blasting,prior to any blasting being done.
3. Collapse of buildings or structures adjacent to excavation
excavation are performed adjacent to same).
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.
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
finnished 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
ith the understanding that this written assignment of authority to the local representative
•11 become part of the project Contract as though bound directly into the project
iocuments. The intent of these requirements is that all matters associated with the
ontractor's administration, whether it be oriented in furthering the work, or other, be
govemed 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.
C3-3 (7)
PART C- GENERAL CONDITIONS
C44 SCOPE OF WORK
SECTION C44 SCOPE OF WORK
C44.1 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, matcrials, machinery, equipment, special
services, and incidentals necessary to the prosecution and completion of the project.
C44.2 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 furnished 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.
C4-4.3 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 party 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.
C4-4(1)
400 4 -ALTERATION OF CONTRACT DOCUMENTS: By Change order, the
�-ci reserves the right to make such changes in the Contract Documents and in the
e ter or quantities of the work as may be necessary or desirable to insure completion
n 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.
C445 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(1)labor, (2)rental of equipment used on the
w 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
00b, 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 for making the 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)
or to the final drafting of the detailed construction schedule, the Contractor shall
►ew the draft schedule with the Engineer to ensure the Contractor's understanding of
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.
£ 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)
Owl
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.
Owl
C44(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.
C.5-5.3 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
low such work 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.
C5-5.7 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
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 EOUIPMENT: 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
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.
low
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)
�J i i i_i ent basis for claims for additional compensation for Extra Work or for increasing
000, :he 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
L,Clivi i e i• 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:
1. 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:
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 convect 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)
040 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 worm, properly secluded from public observation, shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by _.. .
� f
C6-6(1) Civy SKIR L".
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 accidcnts 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 famish and maintain at least one easily visible bunting
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)
APW 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 EXPLOSIVES, 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)
Alm 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 INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perfonn 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
APM 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 25h 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
W 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(8)
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 IMRANTS 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
4"k 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.
C6-6(9)
Co-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 (H)
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
Aw-
C6-6(10)
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 EXPLOSIVES,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)
AW 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 INDEPENDENT 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)
AMW 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 25th 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 waved, 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(8)
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.I8 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.
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 (H)
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)
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 superintendance, 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
low 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
TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute
a change in the contract time.
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
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 C1-1.24 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.
C7-7.10 TIME OF COMPLETION: The time of completion is an essen ial
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
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 THETIME OF COMPLETION, and sh - -
VFFIW,iAli
� �,
C7-7(5) 77, 3, ��i .
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)
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)
„0. 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:
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)
00- 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
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
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
em,, 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;
1. 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
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.
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.
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 perfomu*ng 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,
OFFIC-Ir"A W&
C8-8(l) CITY MII II THY
FT. TE?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 I" and the 5t'
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 10th 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)
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
furnishing 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.I1 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
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)
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 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
,e- PART Cl - 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 C1-
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.
Pan C1 C1-1
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 WITHDRAWING 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
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".
3.Pg.C3-3(6),Paragraph C3-3.11 INSURANCE delete subparagraph"g.LOCAL AGENT FOR
INSURANCE AND BONDING".
Part C1 C 1-3
K. INSURANCE. Change the following portions of C3-3.11 Insurance as shown below:
1. 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
C3-3.1 lb:
"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 C3-3.1 lc,
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)."
OFF5,11
Pan cl CI-4 a
pppp,16 U CSp��'�rye�F- P
7fe IyYY�� Fb7e
6. AUTOMOBILE INSURANCE LIMITS: Revise Paragraph C3-3.1 I 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 C3-3.1 If 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 C3-3.11g,
delete entire paragraph beginning"Local Agent for Insurance Bonding".
9. DEDUCTABLE LIMITS: Add the following Paragraph C3-3.1 I.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 l.h:
"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."
13. ADDITIONAL INSURANCE REQUIREMENTS:
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
Part Cl CI-5
contracted project.
ell, b. Any failure on part of the City to request required insurance documentation shall not
constitute a waiver of the insurance requirements specified herein.
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-fimded 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]mown 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
in. 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,Kimley-Horn and Associates,Inc.,Tarrant Regional Water
District,and Freese and Nichols,Inc.listed as additional insured."
PW C1 C1-6
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 C4-4
SCOPE OF WORK,Page C 4-4(1),revise paragraph C4-4.3 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 C44.5c):
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 CI 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. CON'TRACTOR'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 injury, damagge or death is
caused, in whole or in part,by the neplisence o 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 terns and
conditions of this Contract, whether or not any such injury or damage is caused, in whole or in
pwtCi C1-8 OFFIC JAL RECORD
CITY SECHYRY
FT. ATH, TEX.
Part, by the negligence or alleged negligence of the Owner, its officers, agents servants or
employees.
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".
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
Parr C1 Cl-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 finnished 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
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 10th 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.
Part Cl 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.
l
Part Cl C1-11
FAOO. 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
PTCI C1-12
Texas Water Development Board
000,
SUPPLEMENTAL CONTRACT CONDITIONS
For Projects Funded through the
Clean Water State Revolving Loan Program (Tier 3)
and
Drinking Water State Revolving Loan Program
Supplemental Contract Conditions
CWSRF Tier 3, and DWSRF
Table of Contents
Instructions to Bidders
Conditions:
1. Minority and Women-Owned Businesses Goals
2. Contingent Award of Contract
3. Equal Employment Opportunity and Affirmative Action
4. Debarment and Suspension Certification
5. Bid Guarantee
6. Nonresident Bidder
Forms to be submitted with bids(attached)
• Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities
(WRD-255)
• SMWBE Affirmative Steps Certification and Goals(WRD-217)
• Vendor Compliance with Non-Resident Bidder Requirements (WILD-259)
Construction Contract Supplemental Conditions
Conditions:
1. Supersession
2. Privity of Contract
3. Definitions
.. 4. Laws to be Observed
5. Review by Owner, and TWDB
6. Performance and Payment Bonds
7. Progress Payments and Payment Schedule
8. Workman's Compensation Insurance Coverage
9. Changes
10. Prevailing Wage Rates
11. Contract Work Hours Requirements(29 CFR 5.1, & 5.6)
12. Equal Employment Opportunity and Affirmative Action (41 CFR 60-1.4, 1.7, 1.8,4.2, and 4.3)
13. Debarment and Suspension (40 CFR 32,Appendix B)
14. Minority and Women-Owned Business Enterprise Requirements
15.Archeological Discoveries and Cultural Resources
16. Endangered Species
17. Hazardous Materials
18. Project Sign
19. Operation and Maintenance Manuals and Training
20. As-built Dimensions and Drawings
Forms to be submitted with executed contracts:
• Contractor's act of Assurance(ED-103)
• Contractor's Resolution on Authorized Representative(ED-104)
• Prime Contractor Affirmative Steps Solicitation Report(WRD-216)
• SMWBE Self-Certification(WRD-218)
Farms to be submitted during construction:
• Loan/Grant Participation Summary(WRD-373)
2
TWDB SUPPLEMENTAL CONDITIONS
Any conflict between the City of Fort Worth Contract Documents and the TWDB Supplemental
Conditions, City of Fort Worth Contract Documents shall control.
For: EAGLE MOUNTAIN RAW WATER TRANSMISSION PIPELINE
PROJECT NO. P164-060164052005
Instructions to Bidders
1. MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE GOALS -This
provision applies only to Clean Water State Revolving Fund Program projects and
Drinking Water Financial Assistance Program projects.
This contract is subject to the EPA established Minority Business Enterprise(MBE)/Women's
Business Enterprise(WBE) "fair share"goals:
MBE: CONSTRUCTION 10.3%; SUPPLIES 5%; SERVICES 11.5%;EQUIPMENT 5%.
WBE: CONSTRUCTION 5.9%; SUPPLIES 7.6%; SERVICES 14.5%; EQUIPMENT 7.6%.
TWDB document Guidance on Utilization of Small,Minority and Women Owned Businesses, SRF-
52 describes the requirements of this program.
The prime contractor must submit the PRIME CONTRACTOR AFFIRMATIVE STEPS
CERTIFICATION and GOALS (WRD-217)with the bid,to demonstrate the Prime Contractor's
understanding and commitment to taking affirmative steps.
The contractor must provide the Owner with the information required for SMWBE Certification and
Participation,Summary, TWDB document SRF-373 and provide sufficient documentation(TWDB
WRD-216)that a"good faith effort"was made in offering fair opportunity for participation by
qualified SMWBE firms. This information must be submitted prior to the contract award so the
information can be approved and presented to the TWDB for funding of this contract.
2. CONTINGENT AWARD OF CONTRACT
This contract is contingent upon release of funds from the Water Development Board.
Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part
by a loan or grant from the Texas Water Development Board, and a grant from the United States
Environmental Protection Agency(U.S.EPA.) Neither the State of Texas,or U.S. EPA nor any of
its departments,agencies, or employees are or will be a party to this Invitation for Bids or any
resulting contract.
3. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION-This
provision applies only to Clean Water State Revolving Fund Program projects and
Drinking Water Financial Assistance Program projects
Equal Opportunity in Employment-All qualified applicants will receive consideration for
employment without regard to race, color,religion, sex,age,handicap or national origin. Bidders
on this work will be required to comply with the President's Executive Order No. 11246, as
,► amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41
CFR Part 60.
WRD-702C Revised 2-28-2005 3
The Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated
Facilities (WRD-255) must be submitted with the bid.
4. DEBARMENT AND SUSPENSION CERTIFICATION- This provision applies only to
0011, Clean Water State Revolving Fund Program projects and Drinking Water Financial
Assistance Program projects which receive funds made directly available by Federal
funding.
This contract is subject to the provisions the federal Debarment and Suspension requirements of 40
CFR Part 32, including but not limited to Appendix.B as follows:
Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion--Lower Tier
Covered Transactions
Instructions for Certification
4.1.By signing and submitting this proposal, the prospective lower tier participant is providing the
certification set out below.
4. 2. The certification in this clause is a material representation of fact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective-lower tier
participant knowingly rendered an erroneous certification, in addition to other remedies available to
the Federal Government the department or agency with which this transaction originated may
pursue available remedies, including suspension and/or debarment.
4.3. The prospective lower tier participant shall provide immediate written notice to the person to
which this proposal is submitted if at any time the prospective lower tier participant learns that its
certification was erroneous when submitted or had become erroneous by reason of changed
circumstances.
4.4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction,
participant,person,primary covered transaction,principal,proposal, and voluntarily excluded, as
used in this clause,have the meaning set out in the Definitions and Coverage sections of rules
implementing Executive Order 12549.You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of those regulations.
4.5. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4,
debarred, suspended,declared ineligible,or voluntarily excluded from participation in this covered
transaction,unless authorized by the department or agency with which this transaction originated.
4.6. The prospective lower tier participant further agrees by submitting this proposal that it will
include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions.
4.7. A participant in a covered transaction may rely upon a certification of a prospective participant
in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9,
subpart 9.4,debarred,suspended, ineligible,or voluntarily excluded from covered transactions,
unless it knows that the certification is erroneous.A participant may decide the method and
frequency by which it determines the eligibility of its principals. Each participant may,but is not
required to,check the List of Parties Excluded from Federal Procurement and Nonprocurement
Programs.
4.8.Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render in good faith the certification required by this clause. The knowledge and
information of a participant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
WRD-702C Revised 2-28-2005 4
4.9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a
covered transaction knowingly enters into a lower tier covered transaction with a person who is
proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or
voluntarily excluded from participation in this transaction, in addition to other remedies available to
the Federal Government,the department or agency with which this transaction originated may
pursue available remedies, including suspension and/or debarment.
Certification Regarding Debarment, Suspension,Ineligibility and
Voluntary Exclusion--Lower Tier Covered Transactions
(1)The prospective lower tier participant certifies,by submission of this proposal,that neither it
nor its principals is presently debarred, suspended,proposed for debarment, declared
ineligible,or voluntarily excluded from participation in this transaction by any Federal
department or agency.
a
(2)Where the prospective lower tier participant is unable to certify to any of the statements in
this certification, such prospective participant shall attach an explanation to this proposal.
5. BID GUARANTEE
Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price. (Water Code
17.183). If a bid bond is provided, the contractor shall utilize a surety company which is authorized
to do business in Texas in accordance with Art. 7.19-1.Bond of Surety Company; Chapter 7 of the
Insurance Code.
6. AWARD OF CONTRACT TO NONRESIDENT BIDDER
A governmental entity may not award a governmental contract to a nonresident bidder unless the
nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that
is not less than the amount by which a resident bidder would be required to underbid the
nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal
place of business is located. A non-resident bidder is a contractor whose corporate offices or principal place of
business is outside of the state of Texas. (Source:Texas Government Code Chapter 2252 Subchapter A
Nonresident Bidders,(§ 2252.002.) The bidder will complete form WRD-259 which must be
submitted with the bid.
Forms to be submitted with Bid:
• Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated
Facilities(WRD-255)
• Prime Contractor Affirmative Steps Certification and Goals(WRD-217)
• Vendor Compliance with Non-Resident Bidder Requirements(WRD-259)
WRD-702C Revised 2-28-2005 5
Construction Contract Supplemental Conditions
Conditions:
1. PRIVITY OF CONTRACT
Funding for this project is expected to be provided in part by the Texas Water Development Board.
Neither the State of Texas,nor any of its departments, agencies or employees is,or will be, a party
to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC
Chapter 363 in effect on the date of the assistance award for this project.
2. DEFINITIONS
(a) The term Owner means the local entity contracting for the construction services.
(b)The term "TWDB" means the Executive Administrator of the Texas Water Development Board,
or other person who may be at the time acting in the capacity or authorized to perform the
functions of such Administrator, or the authorized representative thereof.
3. LAWS TO BE OBSERVED
In the execution of the Contract,the Contractor must comply with all applicable Local, State and
Federal laws,including but not limited to laws concerned with labor, safety, minimum wages, and
the environment. The Contractor shall make himself familiar with and at all times shall observe and
comply with all Federal, State, and Local laws, ordinances and regulations which in any manner
affect the conduct of the work, and shall indemnify and save harmless the Owner,Texas Water
Development Board, and their representatives against any claim arising from violation of any such
law,ordinance or regulation by himself or by his subcontractor or his employees.
4. REVIEW BY OWNER, and TWDB
(a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at all times
have access to and be permitted to observe and review all work,materials,equipment,payrolls,
personnel records, employment conditions,material invoices, and other relevant data and
records pertaining to this Contract,provided,however that all instructions and approval with
respect to the work will be given to the Contractor only by the Owner through authorized
representatives or agents.
(b) Any such inspection or review by the TWDB shall not subject the State of Texas to any action
for damages.
5. PERFORMANCE AND PAYMENT BONDS
Each contractor awarded a construction contract furnish performance and payment bonds:
(a) the performance bond shall include without limitation guarantees that work done under the
contract will be completed and performed according to approved plans and specifications and in
accordance with sound construction principles and practices; and
(b) the performance and payment bonds shall be in a penal sum of not less than 100 percent of the
contract price and remain in effect for one year beyond the date of approval by the engineer of
the political subdivision.
(c)The contractor shall utilize a surety company which is authorized to do business in Texas in
accordance with Art. 7.19-1. Bond of Surety Company;Chapter 7 of the Insurance Code.
WRD-7020 Revised 2-28-2005 6
6. PROGRESS PAYMENTS AND PAYMENT SCHEDULE
(a) The Contractor shall submit for approval immediately after execution of the Agreement, a
carefully prepared Progress Schedule, showing the proposed dates of starting and completing
each of the various sections of the work,the anticipated monthly payments to become due the
Contractor, and the accumulated percent of progress each month.
(b) The following paragraph applies only to contracts awarded on a lump sum contract price:
COST BREAKDOWN- The Contractor shall submit to the Owner a detailed breakdown of'his
estimated cost of all work to be accomplished under the contract, so arranged and itemized as to
meet the approval of the Owner or funding agencies. This breakdown shall be submitted
promptly after execution of the agreement and before any payment is made to the Contractor for
the work performed under the Contract. After approval by the Owner the unit prices established
in the breakdown shall be used in estimating the amount of partial payments to be made to the
Contractor.
(c)Progress Payments
(1) The Contractor shall prepare his requisition for progress payment as of the last day of the
payment month and submit it,with the required number of copies,to the Engineer for his
review. Except as provided in Paragraph(3)of this subsection,the amount of the payment
due the Contractor shall be determined by adding to the total value of work completed to
date,the value of materials properly stored on the site and deducting(1)five percent(5%)
minimum of the total amount, as a retainage and(2)the amount of all previous payments.
The total value of work completed to date shall be based on the actual or estimated
quantities of work completed and on the unit prices contained in the agreement (or cost
breakdown approved pursuant to section 6.b relating to lump sum bids)and adjusted by
approved change orders. The value of materials properly stored on the site shall be based
upon the estimated quantities of such materials and the invoice prices. Copies of all
invoices shall be available for inspection by the Engineer.
(2) The Contractor shall be responsible for the care and protection of all materials and work
upon which payments have been made until final acceptance of such work and materials by
the Owner. Such payments shall not constitute a waiver of the right of the Owner to require
the fulfillment of all terms of the Contract and the delivery of all improvements embraced in
this Contract complete and satisfactory to the Owner in all details.
(3) This clause applies to contracts when the Owner is a(Municipal Utility District,or Water
Control and Improvement District. The retainage shall be ten percent minimum of the
amount otherwise due until at least fifty percent of the work has been completed. After the
project is fifty percent completed,the District may reduce the retainage from ten percent to
no less than five percent.
(4)The five percent(51/6)minimum retainage of the progress payments due to the Contractor
may not be reduced until the building of the project is substantially complete and a reduction
in the retainage has been authorized by the TWDB.
(5) The following clause applies only to contracts where the total price at the time of execution
is$400,000 or greater and the retainage is greater than 5%and the Owner is not legally
exempted from the condition(i.e certain types of water districts).
WRD-702C Revised 2-28-2005 7
The Owner shall deposit the retainage in an interest-bearing account, and the interest earned
on such retainage funds shall be paid to the Contractor after completion of the contract and
final acceptance of the project by the Owner.
(d) Withholding Payments. The Owner may withhold from any payment otherwise due the
Contractor so much as may be necessary to protect the Owner and if so elects may also withhold
any amounts due from the Contractor to any subcontractors or material dealers, for work
performed or material furnished by them. The foregoing provisions shall be construed solely for
the benefit of the Owner and will not require the Owner to determine or adjust any claims or
disputes between the Contractor and his subcontractors or Material dealers, or to withhold any
moneys for their protection unless the Owner elects to do so. The failure or refusal of the
Owner to withhold any moneys from the Contractor shall in no way impair the obligations of
any surety or sureties under any bond or bonds furnished under this Contract.
(c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the Owner
shall be made subject to submission by the Contractor of all written certifications required of
him and his subcontractors by Section 3 hereof(relating to labor standards) and other general
and special conditions elsewhere in this contract.
(e) Final Payment.
(1)Upon satisfactory completion of the work performed under this contract, as a condition
before final payment under this contract or as a termination settlement under this contract
the contractor shall execute and deliver to the Owner a release of all claims against the
Owner arising under,or by virtue of,this contract, except claims which are specifically
exempted by the contractor to be set forth therein. Unless otherwise provided in this
contract,by State law or otherwise expressly agreed to by the parties to this contract, final
payment under this contract or settlement upon termination of this contract shall not
constitute a waiver of the Owner's claims against the contractor or his sureties under this
contract or applicable performance and payment bonds.
(2) After final inspection and acceptance by the Owner of all work under the Contract,the
Contractor shall prepare his requisition for final payment which shall be based upon the
carefully measured or computed quantity of each item of work at the applicable unit prices
stipulated in the Agreement or cost breakdown(if lump sum), as adjusted by approved
change orders. The total amount of the final payment due the Contractor under this contract
shall be the amount computed as described above less all previous payments.
(3) The retainage and its interest earnings,if any, shall not be paid to the Contractor until the
TWDB has authorized a reduction in, or release of,retainagc on the contract work.
(4) Withholding of any amount due the Owner, under general and/or special conditions
regarding"Liquidated.Damages," shall be deducted from the final payment due the
Contractor.
7. WORKMAN'S COMPENSATION INSURANCE COVERAGE
(a) The contractor shall certify in writing that the contractor provides workers' compensation
insurance coverage for each employee of the contractor employed on the public project.
(b) Each subcontractor on the public project shall provide such a certificate relating to coverage of
the subcontractor's employees to the general contractor, who shall provide the subcontractor's
certificate to the governmental entity.
WRD-702C Revised 2-28-2005 8
(c) A contractor who has a contract that requires workers' compensation insurance coverage may
provide the coverage through a group plan or other method satisfactory to the governing body of
the governmental entity.
(d) The employment of a maintenance employee by an employer who is not engaging in building or
construction as the employer's primary business does not constitute engaging in building or
construction.
(e)In this section:
(1) "Building or construction" includes:
(A) erecting or preparing to erect a structure, including a building, bridge, roadway, public
utility facility,or related appurtenance;
(B) remodeling, extending,repairing,or demolishing a structure; or
(C) otherwise improving real property or an appurtenance to real property through similar
activities.
(2) "Governmental entity" means this state or a political subdivision of this state. The term
includes a municipality.
8. CHANGES
(a)The Owner may at any time,without notice to any surety,by written order,make any change in
the work within the general scope of the contract,including but not limited to changes:
(1) In the specifications (including drawings and designs);
(2) In the time,method or manner of performance of the work;
(3)In the Owner-furnished facilities, equipment, materials, services or site, or
(4)Directing acceleration in the performance of the work.
(5)The original contract price may not be increased under this section by more than 25 percent.
The original contract price may not be decreased under this section by more than 25 percent
without the consent of the contractor. (Local Government Code 271.060)
(b)A change order shall also be any other written order(including direction, instruction,
interpretation or determination) from the Owner which causes any change,provided the
contractor gives the Owner written notice stating the date, circumstances and source of the order
and that the contractor regards the order as a change order.
(c)Except as provided in this clause,no order, statement or conduct of the Owner shall be treated as
a change under this clause or entitle the contractor to an equitable adjustment.
(d)If any change under this clause causes an increase or decrease in the contractor's cost or the time
required to perform any part of the work under this contract,whether or not changed by any
order,the Owner shall make an equitable adjustment and modify the contract in writing. Except
for claims based on defective specifications,no claim for any change under paragraph(a)(2)
above shall be allowed for any costs incurred more than 20 days before the contractor gives
written notice as required in paragraph(a)(2). In the case of defective specifications for which
the Owner is responsible, the equitable adjustment shall include any increased cost the contractor
reasonably incurred in attempting to comply with those defective specifications.
(e) If the contractor intends to assert a claim for an equitable adjustment under this clause, the
contractor must,within 30 days after receipt of a written change order under paragraph (a)( I)or
the furnishing of a written notice under paragraph(a)(2), submit a written statement to the Owner
setting forth the general nature and monetary extent of such claim The Owner may extend the 30-
day period. The contractor may include the statement of claim in the notice under paragraph(2)
of this changes clause.
(f)No claim by the contractor for an equitable adjustment shall be allowed if made after final
payment under this contract.
(g)Changes that involve an increase in price will be supported by documentation of the costs
components in a format acceptable to the Owner.
WRD-702C Revised 2-28-2005 9
9. PREVAILING WAGE RATES
This Contract is subject to Government Code Chapter 2258 concerning payment of Prevailing Wage
Rates. The Owner will determine what are the general prevailing rates in accordance with the
statute. The applicable provisions include,but are not limited to the following:
§ 2258.021. Right to be Paid Prevailing Wage Rates
(a) A worker employed on a public work by or on behalf of the state or a political subdivision of the
state shall be paid:
(1)not less than the general prevailing rate of per diem wages for work of a similar character
in the locality in which the work is performed; and
(2) not less than the general prevailing rate of per diem wages for legal holiday and overtime
work.
(b) Subsection (a)does not apply to maintenance work.
(c) A worker is employed on a public work for the purposes of this section if the worker is
employed by a contractor or subcontractor in the execution of a contract for the public work
with the state, a political subdivision of the state, or any officer or public body of the state or a
political subdivision of the state.
Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. Amended by Acts 1997, 75th
Leg., ch. 165, § 18.01,eff. Sept. 1, 1997.
§2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty
(a) The contractor who is awarded a contract by a public body or a subcontractor of the contractor
shall pay not less than the rates determined under Section 2258.022 to a worker employed by it
in the execution of the contract.
(b) A contractor or subcontractor who violates this section shall pay to the state or a political
subdivision of the state on whose behalf the contract is made, $60 for each worker employed for
each calendar day or part of the day that the worker is paid less than the wage rates stipulated in
the contract. A public body awarding a contract shall specify this penalty in the contract.
(c) A contractor or subcontractor does not violate this section if a public body awarding a contract
does not determine the prevailing wage rates and specify the rates in the contract as provided by
Section 2258.022.
(d) The public body shall use any money collected under this section to offset the costs incurred in
the administration of this chapter.
(e) A municipality is entitled to collect a penalty under this section only if the municipality has a
population of more than 10,000.
Added by Acts 1995, 74th Leg.,ch. 76, § 5.49(a),eff. Sept. 1, 1995.
§ 2258.024. Records
(a)A contractor and subcontractor shall keep a record showing:
(1) the name and occupation of each worker employed by the contractor or subcontractor in
the construction of the public work; and
(2)the actual per diem wages paid to each worker.
(b) The record shall be open at all reasonable hours to inspection by the officers and agents of the
public body.
Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a),eff. Sept. 1, 1995.
§2258.025. Payment Greater Than Prevailing Rate Not Prohibited
This chapter does not prohibit the payment to a worker employed on a public work an amount
greater than the general prevailing rate of per diem wages.
Added by Acts 1995, 74th Leg.,ch. 76, § 5.49(a), eff. Sept. 1, 1995.
10. CONTRACT WORK HOURS REQUIRMENTS (29 CFR 5.1, &5.6)-This provision only
applies to Clean Water State Revolving Fund Program projects and Drinking Water
WRD-702C Revised 2-28-2005 OFFI .'1AL RECOliD 10
CITE' RIPLINTAIRY
Financial Assistance Program projects which receive funds made directly available by
Federal funding.
This contract is subject to Title 29 Code of Federal regulations Part 5 concerning Contract Work
Hours, including but not limited to the following.
Sec. 5.5 Contract provisions and related matters. (a)omitted.
(b)Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the
contracting officer to insert the following clauses set forth in paragraphs (b)(1), (2),(3), and (4)
of this section in full in any contract in an amount in excess of$100,000 and subject to the
overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall
be inserted in addition to the clauses required by Sec. 5.5(a)or 4.6 of part 4 of this title. As used
in this paragraph,the terms laborers and mechanics include watchmen and guards.
(1) Overtime requirements.No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is
employed on such work to work in excess of forty hours in such workweek unless such
laborer or mechanic receives compensation at a rate not less than one and one-half times the
basic rate of pay for all hours worked in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of
the clause set forth in paragraph(b)(1)of this section the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States(in the case of work done under contract for
the District of Columbia or a territory,to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer
or mechanic,including watchmen and guards, employed in violation of the clause set forth
in paragraph(b)(1)of this section, in the sum of$10 for each calendar day on which such
individual was required or permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the clause set forth in paragraph
(b)(1)of this section.
(3) Withholding for unpaid wages and liquidated damages. The(write in the name of the
Federal agency or the loan or grant Owner) shall upon its own action or upon written request
of an authorized representative of the Department of Labor withhold or cause to be withheld,
from any moneys payable on account of work performed by the contractor or subcontractor
under any such contract or any other Federal contract with the same prime contractor,or any
other federally-assisted contract subject to the Contract Work Hours and Safety Standards
Act,which is held by the same prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and
liquidated damages as provided in the clause set forth in paragraph(b)(2)of this section.
(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
set forth in paragraph(b)(1)through(4)of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor with the
clauses set forth in paragraphs(b)(1)through(4)of this section.
(c)In addition to the clauses contained in paragraph(b),in any contract subject only to the Contract
Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1,the
Agency Head shall cause or require the contracting officer to insert a clause requiring that the
contractor or subcontractor shall maintain payrolls and basic payroll records during the course
of the work and shall preserve them for a period of three years from the completion of the
contract for all laborers and mechanics,including guards and watchmen,working on the
contract. Such records shall contain the name and address of each such employee, social
security number,correct classifications, hourly rates of wages paid,daily and weekly number of
hours worked,deductions made, and actual wages paid. Further,the Agency Head shall cause or
WRD-702C Revised 2-28-2005 11
require the contracting officer to insert in any such contract a clause providing that the records
to be maintained under this paragraph shall be made available by the contractor or subcontractor
for inspection, copying, or transcription by authorized representatives of the(write the name of
agency) and the Department of Labor, and the contractor or subcontractor will permit such
representatives to interview employees during working hours on the job.
11. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION-This
provision only applies to Clean Water State Revolving Fund Program projects and
Drinking Water Financial Assistance Program projects which receive funds made directly
available by Federal funding and the contract agreement is for more than $10,000.
During the performance of this contract,the Contractor agrees as follows:
(a) The Contractor will not discriminate against any employee or applicant for employment
because of race, color,religion, sex, age,handicap,or national origin. The Contractor will
take affirmative action to ensure that applicants are employed, and that employees are
treated during employment without regard to their race,color,religion, sex, age,handicap,
or national origin. Such action shall include,but not be limited to the following:
Employment,upgrading, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination;rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The Contractor agrees to post in conspicuous places, available to
employees and applicants for employment,notices to be provided setting forth the
provisions of this nondiscrimination clause.
(b)The Contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the Contractor, state that all qualified applicants will receive considerations for
employment without regard to race, color,religion, sex,age, handicap, or national origin.
(c)The Contractor will send to each labor union or representative of workers with which he
has a collective bargaining agreement or other contract or understanding, a notice to be
provided advising the said labor union or workers'representatives of the Contractor's
commitments under this section, and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
(d)The Contractor will comply with all provisions of Executive Order 11246 of September
24, 1965,the Age Discrimination in Employment Act of 1967,29 U.S.C.A. 621 (1985),
Executive Order 12250 of November 2, 1980,the Rehabilitation Act of 1973, 29 U.S.C.A.
701 et seq. (1985), and of the rules,regulations, and relevant orders of the Secretary of
Labor.
(e) The Contractor will furnish all information and reports required by Executive Order
11246 of September 24, 1965, and by rules,regulations, and orders of the Secretary of
Labor, or pursuant thereto,and will permit access to-his books,records, and accounts by the
administering agency and the Secretary of Labor for purposes of investigation to ascertain
compliance with such rules,regulations,and orders.
(f)In the event of the Contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of the said rules,regulations, or orders, this contract may be canceled,
terminated, or suspended in whole or in part and the Contractor may be declared ineligible
for further Government contracts or federally assisted construction contracts in accordance
with procedures authorized in Executive Order 11246 of September 24, 1965, and such other
sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of
WRD-702C Revised 2-28-2005 12
September 24, 1965, or by rule, regulation,or order of the Secretary of Labor, or as
otherwise provided by law.
(g)The Contractor will include the portion of the sentence immediately preceding paragraph
(a)and the provisions of paragraphs(a)through(g)in every subcontract or purchase order
unless exempted by rules,regulations, or orders of the Secretary of Labor issued pursuant to
section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will
be binding upon each subcontractor or vendor. The Contractor will take such action with
respect to any subcontract or purchase order as the administering agency may direct as a
means of enforcing such provisions,including sanctions for noncompliance: PROVIDED,
HOWEVER, That in the event a Contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such direction by the administering
agency the Contractor may request the United States to enter into such litigation to protect
the interest of the United States.
(h)The Contractor will comply with Executive Order 11246 based on its implementation of
the Equal Opportunity Clause, specific affirmative action obligations required by the
Standard Federal Equal Employment Opportunity Construction Contract Specifications, as
set forth in 41 CFR Part 60-4 and its efforts to meet the goals established for the
geographical area where the Contract is to be performed. The hours of minority and female
employment and training must be substantially uniform throughout the length of the
Contract, and in each trade, and the Contractor shall make a good faith effort to employ
minorities and women evenly on each of its projects. The transfer of minority or female
employees or trainees from Contractor to Contractor or from project to project for the sole
purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive
Order, and the regulations in 41 CFR Part 60-4. The goals are expressed as percentages of
the total hours of employment and training of minority and female utilization the Contractor
should reasonably be able to achieve in each construction trade in which it has employees in
the covered area. Goals are published periodically in the Federal Register in notice form,
and such notices may be obtained from any office of federal contract compliance programs
office or from federal procurement contracting officers(512) 229-5835. The Contractor is
expected to make substantially uniform progress toward its goal in each craft during the
period specified.
Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the
work involving any construction trade, it shall physically include in each subcontract in
excess of$10,000 the provisions of these specifications and the notice which contains the
applicable goals set for minority and female participation and which is set forth in the
solicitations from which this contract resulted.
12.DEBARMENT AND SUSPENSION -This provision applies only to Clean Water State
Revolving Fund Program projects and Drinking Water Financial Assistance Program
projects which receive funds made directly available by Federal funding.
This contract is subject to the Title 40 Code of Federal Regulations Part 32 concerning
Debarment and Suspension. The contractor will comply with the assurances provided with the
bid that led to this contract.
13. MINORITY AND WOMEN-OWNED BUSINESSES ENTERPRISES-This provision
, . only applies to Clean Water State Revolving Fund Program projects and Drinking Water
Financial Assistance Program projects.
WRD-702C Revised 2-282005 13
(a) The Contractor shall, if awarding sub-agreements, to the extent appropriate for the goals listed
in the instructions to bidders make a good faith effort to use minority and women business when
possible as sources of supplies, construction, equipment and services by taking the following
steps:
(1) Including qualified small,minority, and women's businesses on solicitation lists;
(2) Assuring that small,minority, and women's businesses are solicited whenever they are
potential sources;
(3) Dividing total requirements, when economically feasible,into small tasks or quantities to
permit maximum participation of small,minority, and women's businesses;
(4) Establishing delivery schedules,where the requirements of the work permit, which will
encourage participation by small,minority, and women's businesses; and
(5) Using the services and assistance of the Small Business Administration and the Office of
Minority Business Enterprise of the U.S. Department of Commerce, as appropriate.
(b)The Contractor shall submit to the Owner information on utilization of minority and women
business enterprises within.30 days of entering into an agreement with a minority or women
business enterprise. The information shall include reporting called for in SRF-052,Texas
Water Development Board Guidance for Utilization of Small,Minority & Women-Owned
Businesses in Procurement.
(c) The Contractor shall maintain a documentation file on all efforts to obtain Minority and
Women-Owned Business Participation.
14. ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES
No activity which may affect properties listed or properties eligible for listing in the National
Register of Historic Places, or eligible for designation as a State Archeological Landmark is
authorized until the Owner has complied with the provisions of the National Historic Preservation
Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate
agencies and impacts to known cultural or archeological deposits have been avoided or mitigated.
However,the Contractor may encounter unanticipated cultural or archeological deposits during
construction.
If archeological sites or historic structures which may qualify for designation as a State
Archeological Landmark according to the criteria in 13 TAC 41.6-41.10,or that may be eligible
for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are
discovered after construction operations are begun,the Contractor shall immediately cease
operations in that particular area and notify the Owner,the TWDB, and the Texas Antiquities
Committee,P.O. Box 12276, Capitol Station,Austin,Texas 78711-2276. The Contractor shall take
reasonable steps to protect and preserve the discoveries until they have been inspected by the
Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic
Preservation Officer and any other appropriate agencies to obtain any necessary approvals or
permits to enable the work to continue. The Contractor shall not resume work in the area of the
discovery until authorized to do so by the Owner.
WRD-702C Revised 2-28-2005 14
15. ENDANGERED SPECIES
No activity is authorized that is likely to jeopardize the continued existence of a threatened or
endangered species as listed or proposed for listing under the Federal Endangered Species Act
(ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species,or to destroy or
adversely modify the habitat of such species.
If a threatened or endangered species is encountered during construction,the Contractor shall
immediately cease work in the area of the encounter and notify the Owner, who will immediately
implement actions in accordance with the ESA and applicable State statutes. These actions shall
include reporting the encounter to the TWDB,the U. S. Fish and Wildlife Service, and the Texas
Parks and Wildlife Department,obtaining any necessary approvals or permits to enable the work to
continue, or implement other mitigation actions. The Contractor shall not resume construction in
the area of the encounter until authorized to do so by the Owner.
16. HAZARDOUS MATERIALS
Materials utilized in the project shall be free of any hazardous materials,except as may be
specifically provided for in the specifications.
If the Contractor encounters existing material on sites owned or controlled by the Owner or in
material sources that are suspected by visual observation or smell to contain hazardous materials,
the Contractor shall immediately notify the Engineer and the Owner. The Owner will be
responsible for the testing for and removal or disposition of hazardous materials on sites owned or
controlled by the Owner. The Owner may suspend the work,wholly or in part during the testing,
removal or disposition of hazardous materials on sites owned or controlled by the Owner.
17. PROJECT SIGN
A project IDENTIFICATION SIGN will be provided to the contractor. The contractor shall erect
the sign in a prominent location at the construction project site or along a major thoroughfare within
the community as directed by the Owner.
18. OPERATION AND MAINTENANCE MANUALS AND TRAINING
(a) The Contractor shall obtain installation,operation, and maintenance manuals from
manufacturers and suppliers for equipment furnished under the contract. The Contractor shall
submit three copies of each complete manual to the Engineer within 90 days after approval of
shop drawings,product data, and samples, and not later than the date of shipment of each item
of equipment to the project site or storage location.
(b) The Owner shall require the Engineer to promptly review each manual submitted,noting
necessary corrections and revisions. If the Engineer rejects the manual,the Contractor shall
cotrect and resubmit the manual until it is acceptable to Engineer as being in conformance with
design concept of project and for compliance with information given in the Contract
Documents. Owner may assess Contractor a charge for reviews of same items in excess of three
(3)times. Such procedure shall not be considered cause for delay. Acceptance of manuals by
Engineer does not relieve Contractor of any requirements of terms of Contract.
(c) The Contractor shall provide the services of trained,qualified technicians to check final
equipment installation,to assist as required in placing same in operation, and to instruct
operating personnel in the proper manner of performing routine operation and maintenance of
the equipment.
WRD-702C Revised 2-28-2005 15
(d) Operations and maintenance manuals specified hereinafter are in addition to any operation,
maintenance,or installation instructions required by the Contractor to install,test, and start-up
the equipment.
(e) Each manual to be bound in a folder and labeled to identify the contents and project to which it
applies. The manual shall contain the following applicable items:
(1) A listing of the manufacturer's identification, including order number,model, serial number,
and location of parts and service centers.
(2) A list of recommended stock of parts, including part number and quantity.
(3) Complete replacement parts list.
(4) Performance data and rating tables.
(5) Specific instructions for installation, operation, adjustment; and maintenance.
(6) Exploded view drawings for major equipment items.
(7) Lubrication requirements.-
(8) Complete equipment wiring diagrams and control schematics with terminal identification.
19.AS-BUILT DIMENSIONS AND DRAWINGS
(a) Contractor shall make appropriate daily measurements of facilities constructed and keep
accurate records of location(horizontal, and vertical)of all facilities.
(b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct
prints,marked with red pencil, to show as-built dimensions and locations of all work
constructed. As a minimum,the final drawings shall include the following:
(1) Horizontal and vertical locations of work.
(2) Changes in equipment and dimensions due to substitutions.
(3) "Nameplate" data on all installed equipment.
(4) Deletions,additions, and changes to scope of work.
(5) Any other changes made.
Forms to be submitted with executed contracts:
• Contractor's act of Assurance(ED-103)
• Contractor's Resolution on Authorized Representative(ED-104)
• Prime Contractor Affirmative Steps Solicitation Report(WRD-216)
• SMWBE Self-Certification(WRD-218)
Form to be submitted duriniz construction:
• Loan/Grant Participation Summary(SRF-373)
WRD-702C Revised 2-28-2005 16
PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and
GOALS (WRD-217)
To be completed by Prime Contractor and submitted t0 TWDB by ApplicantlEntity.(6-1-0o)
.y,M1} en�sT .a,�-%.: # �:>.�r. ,rrY:;a.y �c�c- .,.���i_�yr,, �.... ;�4�q,a k,.t• ���;.. .� .�4
HYD `^i� �''y� A• Iicanfl:E ffi'"U k� r }� "'� � a
` _ ii�� LKQ:tSl i4���, h�P y � �+5 �S`y�=� W A'W" e �� I
?rt ec mob• �; ��#� �E jCP. OG,EA�IvTYPEx rC ckl "►1
4 G Q 1 DRINKING WATER SRF(DWSRF) Q CLEAN WATER SRF(CWSRF) Q
R,}-W 0 0'iA COLONIA WASTEWATER(CWTAP) II Other(Describe)0
D.PRIME CONTRACTOR: E.Contract Amount:
0sCA-4lZFNbA GDNT9AC- (uG,, x wc) $71-700
F.Street Address,City,State,Zip code:
527x Be4-tSor, Lance C.0 an.e Ke 7x-Z L 7-4 Z
- ,;��y�;''' a,��.��'rt"���w.__,��-�• "�'�Tr�'F.- F?6��G'OOD_'FAITI-[gEF�OR`T��r�t"�N.-3�� �. s�, � ���<
.: w���'ti� ��.
1 understand that It Is responsibility to comply with all state and federal regulations and uidance in Utilization of
Small Minority&Women-Owned Businesses in Procurement.I cern that 1 will make a" ood faith effort"to afford
o ortunities for SBE MBE WBE and SBRA Participation b :
9. Including uarified SBEs MBEs WBEs and SBRAs on solicitation lists
2 solicifina notenffal SBEs MBEs WBEs and SBRAs•
3. making efforts to divide total requirements,when economically feasible into small tasks or quantldes to Permit maximum
agrticFpation of SBEs.MBEs.WBEs and SBRAs:
4. makina efforts to establish deMmry schedules,where the requirements of the work permit,which will encourage participation by
SBEs MBEs WBEs and SBRAs•
S
making efforts to use the services and assistance of the Small Business Administration and the Minority Business Develo ment
enc U.S.Department of Commerm as appropriate.and
G.submftffna documentation to the Applicant demonstrating"good faith"efforts.
Mt•7 ' '}Y.i;Y;' •+y i�S.?j tx+ .'� Fa ,c -.yay .zr:-:::.ryw.-'--... .e� :� A-:
�jj �,' �`� y H`�S �%coniratPartic �at'oiV stimat:" „` � �'
_..�.,•,rXOks� •�;':.:,�.�r401tS-x,:e�^:4..=N.._ _..1. __ ....s.m€. .1.. �.i:._.—,��r•,a•,1�`�w .,��" 5a._.t� �
1.Number of Subcontracts: Jr"
+r,- -.r`�w z'•-.".;san::,��- - ..M�- _ ',�;a yr:�. -.�..:�s--.. -="#- Ke[�.` '�.T.x�k:-Y��T �e =W- .�^.�;"�:?---II,; c�"�
��t�le•;r� :�?. rocure"-`inent �`�����• ,z"3?MBE�A�►ca�ds� ;w ,�•,���r�s�' ��C 4 6E�kwac�s :.
Category Total Amount Amount Percent Amount Percent
1.Construction ", 000 .
2.Supplies OQO /Noov �•�►7
3.Equipment
4.Services s�000 sQpp .06
�• ;,�., C4 �v w:rs•:. -;.,. n:u. - -�'rt;;R ':r.z'.' F ,.; ,s.. •,,- �';j =cora•n �'.,.ze.' rae_' � o
I JA
¢•. S�gna e} m'exG�yo [jay¢�tor #� a -JS ti 6
..4, 7y-. _s�''�3..'[egg sCr' �'.aAv""!"EI-a.�Yaif'-. �a .s�v -�YknJv�(Pt:ry{•'� 19' 'T
x v..,.mss ......a...v.._
vor Preu -0 /9 l C..
_am_, Ic . MOW"" pry v -f&LI1.i ` : X N
.,r '. Lei'. .... .�'^.2 a�e.p,..�t Ya'=.n:x -.... :.e �:w-:- ,...- - __ - -'A.-.. __ .,,.tii ,�F.•T�},• -fi45'- "Y, ;::-�•�<:e :na- "Yj
�.��` s'������h��.��.�.�,�z- r;��� �`;��O,�E R_1V1t -'Bts�_1S ONL`u1��� �� °��.•���• [��.��� �- �., :��.
%i.�.Js' ...•l.>Z" �1.� S_i� ...•b-...�.C'M.'4L•i..C•L'.L=:.SC�V•'S�.'�d'��'+eh+r_ �Y���� d
ecReview Engineer Signature: Date:
0" M
, eSMWBE Coordinator Signature: Date:
;. ==="
SMWBE COORDINATOR COMMENTS:
WRD-702C Revised 2-28-2005 17
WRD-267
7-25-02
YM-255
112
o9nvI
ot �
BIDDER'S EEO/NSF CERTIFICATIONS (WRD 255)
Project Name __dile 94OUAIA to T651d
Project Number
Contract For
The following certifications must be completed by the bidder for each contract
A. EQUAL EMPLOYMENT OPPROTUNITY:
have developed and have on file at my each establishment affirmative action programs
pursuaiot to 41 CFR Part 60-2.
(—)ISve participated in previous contract(s)or subcontract(s)subject to the equal opportunity
clause under Executive Orders 11246 and 11375. I have filed all reports due under the
requirements contained in 41 CFR 60-1.7.
( )I have not participated in previous contracts(s)subject to the equal opportunity clause under
Executive Orders 11246 and 11375.
( 'I will obtain a similar certification from any proposed subcontractor(s),when appropriate.
B. NONSEGREGATED FACILITIES
certify that I do not and will not maintain any facilities provided for my employees in a
segregated manner, or permit my employees to perform their services at any location under my
control where segregated facilities are maintained;and that I will obtain a similar certification prior
to the award of any federally assisted subcontract exceeding$10,000 which is not exempt from the
equal opportunity clause as required by 41 CFR 60-1.8.
I understand that a false statement on this certification may be grounds for rejection of this bid
proposal or termination of the contract award.
Typed Name&Title-of Bidder's Authorized Representative
Signature of Bidder's Authorized Representative
Date
� TtNG Tic
Name&Address of Bidder
WRD-702C Revised 2-28-2005 18
WRD-259
3/2M
VENDOR COMPLIANCE WITH RECIPROCITY ON NON-RESIDENT BIDDERS-
Government Code 2252.002 provides that,in order to be awarded a contract as low bidder,a non-
resident bidder must bid projects for construction,improvements,supplies or services In Texas at an
amount lower than the lowest Texas resident bidderby the same amount that a Texas resident bidder
would be required to underbid a non-resident bidder in order to obtain a comparable contract in the
state In which the non-resident's principal place of business is located. A non-resident bidder is a
contractor whose corporate offices or principal place of business Is outside of the state of Texas. This
requirement does not apply to a contract involving f=ederal funds. 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 contractors to do so will automatically disqualify that bidder.
Resident bidders must check the blank in Section B.
A. Non-resident vendors in (give state),`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 vendors in (give state),our 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:
BIDDER:
4S Cr4fl ��//�A C,c•✓T.�-cTl�tlG►�.�v G
Company
I 7e s (t241 7-
city State zip
faffiL JI E�tl4
By: (please print)
Signature
pmfdw
7ftMe. {piease print)
THIS FORM MUST BE RETURNED WITH YOUR BID
M
V
1• WRD-702C Revised 2-28-2005 19
g
ED-101
01/03/00
SITE CERTIFICATE
This is to certify that the
(Legal Name of Applicant,i.e.,City,District,etc.)
has now acquired, taken bona fide options on, or initiated formal condemnation proceedings against
all property (sites, easements, rights-of-way, or specific use permits) necessary for construction,
operation and maintenance of(water)(wastewater)facilities described as
(Proposed Conhact No.mW Description)
in accordance with plans and specifications approved by the Texas Water Development Board. Any
deeds or documents required to be recorded to protect the title(s)held by
(Legal Name of Applicant)
have been recorded or filed for record wherever necessary.
In the event of conflicts with existing underground utilities, or to preserve unknown cultural or
historic resources,the
Zo
has the right of eminent domain and will take condemnation action, if necessary, to acquire any.
sites, easements or rights-of-way which may be required to change the location of any of the
facilities described above; and upon acquisition of the rights-of-way and recording of documents,
will submit another site certificate to that effect.
EXECUTED this day of -720
(signature)
(Title)
Note: This certificate MUST BE EXECUTED BY AN ATTORNEY OR AN ABSTRACTOR
qualified to evaluate the Applicant"s interest in the site and make such a determination.
ED-103
01/03/01
..
CONTRACTOR'S ACT OF ASSURANCE
STATE OF TEXAS
COUNTY OF Denton
BEFORE ME, a Notary Public duly commissioned and qualified
in and for the County of Denton in the State of Texas came and appeared
Oscar Renda Contractingas represented by Frank Renda , the
corporation's Vice President , who declares he/she is authorized to
represent Oscar Renda Contracting pursuant,to provisions of a resolution
adopted by said corporation on the lst day of March , 20-61
(a duly certified copy of such resolution is attached to and is hereby made a part of this
document).
Frank Renda , as the representative of nscar Randa rantracting
declares that Oscar Renda Contracting assures the Texas Water Development
Eagle Mountain
Board that it will construct 72" Raw water project at Ft. Wth , Texas,
in accordance with sound construction practice, all laws of the State of Texas, and the rules
of the Texas Water Development Board.
GIVEN UNDER MY HAND and seal of office this 30 day of
200(0 A.D.
,lo.. ��; ELVA MARTINEZ
Notary Public,State of Texas
nay Commission Expires
February 24,2010 Ella
i� Printed Name
My Commission expires
OSCARRENDA
w %o CONTRACTING
UNANIMOUS CONSENT OF DIRECTORS OF
OSCAR RENDA CONTRACTING, INC.
The undersigned, being all of the Directors of Oscar Renda Contracting, Inc. (the "Company"), a Texas
corporation, do by this writing consent to take the following action in lieu of a meeting of the Directors of the
Company.
This unanimous consent is executed in accordance with the provisions of the Bylaws of the Company.
The undersigned direct that this consent be filed with the minutes of proceedings of the Directors of the
Company. This unanimous consent is executed pursuant to Article 9.1OB of the Texas Business Corporation
Act, which authorizes the taking of action, by Directors by unanimous consent without a meeting.
WHEREAS, from time to time it would be advantageous to the Company that, in addition to the
President, one or more Vice Presidents or officers be authorized to execute on behalf of the Company contracts
and other engagements by and under which the Company will perform its usual and customary services for
others, but expressly not to be given the authority to incur debt through loans made to the Company, and the
Directors of the Company have determined that it would be in the best interest of the Company to adopt
resolutions that would confirm the authority of Vice-Presidents or officers to enter into contracts on behalf of
the Company.
r
THEREFORE, BE IT RESOLVED by the Directors of the Company as follows:
1. In addition to the President, as the chief executive officer of the Corporation, the following:
Rudolph J Renda Executive Vice-President
Frank Renda General Manager
Eric Buchler Treasurer
has and shall have the authority, and each is hereby authorized and empowered,to enter into construction
contracts, bids, offers,proposals, and the like (herein "contracts") both written and oral, in the name and on
behalf of the Company, upon such terms and conditions as may be agreed upon by him, and the agreement to
and execution of all such contracts by him shall be (i) conclusive evidence that he considers the terms and
provisions thereof to be proper, and (ii) an express representation that the President, Executive Vice President,
Treasurer or General Manager, as the case may be, has entered into the contract on behalf of the Company
pursuant to his duties,powers and authority as granted by these resolutions.
2. Third parties wishing to enter into a contract with the Company may rely conclusively upon the
authority of the President, Rudolph J Renda, Frank Renda, or Eric Buchler as confirmed by these resolutions.
3. Each of the officers of Company is authorized to take such action from time to time as may be
necessary, advisable and proper to carry out and perform the obligations of Company under contracts entered
into pursuant to these resolutions and to do all things necessary to carry out the intents and purposes of the
ie.
522 BENSON LANE - ROANOKE,TEXAS 16262 - 811A91.2103 - FAX 811A91A483
www.escarreodece0acdotam
Unanimous Consent of Directors of
Oscar Renda Contracting, Inc. —Page 1
AS,& 4. For the action of third parties in reliance hereon, any of the President, a Vice-President, a
Secretary or Assistant Secretary of Company is authorized to deliver a copy of these resolutions, and further
these resolutions shall continue in full force and effect until rescinded by formal action of this board and written
notice of rescission delivered to all third parties to whom a copy of these resolutions has previously been given.
Dated: As of March 1, 2006.
DIRECTORS:
/.4 vi
Oscar-Renda
Rudolph J R&
ED-104
5/19/02
CONTRACTOR'S RESOLUTION ON AUTHORIZED REPRESENTATIVE
Oscar Renda , Rudolph J. Renda, Frank Renda
Name or Names
I hereby certify that it was RESOLVED by a quorum of the directors of the
Oscar Renda Contracting, Inc. meeting
name of corporation
on the day of March ,2000 that Oscar Renda . Frank Renda ,
Rudolph Renda and , be, and hereby is,
authorized to act on behalf of Oscar Renda Contracting, Inc. , as its
name of corpomfion
representative,in all business transactions conducted in the State of Texas, and;
That all above resolution was unanimously ratified by the Board of Directors at said
meeting and that the resolution has not been rescinded or amended and is now in full forces
and effect; and;
In authentication of the adoption of this resolution, I subscribe my name and
affix the seal of the corporation this "SO day of A%&1Zcj+ ,2044
Secretary
(seal)
FT. zea, YEN.
SRF-404
(5/I3/91)
SRF Number
CERTIFICATION REGARDING DEBARMENT SUSPENSION AND OTHER
-RESPONSIBILITY MATTERS
The prospective participant certifies to the best of its knowledge and belief that it and its principals:
(a) Are not presently debarred,suspended,proposed for debarment,declated ineligible,or
voluntarily excluded from covered transactions by any Federal department or agency;
(b) Have not within a three year period preceding this proposal been convicted of or had a civil
judgement rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain,or performing a public(Federal,State,or
local)transaction or contract under a public transaction;violation of Federal or State
antitrust statutes or commission of embezzlement,theft,forgery,bribery,falsification or
destruction of records,maldng false statements,or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a government
entity(Federal,State,or local)with commission of any of the offenses enumerated in
paragraph(1)(b)of this certification;and
(d) Have not within a three-year period preceding this application/proposal had one or more
public transactions(Federal,State,or local)terminated for cause or default.
I understand that a false statement on this certification may be grounds for rejection of this proposal
or termination of the award. In addition,under 18 USC Sec. 1001,a false statement may result in a
fine of up to$10,000 or imprisonment for up to 5 years,or both.
Typed Name&Title of Authorized Representative
Signature of Authorized Representative Date
I am unable to certify to the above statements. My explanation is attached.
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
PART D
SPECIAL CONDITIONS
This Part D — Special Conditions is complimentary to Part C — General Conditions and Part Cl —
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 C 1—Supplementary Conditions to Part C of the Contract are
to be read together. Any conflict between Part C — General Conditions and Part C 1 — Supplementary
Conditions of the Contract and this Part D,Part D shall control.
FOR: EAGLE MOUNTAIN 72"RAW WATER TRANSMISSION PIPELINE
PROJECT NO. P164-060164052005
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the 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 oftwo(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 famished 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
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL
TEXAS
Part D special Conditions.doc D-1
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
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 maybe purchascd 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 maybe 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 is located near Eagle Mountain Lake in Fort Worth,Texas. The proposed pipeline
will transfer raw water from the Eagle Mountain Raw Water Pump Station to the Eagle Mountain Water
Treatment Plant. The Eagle Mountain Raw Water Pump Station is located approximately 1 mile north of
Robertson Road,just west of its intersection with McNay Road, in Tarrant County. The Eagle Mountain
Water Treatment Plant is located at 6801 Bowman Roberts Road,Fort Worth,TX 76129.
The Eagle Mountain Raw Water Transmission Pipeline project in combination with the Eagle Mountain Raw
Water Pump Station Improvements project and the Eagle Mountain Water Treatment Plant — Phase III
Expansion project will increase the treatment plant capacity by 35 mgd to a total of 105 mgd with an ultimate
capacity of 220 mgd. The proposed 72-inch pipeline is located approximately parallel to an existing 54-inch
ductile iron raw water transmission pipeline.
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 conurrission,or a coverage agreement(TWCC-81,TWCC-82,TWCC-83,
or TWCC-84),showing statutory workers'compensation insurance coverage for the person's or entiWs
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 toil
Part D Special Conditions.doc D-2
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
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
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.
Opl, 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.
1. The contractor shall contractually require each person with whom it contracts to provide services on a
project,to:
I. 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;
Part D Special Conditions.doc D-3
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
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
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.
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(I)-
(7),
1)-
(7), with the certificates of coverage to be provided to the person for whom they are providing
services.
8. 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 com nission'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 vcrify whether your employer has provided the required coverage,or to report
an employer's failure to provide coverage".
Part D Special Conditions.doc D-4
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
D4 PROJECT DESIGNATION SIGNS
A project sign is required for this project. It shall be in accordance with the attached Figure P l � q Pr ) gore 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:
Eagle Mountain 72"Raw Water Transmission Pipeline
Project No. P164-060164052005
For Questions on this Project Call:
(817)392-6820 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.
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
Part D Special Conditions.doc D-5
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing
em 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 for 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
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.
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
Part D Special Conditions.doc D-6
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
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 special Conditions.doc D-7
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
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. For utility services
received by connections to utility lines owned by the City within the plant,the Contractor will be billed by
the City each month.
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
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
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 515 Calendar Days.
Interim completion dates for various facilities shall be met and are described in Section 01040. Liquidated
damages will be assessed the Contractor for failure to complete necessary work to meet these interim
completion dates.
Part D Special Conditions.doc D-8
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
Substantial Completion of the project shall be defined as completion of all process structures,pipelines,
and equipment have been installed,tested,and commissioned with approval by the Owner and Engineer,
allowing the transfer 105 million gallons per day(mgd)of raw water. Substantial Completion shall be met
within 335 calendar days from notice to proceed.
The time period between Substantial Completion and Final Completion shall be scheduled for completing
ancillary items which have no impact on the transmission of raw water,such as finish grading and paving,
establishment of vegetation,and painting.
In the event the Contractor fails to meet the interim completion dates of the Project,as outlined in Section
01040,the Owner may withhold money permanently from the Contractor's total compensation at a rate of
$5,000.00 per Calendar Day as Liquidated Damages until these interim dates are met. 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 a rate of$5,000.00 per Calendar Day 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 a rate of$2,000.00 per
Calendar Day as Liquidated Damages,including added expenses for engineering services,inspection, loss
of revenue,etc.,in connection with the Project.
Delete the schedule of Liquidated Damages in Section C&-7.10 of the General Conditions.
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 Special Conditions.doc D-9
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
D-18 SUBSTANTIAL COMPLETION INSPECTIONXINAL 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
Construction Manager,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
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 COOPERATION OF CONTRACTORS AND CITY
It is expected that during various phases of the construction of this Project,other contract work,the Eagle
Mountain Water Treatment Plant Phase III Expansion and the Eagle Mountain Raw Water Pump Station
Improvements Project will also be in progress within the area. The Contractor shall be required to
cooperate to the fullest,each with the other contractors,in coordinating work,eliminating conflicts with
work or personnel at all times. In case of conflicts,the Engineer shall determine the responsibility or
priority of work and his decisions shall be final. The estimated construction schedules for the other
construction contracts are presented in Section 01035.
D-21 INTERPRETATION OF REQUIREMENTS
a. Int�per retation: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
Part D Special Conditions.doc D-10
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
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
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 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 wan-ants 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.
Part D Special Conditions.doc D-1 l
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
D-28 TRENCH SAFETY SYSTEM
Information,data,typical design schemes included on the Drawings and Specifications,Section 01665
connection with the trench safety system is for general guidance to the prospective bidders(and
Contractor)and shall not be construed to instruct the Contractor nor specify to the Contractor the design or
method of implementing a trench safety system. The Contractor shall be
solely responsible for all his 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
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
Work to be performed will require draining,pumping and dewatering, and certain cleaning operations
necessary to complete the work as specified and as indicated in the Specification 02221. It is the intent of
these specifications that such draining,pumping and dewatering,and cleaning operations shall be the
obligation of the Contractor. The Contractor is responsible for submitting a Dewatering Plan sealed by a
licensed engineer in the State of Texas.
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 in
accordance with Specification 02221. Payment for Dewatering is considered subsidiary and no extra
payment for these services will be allowed.
D-30 CONSTRUCTION MANAGER
The General Conditions, Section C-1.19 ENGINEER defines various persons who may be designated as
the Engineer. For the prosecution of this Contract,the term Engineer shall mean the Construction
Manager as designated by the Director of the Fort Worth Water Department,together with members of the
staff of the Construction Manager who are assigned to the Project. Any contacts the Contractor may wish
to make with any City personnel or consulting engineers,shall be arranged through the Construction
Manager. The Contractor shall not act upon any requests or instructions he may receive from any City
personnel or consulting engineers nor shall he give instructions or directions to such persons without the
approval or consent of the Construction Manager.
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. r�
REC
Part D Special Conditions.doc D-12 rFy!n� COESERky
NQ
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
During the construction of the project the resident superintendent shall demonstrate an ability to properly
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.
The Contractor shall submit resumes for the Electrical and Instrumentation superintendents listing
qualifications and experience records prior to the award of 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 RESIDENT ENGINEER'S OFFICE
No Resident Engineer's Office will be required for this project.
D-33 CONTRACTOR'S OFFICE
A Contractor's Office is not required for this project.
D-34 (NOT USED)
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 included in the unit price bid for the pipe. No
extra payments will be made for mobilization,re-mobilization,or demobilization.
D-37 SEOUENCE 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 Sections 01040 and 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.
Part D Special Conditions.doc D-13
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
D-39 WARRANTY CERTIFICATES
The Manufacturer shall warrant that all equipment fumished 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.
D40 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
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 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.
D41 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 forty-eight(48)photographs of the alignment 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.
Part D Special Conditions.doc D-14
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
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
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
EIR - 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.
Part D Special Conditions.doc D-15
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
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.
D43 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 full-size 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.
D44 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.
D45 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 D46.
D46 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
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.
Part D Special Conditions.doc D-16
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
OPOI 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.
D47 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 not be reviewed for comment and no response will be made to
the Contractor.
D48 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,
equipment,or anchor bolts,and 4)has been operated under full load conditions and that it is operating
satisfactorily.
D49 NOTIFICATION BY CONTRACTOR
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 C4-4.4 of the General Conditions shall be modified as follows:
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
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
001" after receiving the Field Order,so advise the Engineer in writing and request that a Change Order be
issued in accordance with paragraph C44.5 of the General Conditions.
Part D Special Conditions.doc D-17
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
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/permitting/water penn/wwperm/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.htrnl. 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,
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. 78711-3087
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.
Part D Special Conditions.doc D-18
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
The NOT should be mailed to:
000, Texas Commission on Environmental Quality
Storm Water&General Permits Team;MC-228
P.O.Box 13087
Austin,TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN(SWPPP):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. The SWPPP will be
prepared by Engineer. The selected Contractor shall be provided with 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.
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
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 PAY ITEMS
The following descriptions are intended to clarify the nature of the work required for this project. The
provisions of the standard technical specifications shall apply except as otherwise noted herein:
- Each pay item includes all labor,materials,equipment and incidentals necessary to construct that item.
Part D Special Conditions.doc D-19
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
SECTION A ITEMS—(AWWA C303 Bar-Wrapped Concrete Cylinder Pipe)
Items A-1 to A-7—72-inch Water PiN(AWWA C303)
Measurement and Payment for 72-inch Water Pipe shall be in accordance with City of Fort Worth
General Contract Documents and Specifications for water Department Projects Sections E24.7
and E248,except as modified herein. The length of the installed pipe will be measured
horizontally from the center of the fitting or end of pipe without any deduction for the length of
intermediate fittings or valves. Payment for AWWA C303 Bar-Wrapped Cylinder Pipe will be
made at the price bid per foot of pipe installed,which bid price shall include famishing and laying
the pipe,mobilization,trench excavation,clay dams,dewatering,furnishing and grouting joints,
and any other work such as testing,clean up,maintenance,bracing of existing structures,tree
removal,culvert removal,disposal of excess materials,etc. Bedding,embedment,backfill,and
surface restoration shall be as indicated on the drawings and specifications and shall be included in
the unit price bid for the pipe. Pipe shall be designed for test pressure indicated on bid form and in
specifications.
Item A-8—54-inch Water Pipe(AWWA C303)
Measurement and Payment for 54-inch Water Pipe shall be in accordance with City of Fort Worth
General Contract Documents and Specifications for water Department Projects Sections E24.7
and E24.8,except as modified herein. The length of the installed pipe will be measured
horizontally from the center of the fitting or end of pipe without any deduction for the length of
intermediate fittings or valves. Payment for AWWA C303 Bar-Wrapped Cylinder Pipe will be
ell made at the price bid per foot of pipe installed,which bid price shall include furnishing and laying
the pipe,mobilization,trench excavation,dewatering,furnishing and grouting joints,and any other
work such as testing,clean up,maintenance,bracing of existing structures,tree removal,disposal
of excess materials,etc. Bedding,embedment,and backfill shall be as indicated on the drawings
and specifications and shall be included in the unit price bid for the pipe. Pipe shall be designed
for test pressure indicated on bid form and in specifications.
Items A-9 and A-10—96-inch Bored or Tunneled Crossings Boat Club and Robertson Road)
Measurement and Payment for Bored or Tunneled Crossings shall be in accordance with City of
Fort Worth General Contract Documents and Specifications for water Department Projects
Sections E2-15.5 and E2-15.6,except as modified herein. Tunnel sections will be measured on
the length of tunnel liner or casing installed. Payment will be made at the unit price bid per foot
for the various tunneled or bored sections. Price shall included all costs for complete installation,
including excavation,backfill,tunnel liner or casing,concrete grout,concrete floor,skids,and all
incidental work and materials necessary to complete the installation in accordance with the
drawings a specifications. Payment for the tunnel will be in addition to the payment for the carrier
pipe in place. If the Contractor chooses to extend a tunnel liner or casing beyond the limits
specified on the plans,he may do so provided that the basic design is not affected. However,no
additional payment will be allowed for the extension.
Item A-11 —Cathodic Protection for 72-inch Pipeline(AWWA C303)
Payment for Cathodic Protection of the AWWA C303 72-inch pipeline shall be a lump sum price
that includes installation of test stations,testing,start-up,and all incidental work and materials
necessary to complete the installation in accordance with the drawings and specifications.
Part D Special Conditions.doc D-20
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
SECTION B ITEMS—(AWWA C200 Steel Pipe)
Items B-1 to B-7—72-inch Water Pipe LAWWA 0200)
Measurement and Payment for 72-inch Water Pipe shall be in accordance with City of Fort Worth
General Contract Documents and Specifications for water Department Projects Section E2-5.4,
except as modified herein. Payment for AWWA C200 Steel Pipe will be made at the price bid per
foot of pipe installed,which bid price shall include furnishing and laying the pipe,mobilization,
trench excavation,clay dams,dewatering,and any other work such as testing,clean up,
maintenance,bracing of existing structures,tree removal,culvert removal,disposal of excess
materials,etc. Bedding,embedment,backfill, and surface restoration shall be as indicated on the
drawings and specifications and shall be included in the unit price bid for the pipe. Pipe shall be
designed for test pressure indicated on bid form and in specifications.
Item B-8—54-inch Water Pipe�AWWA C200)
Measurement and Payment for 54-inch Water Pipe shall be in accordance with City of Fort Worth
General Contract Documents and Specifications for water Department Projects Section E2-5.4,
except as modified herein. Payment for AWWA C200 Steel Pipe will be made at the price bid per
foot of pipe installed,which bid price shall include furnishing and laying the pipe,mobilization,
trench excavation,dewatering,and any other work such as testing,clean up,maintenance,bracing
of existing structures,tree removal,disposal of excess materials,etc. Bedding,embedment,and
backfill shall be as indicated on the drawings and specifications and shall be included in the unit
price bid for the pipe. Pipe shall be designed for test pressure indicated on bid form and in
specifications.
Items B-9 and B-10—92-inch Bored or Tunneled Crossings(Boat Club and Robertson Road)
Measurement and Payment for Bored or Tunneled crossings shall be in accordance with City of
Fort Worth General Contract Documents and Specifications for water Department Projects
Sections E2-15.5 and F.2-15.6,except as modified herein. Tunnel sections will be measured on
the length of tunnel liner or casing installed. Payment will be made at the unit price bid per foot
for the various tunneled or bored sections. Price shall included all costs for complete installation,
including excavation,backfill,tunnel liner or casing,concrete grout,concrete floor,skids,and all
incidental work and materials necessary to complete the installation in accordance with the
drawings a specifications. Payment for the tunnel will be in addition to the payment for the carrier
pipe in place. If the Contractor chooses to extend a tunnel liner or casing beyond the limits
specified on the plans,he may do so provided that the basic design is not affected. However,no
additional payment will be allowed for the extension.
Item B-11 —Cathodic Protection for 72-inch Pipeline(AWWA C200)
Payment for Cathodic Protection of the AWWA C200, 72-inch pipeline shall be a lump sum price
that includes installation of test stations,testing,start-up,and all incidental work and materials
necessary to complete the installation in accordance with the drawings and specifications.
Part D special Conditions.doc D-21
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
SECTION C ITEMS—(Pipeline Appurtenances)
Item C 1 —Connection to Existing 54-inch Raw Water Line
Measurement and Payment for the Connection to Existing 54-inch Raw Water Line shall be lump
sum and includes all ductile iron pipe,fittings,couplings,thrust harnesses,polyethylene
encasement,joint bonding,trench excavation,dewatering,bedding,embedment,backfill,and
other incidental work and materials necessary to complete the installation of the connection to the
existing 54-inch ductile iron raw water line. Ductile Iron fittings shall be manufactured by
American Cast Iron Pipe Company and be in accordance with the drawings and specifications.
Item C2—72-inch Butterfly Valve in Vault
Payment for the 72-inch Butterfly Valve in Vault shall be in accordance with City of Fort Worth
General Contract Documents and Specifications for water Department Projects Section E2-10,
except as modified herein. Measurement shall be for each valve required,complete in place.
Payment shall be the unit price bid for full compensation for all incidental labor including the
valve, forming and placing the concrete valve vault,and all components including,but not limited
to: manhole frames,covers,and valve boxes and stems for the valve vault installation as required
in the drawings and specifications.
Item C3—54-inch Butterfly Valve in Vault
Measurement and Payment for the 54-inch Butterfly Valve in Vault shall be in accordance with
City of Fort Worth General Contract Documents and Specifications for water Department Projects
Section E2-10,except as modified herein. Measurement shall be for each unit required,complete
in place. Payment shall be the unit price bid for full compensation for all incidental labor
including the valve,forming and placing the concrete valve vault,and all components including,
but not limited to: manhole frames,covers,and valve boxes and stems for the valve vault
installation as required in the drawings and specifications.
Item C4—6-inch Combination Air Release and Vacuum Relief Valve
Measurement and Payment for the 6-inch Combination Air Release and Vacuum Relief Valve
shall be in accordance with City of Fort Worth General Contract Documents and Specifications for
water Department Projects Section E2-11.2,except as modified herein. Measurement shall be for
each unit required,complete in place,which shall include tapping the main,furnishing and
installing the valves,thread mounted gate valves, fittings and manhole together with any other
appurtenances as detailed in the drawings or specifications. Payment shall be the unit price bid for
installing the air release valve complete in place,tested and for all incidental expenses necessary to
install valves in accordance with the drawings and specifications.
Item C5—Modification of Existing Air Release Valve Vent
Measurement for the Modification of Existing Air Release Valve Vent shall be for each unit
required,complete in place,which shall include connecting to the existing valve piping,piping to
location shown on drawings,fittings,concrete pad,and vent piping together with any other
appurtenances as detailed in the drawings or specifications. Payment shall be the unit price bid for
installing the air release valve vent complete in place,tested and for all incidental expenses
necessary to install vent piping in accordance with the drawings and specifications.
Part D Special Conditions.doc D-22
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
Item C6— 12"Blow Off Valve Assembly
Measurement and Payment for the 12"Blow Off Valve Assembly shall be in accordance with City
of Fort Worth General Contract Documents and Specifications for water Department Projects
Section E2-26.3,except as modified herein. Measurement shall be for each unit required,
complete in place,which shall include tapping the main,furnishing and installing the valves,
fittings and manhole together with any other appurtenances as detailed in the drawings or
specifications. Payment shall be the unit price bid for installing the blow off valve complete in
place,tested and for all incidental expenses necessary to install valve assembly in accordance with
the drawings and specifications.
Item Cl—Remove Existing Manhole and Connect Existing 12"Blow Off Valve to New Manhole
Measurement for Remove Existing Manhole and Connect Existing 12"Blow Off Valve to New
Manhole shall be for each unit required,complete in place,which shall include removal of existing
manhole,connecting to the existing piping,piping to location shown on drawings,valves,fittings,
and concrete pad together with any other appurtenances as detailed in the drawings or
specifications. Payment shall be the unit price bid for installing the unit complete in place,tested
and for all incidental expenses necessary to install in accordance with the drawings and
specifications.
Item C8—Replace Gate Valve Stack for Existing Blow Off Valve
Measurement for Replace Gate Valve Stack for Existing Blow Off Valve shall be for each unit
required,complete in place,which shall include removal of existing concrete pad and valve stack,
replacing valve stack and concrete pad together with any other appurtenances as detailed in the
drawings or specifications. Payment shall be the unit price bid for installing the unit complete in
place,tested and for all incidental expenses necessary to install in accordance with the drawings
and specifications.
Item C9=Trench Safety System
Payment Work under this item includes furnishing all labor,materials and equipment,and
performing all operations to plan,design,construct,install,maintain,monitor,modify as
necessary,and remove upon completion,a Trench Safety System for trenches or structural
excavations more than five feet deep,as shown on the Drawings,D-28,and as specified. This
item also includes the cost of obtaining soil borings and the associated geotechnical analyses,and
the preparation of a trench safety plan by a registered professional engineer. This item does not
include the typical work ordinarily required for installing pipe without regard to the safety
requirements,contained in Section 02221 (e.g.excavation,dewatering,pipe installation,
embedment,backfill,etc.). Measurement and payment for this item shall be on the actual linear
footage of trench safety system installed at the unit price bid. However,the Contractor shall be
paid no more than the maximum linear footage of trench safety system determined by the
Contractor prior to the bid and inserted in the Bid Form(Proposal). Trench safety systems for pipe
trenches shall be paid by the linear footage of pipe trench greater than five feet deep,irrespective
of the number of pipes in the trench.
Part D Special Conditions.doc D-23
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
Items C10-C12—Dry Seeding,Filtrexx Erosion Control Blanket and SiltSoxx,and H�dromulching
Measurement for Dry Seeding,Filtrexx Erosion Control Blanket and SiltSoxx,and
Hydromulching shall be per linear foot of piping installed measured horizontally from the center of
the fitting or end of pipe without any deduction for the length of intermediate fittings or valves for
the entire width of the disturbed area. Payment shall be the unit price bid for installing the item
complete in place including excavating,loading,hauling,placing,and for all incidental expenses
necessary to install in accordance with the drawings and specifications. Fertilizer material and
application will not be measured or paid for directly,but is considered subsidiary Seeding and
Hydromulching. Filtrexx Erosion Control Blanket and SiltSoxx shall be installed where indicated,
or approved equal_
Item C 13—Temporary Irrigation
Payment for Temporary Irrigation shall be the lump sum price bid needed to install temporary
irrigation as necessary to establish proper vegetation for required areas where Dry Seeding,
Filtrexx Erosion Control Blanket and SiltSoxx,and Hydromulching are used as indicated-in the
Specifications. Temporary Irrigation shall include connection to the existing air release valve tap,
piping and fittings,sprinkler devices,and for all other incidental expenses necessary to install,
maintain,and remove Temporary Irrigation accordance with the drawings and specifications.
Item C14—Erosion Control
Payment for Erosion Control shall be the Lump Sum price bid for proper installation,maintenance,
and removal of Erosion Control per the drawings,D-10,and the specifications.
Item C 15—Removal and Replacement of Existing Wire Fencing and Gates
Payment for Removal and Replacement of Existing Wire Fencing and Gates shall be the lump sum
price bid for proper removal and replacement of fencing and gates at locations indicated on the
drawings. Where wire fencing is to be crossed,the Contractor shall set cross-braced posts on
either side of 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.
Item C 16r Traffic Control
Payment for Traffic Control shall be the Lump Sum price bid for proper installation,maintenance,
and removal of Traffic Control in accordance with the approved permits for utility crossings
associated with Boat Club Road,Robertson Road,and McNay Road.
Item C 17—Cathodic Protection Test Station Installation along existing 54-inch pipeline
Payment for Cathodic Protection Test Station Installation along existing 54-inch pipeline shall be a
lump sum price that includes installation of test stations,testing,start-up,and all incidental work
and materials necessary to complete the installation in accordance with the drawings and
specifications.
Part D Special Conditions.doc D-24
City of Fon Worth
Eagle Mountain Raw Water Transmission Pipeline
Item C18—Concrete Driveway Extension
Measurement and Payment for Concrete Driveway Extension shall include complete construction
between existing construction or expansion joints to the dimensions shown on the plans for
concrete and reinforcement. This item also includes grading around the vault as shown on the
drawings. Payment for cutting,backfill,concrete,forming material,grading,and all other
associated appurtenances required,shall be included in the square yard price of the bid item for
Concrete Driveway Extension.
Item C19— 12"Flexible Base Gravel Roadway
Measurement and Payment for 12"Flexible Base Gravel Roadway shall include complete
construction of the Gravel Roadway as shown on the plans. Payment for flexible base,geotextile
fabric,and all other associated appurtenances required,shall be included in the square yard price
of the bid item for 12"Flexible Base Gravel Roadway.
Item C20—Blocking Support for Existing54"Pigeline(Station 112+55.32)
Measurement and Payment for Blocking Support for Existing 54"Pipeline near Station 113+00
shall include complete construction of the support system as shown on the plans. Payment for
structure support shall be the Lump Sum price bid for proper installation per the drawings.
Item C21—Blocking Support for Existing 54"Pipeline(Station 2+00)
Measurement and Payment for Blocking Support for Existing 54"Pipeline near Station 2+00 shall
include complete construction of the support system as shown on the plans. Payment for structure
support shall be the Lump Sum price bid for proper installation per the drawings.
Item C22—West Fork Trinity River Crossing Restoration
Measurement and Payment for West Fork Trinity River Crossing Restoration shall include
complete restoration of the river bed and banks as shown on the plans,specifications,and in
accordance with the approved 404 Permit. Payment for rip rap,crushed stone,filter fabric,
grading,excavation,and all other associated appurtenances required shall be included'in the Lump
Sum price bid for proper installation per the drawings,specifications,and in accordance with the
approved 404 Permit.
Item C23—Remove and Replace Existing Chain Link Fence with new 15' Gate
Measurement for Remove and Replace Existing Chain Link Fence with new 15' Gate shall be per
linear foot of fence replaced,measured at the bottom of the fabric along the centerline of the fence
from center to center of end posts,including all necessary gates. Fence shall be replaced from
nearest existing comer post. Payment for Remove and Replace Existing Chain Link Fence with
new 15' Gate shall be the unit price bid for proper removal and replacement of fencing and gates
at locations indicated on the drawings.
Pan D Special Conditions.doc D-25
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
Item C24-Replacement Tree
Measurement and payment for replacing any trees that are removed shall be on a per each basis
and shall cover all cost for complete replacement of the existing tree at the location indicated on
the drawings. Included shall be all excavation,backfill,watering,materials, labor, and equipment
necessary to completely replace the tree with the caliper indicted on the drawings and
specifications.
Item C25-D-Hole Existing 54-inch Pipeline
The Contractor shall be responsible for verifying the locations of all existing utilities prior to
construction,in accordance with item D-6.At locations identified on the drawings,contractor shall
conduct an exploratory excavation(D-Hole),to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility
alignment. The exploratory excavation shall be conducted prior to construction of the entire
project only at locations denoted on the plans or as directed by the engineer. Contractor shall
submit a report of findings(including surveyed elevations of existing conflicting utilities)to the
City prior to the start of construction of the entire project. If the contractor determines an existing
utility is in conflict with the proposed facility,the contractor shall contact the engineer
immediately for appropriate design modifications.
The contractor shall make the necessary repairs at the exploratory excavation(D-Hole)to obtain a
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation(D-Hole).
Payment shall not be made for verification of existing utilities per item D-6. Payment for
exploratory excavation(D-Hole),at locations identified on the plans or as directed by the
Engineer,shall include full compensation for all materials,excavation,surface restoration,field
surveys,and all incidentals necessary to complete the work,shall be the unit price bid. No
payment shall be made for exploratory excavation(s)conducted after construction has begun.
Item C26-Temporary Construction Fence and Gates
This item shall include all necessary activities required to provide temporary fencing and gates,as
needed,throughout the construction period. Temporary fencing should be placed where identified
on the plans and anywhere else it is needed to adequately contain livestock,or other animals,
intruders,or trespassers. Temporary fencing and gates materials shall be as indicated on the
drawings. Measurement and payment for temporary construction fence shall be by the linear foot
of fence,measured at the bottom of the fabric along the centerline of the fence from center to
center of end posts,including all necessary gates.
END OF SECTION
ell
Part D Special Conditions.doc D-26
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
CITY OF FORT WORTH
HIGHWAY CONSTRUCTION
PREVAILING WAGE RATE FOR 2000
CLASSIFICATION HOURLY RATE
Asphalt Raker $10.32
Asphalt Shoveler $9.75
Batching Plant Weigher $9.65
Carpenter(Rough) $13.64
Concrete Finisher-Paving $10.16
Concrete Finisher Helper(Paving) $9.70
Concrete Finisher-Structures $13.44
Flagger $7.00
Form Builder-Structures $13.44
Form Setter-Paving & Curbs $10.25
Form Setter-Structures $9.75
Laborer-Common $7.64
Laborer-Utility $8.64
Mechanic $13.25
Servicer $10.13
Pipe Layer $7.35
Pipe Layer Helper $6.75
Asphalt Distributor Operator $11.45
Asphalt Paving Machine Operator $11.09
Concrete Paving Saw $10.53
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 $10.00
CY)
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 $11.52
CY)
Front End Loader(2 1/2 CY& less) $9.94
Front End Loader(over 2 1/2 CY) $9.32
Milling Machine Operator $8.00
Mixer $11.00
Motor Grader Operator(Fine Grade) $12.31
Motor Grader Operator $13.75
Pavement Marking Machine $11.00
Roller, Steel Wheel Plant-Mix Pavements $9.88
Roller, Steel Wheel Other Flatwheel or Tamping $12.12
Roller, Pneumatic, Self-Propelled Scraper $8.02
Traveling Mixer $10.00
Reinforcing Steel Setter(Paving) $9.75
Truck Driver-Single Axle (Light) $8.00
Truck Driver-Tandem Axle Semi-Trailer $10.22
Truck Driver-Lowboy/Float $10.54
Truck Driver-Transit Mix $10.63
Truck Driver-Winch $9.80
Part D Special Conditions.doc D-27
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
CITY OF FORT WORTH
#0"` BUILDING AND CONSTRUCTION TRADE
PREVAILING WAGE RATE FOR 2000
HOURLY HOURLY
CLASSIFICATION RATE CLASSIFICATION 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 $9.18
Part D Special Conditions.doc D-28
GENERAL DECISION: TX20030045 02/25/2005 TX45
Date: February 25, 2005
General Decision Number: TX20030045 02/25/2005
Superseded General Decision Number: TX020045
State: Texas
Construction Types: Heavy and Highway
Counties: Collin, Dallas, Denton, Ellis, Grayson, Johnson,
Kaufman, Parker, Rockwall, Tarrant and Wichita Counties in Texas.
HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY.
HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES.
ModificationnNumber Publication Date
0 06/13/2003
1 01/14/2005
2 02/25/2005
SUTX2004-004 11/09/2004
Rates Fringes
Air Tool Operator. . . . . . . . . . . . . .$ 10.06 0.00
Asphalt Distributor Operator. . .$ 13.99 0.00
Asphalt paving machine operator$ 12.78 0.00
Asphalt Raker. . . . . . . . . . . . . . . . . .$ 11.01 0.00
Asphalt Shoveler. . . . . . . . . . . . . . .$ 8.80 0.00
Batching Plant Weigher. . . . . . . . .$ 14.15 0.00
Broom or Sweeper Operator. . . . . .$ 9.88 0.00
Bulldozer operator. . . . . . . . . . . . .$ 13.22 0.00
Carpenter. . . . . . . . . . . . . . . . . . . . . .$ 12.80 0.00
Concrete Finisher, Paving. . . . . .$ 12.85 0.00
Concrete Finisher, Structures. .$ 13.27 0.00
Concrete Paving Curbing
Machine Operator. . . . . . . . . . . . . . .$ 12.00 0.00
Concrete Paving Finishing
Maching Operator. . . . . . . . . . . . . . .$ 13.63 0.00
Concrete Paving Joint Sealer
Operator. . . . . . . . . . . . . . . . . . . . . . .$ 12.50 0.00
Concrete Paving Saw Operator. . .$ 13.56 0.00
Concrete Paving Spreader
Operator. . . . . . . . . . . . . . . . . . . . . . .$ 14.50 0.00
Concrete Rubber. . . . . . . . . . . . . . . .$ 10.61 0.00
Crane, Clamshell, Backhoe,
Derrick, Dragline, Shovel
Operator. . . . . . . . . . . . . . . . . . . . . . .$ 14.12 0.00
Electrician. . . . . . . . . . . . . . . . . . . .$ 18.12 0.00
Flagger. . . . . . . . . . . . . . . . . . . . . . . .$ 8.43 0.00
Form Builder/Setter, Structures$ 11.63 0.00
Form Setter, Paving & Curb. . . . .$ 11.83 0.00
Foundation Drill Operator,
Crawler Mounted. . . . . . . . . . . . . . . .$ 13.67 0.00 ®FF1 9A
���1' �
�I� ��� �
-ORO
Foundation Drill Operator,
Truck Mounted. . . . . . . . . . . . . . . . . .$ 16.30 0.00
Front End Loader Operator. . . . . .$ 12.62 0.00
Laborer, common. . . . . . . . . . . . . . . .$ 9.18 0.00
Laborer, Utility. . . . . . . . . . . . . . .$ 10.65 0.00
Mechanic. . . . . . . . . . . . . . . . . . . . . . .$ 16.97 0.00
Milling Machine Operator,
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, Tr $ 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
the scope of the classifications listed may be added after
award only as provided in the labor standard8 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
1P'
PART E
City of Fort Worth Water Department SECTION 01010
Eagle Mountain Raw Water Transmission Pipeline Summary of Work
A"` KHA No. 061018027 Page 1 of 6
January 2006
PART 1 —GENERAL
1.01 SCOPE OF WORK:
A. This section describes the project in general and provides an overview of the extent of the work to
be performed. Detailed requirements and extent of work is stated in the applicable Specification
Section and shown on the Drawings. The Contractor shall except as otherwise specifically stated
herein or in any applicable parts of these Contract Documents, provide and pay for all labor,
materials, equipment, tools, construction equipment, and other facilities and services necessary
for proper execution, testing, and completion of the work.
B. Any part or item of the work which is reasonably implied or normally required to make each
installation satisfactorily and completely operable shall be performed by the Contractor and the
expense thereof shall be included in the applicable unit prices or lump sum prices bid for the
various items of work. It is the intent of these Specifications to provide the Owner with complete
operable systems, subsystems, and other items of work. All miscellaneous appurtenances and
other items or work that are incidental to meeting the intent of these Specifications shall be
considered as having been included in the applicable unit prices or lump sum prices bid for the
various items of work even though these appurtenances and items may not be specifically called
for in the Specifications.
C. The work shall include all civil, mechanical, structural, architectural, electrical, and
instrumentation work.
1.02 DESCRIPTION OF THE PROJECT:
A. The work of this project is located near Eagle Mountain Lake in Fort Worth, Texas. The
proposed pipeline will transfer raw water from the Eagle Mountain Raw Water Pump Station to
the Eagle Mountain Water Treatment Plant. The Eagle Mountain Raw Water Pump Station is
located approximately 1 mile north of Robertson Road,just west of its intersection with McNay
Road, in Tarrant County. The Eagle Mountain Water Treatment Plant is located at 6801 Bowman
Roberts Road,Fort Worth,TX 76129.
B. The Eagle Mountain Raw Water Transmission Pipeline project in combination with the Eagle
Mountain Raw Water Pump Station Improvements project and the Eagle Mountain Water
Treatment Plant — Phase III Expansion project will increase the treatment plant capacity by 35
mgd to a total of 105 mgd with an ultimate capacity of 220 mgd. The proposed 72-inch pipeline
is located approximately parallel to an existing 54-inch ductile iron raw water transmission
pipeline. The scope of work for this pipeline project includes, but is not limited to the following
major items:
1. Construction of:
a. 15,200 LF of 72-inch FW pipe from Raw Water Pump Station to Water Treatment Plant.
b. 1, 72-inch Butterfly Valve in Vault.
City of Fort Worth Water Department SECTION 01010
Eagle Mountain Raw Water Transmission Pipeline Summary of Work
KHA No.061018027 Page 2 of 6
January 2006
c. 1 connection to the existing 54-inch raw water pipeline through a 54-inch butterfly valve
in vault.
d. Cathodic protection installation for 72-inch pipeline
e. Cathodic protection test station installation along 54-inch pipeline and coordination
associated with determining electrical continuity of existing pipeline.
f. Modification and repair to existing air release valve and blow off valve assemblies along
existing 54-inch pipeline alignment.
2. Buried and non-buried piping, valves, and appurtenances. Modifications of existing piping
system and installation of new buried and non-buried piping,valves,etc.
3. Trench Safety—Protection for trenches for piping and excavations for below grade structures.
1.03 CONTRACTS:
A. The work of this project will be executed as a unit price contract as shown in the Bid Form.
B. The work is generally described below under CONTRACTOR'S RESPONSIBILTTES. The
delineations noted there between the various sections of the Specifications and contracts are for a
general overview of the work. The work to be executed is not necessarily limited to those
descriptions. Accordingly, the Contractor shall thoroughly familiarize himself with all of the
Contract Documents in order to fully understand the extent of his work and be aware of any
"cross references." The Contractor fully understands, and shall fulfill, his duties and
responsibilities regarding coordination and cooperation with other contractors working on the
project.
1.04 WORK SEQUENCE
A. The Contractor is required to determine his own method of construction and detailed work
sequence, within the general terms of the Contract and the specific requirements of Section
01040,so long as the restraints are observed and the overall project completion time is achieved.
B. The Contractor shall serve as an overall coordinator among all Subcontractors.
1.05 CONTRACTOR'S DUTIES
A. Designate required delivery date for each product in Construction Schedule.
B. The Contractor shall serve as an overall coordinator among all Subcontractors.
C. Handling of material and equipment at site,including uncrating, storage and security.
D. Project equipment from damage.
E. Repair or replace items damaged as a result of the Contractor's operations.
City of Fort Worth Water Department SECTION 01010
Eagle Mountain Raw Water Transmission Pipeline Summary of Work
KHA No. 061018027 Page 3 of 6
January 2006
F. Install, connect and finish products.
1.06 CONTRACTOR'S RESPONSIBILITIES
A. General Construction—Contractor.
1. Execute, or be responsible for all work,or respective subcontractor's work.
2. Provide adequate temporary fencing facilities.
3. Secure all necessary permits, and furnish, install,maintain, and remove all temporary electric
service facilities for construction purposes, and pay for all electrical energy consumed for
construction purposes for all the subcontractors, including the operation of ventilating
equipment, for heating of buildings, and also for testing and operating of all equipment after
permanent wiring has been installed, until final acceptance by the Owner or until the
Engineer certifies Substantial Completion or when the Owner takes beneficial use of the
equipment or facility. The Contractor shall be responsible for determining the total
temporary electrical need and shall provide it accordingly. The temporary electrical service
shall meet NEC, OSHA and all other local safety codes.
Aft
4. Provide and pay for temporary service for lighting of temporary offices, including offices of
all subcontractors and construction manager,resident engineer, etc.
5. Provide wiring, equipment,and connections for portable or temporary heating units.
6. Provide temporary heat; make all arrangements and pay all fuel costs, supervise and maintain
all heating units.
7. Construct and maintain temporary access roads as required.
8. Provide and maintain fire fighting equipment in working order during the entire construction
period.
9. Be responsible for providing adequate dewatering of the site as required for the work
associated with the Contract as specified throughout the time required to complete his work
as shown on the Plans and specified hereinafter.
10. Furnish all concrete equipment bases and set anchor bolts, and all other required cast-in-place
appurtenances according to the manufacturer's recommendations and approved equipment
installation drawings of all other contractors, unless otherwise specified or shown on the
Plans.
11. The Contractor shall keep one set of"Record Drawings" and specifications available on the
�w job at all times. This set of documents shall be clearly marked as such and shall be used oly
for recording changes, elevations, and other data pertinent to the construction operation for
use in preparing "As-Built" documents. All changes, etc., shall be clearly marked in red
City of Fort Worth Water Department SECTION 01010
Eagle Mountain Raw Water Transmission Pipeline Summary of Work
KRA No.061018027 Page 4 of 6
January 2006
pencil. The Record Drawings shall be available for inspection by the Engineer at all times
and shall be turned over to the Engineer upon written request.
1.07 COORDINATION WITH OWNER'S OPERATIONS AND EXISTING FACILITIES:
A. Several parts of the proposed work under this Contract will connect with or into existing
facilities. Many of such contact locations are particularly sensitive because of the attendant
necessary down-time of existing water treatment operations, or because of the extraordinary
inconvenience to the Owner's personnel and to the routine which is required in the continuous
operation. Because of this sensitivity, the Contractor shall plan carefully the schedule of that
portion of the work which will affect the existing facilities. Such plans and schedules shall be
subject to the approval of the Owner.
B. Work which requires shutdown or in any way impedes the operations of existing facilities shall
be closely coordinated with the Engineer. A minimum of 48 hours written notice shall be given
to the Engineer before such approval will be granted.
C. Immediately after the award of a contract for this project,the Contractor shall outline and submit
a scheduled plan for installation of the work which requires interruption of operations.
1.08 CONTRACTOR'S USE OF PREMISES lk
A. Contractor shall limit the use of the premises for his Work and for storage to allow for:
1. Work by other contractors.
2. Owner occupancy.
3. Public use.
B. Contractor is restricted to the areas indicated in the Easements Documents included in the
Appendix of this document as well as the existing City of Fort Worth Easements shown on the
drawings for the 54-inch raw water line.
C. Coordinate use of premises with Owner.
D. Contractor shall assume full responsibility for security of all his and his subcontractors materials
and equipment stored on the site.
E. If directed by the Owner, move any stored items which interfere with operations of Owner or
other contractors.
F. Obtain and pay for use of additional storage or work areas if needed to perform the Work.
G. Contractor shall submit to the Owner for approval a plan of operations, designating proposed ,
areas of the property to be used for his operations, material storage, equipment storage,
employee's parking, offices and shops. The area shall affect minimal interference with the
present operations.
City of Fort Worth Water Department SECTION 01010
Eagle Mountain Raw Water Transmission Pipeline Summary of Work
,t KHA No. 061018027 Page 5 of 6
January 2006
H. Any damage to existing facilities, including contamination, which may be caused by Contractor's
personnel, callers, visitors, materials or equipment, shall be repaired or corrected at the sole
expense of the Contractor.
I. Any fence that is damaged or removed by the Contractor shall be replaced at the Contractor's
expense in like kind, and to satisfaction of the Engineer.
1.09 OWNER OCCUPANCY
A. Owner will occupy premises during performance of the work for the conduct of his/her normal
operations. Coordinate all construction operations with Owner to minimize conflict and to
facilitate Owner usage.
1.10 COORDINATION WITH OTHER CONTRACTORS
A. During the construction phase of this project, the Owner will have other construction projects
under construction at the Eagle Mountain Water Treatment Plan site and the Eagle Mountain Raw
Water Pump Station site. It will be the Contractor's responsibility to cooperate with all other
contractors, as well as the Owner, regarding space for offices, storage/]aydown, etc., and
�► scheduling of work in areas common to both projects and all other matters. The Owner will make
the final decision on all matters involving conflicts between contractors over use of space,
scheduling use of facilities and/or shutdowns, etc., The Owner will not be responsible for any
delays, conflicts,disagreements, etc., arising from his decisions.
B. Projects that will be underway concurrently with this project include, but are not limited to, the
following:
1. Eagle Mountain WTP — Phase III Expansion — The existing water treatment plant will be
expanding to increase the plant capacity by 35mgd to a total of 105 mgd. The treatment plant
Contractor will install one joint of pipe and a closure piece to connect to the pipeline being
installed as part of the pipeline project. This connection will occur no earlier than March 31,
2007. Timing shall be coordinated with the other project contractor. The Eagle Mountain
WTP—Phase III Expansion is one of four projects, including the Eagle Mountain Raw Water
Transmission Pipeline, being managed by the City's Construction Manager. Contractors for
all four projects shall coordinate through the Construction Manager on scheduled plant
shutdowns to ensure timely project completion with minimal disruptions to plant production.
2. Eagle Mountain Raw Water Intake—A new intake structure will be constructed within Eagle
Mountain Lake to bring water from the late into the raw water pump station. The raw water
intake is one of four projects, including the Eagle Mountain Raw Water Transmission
Pipeline, being managed by the City's Construction Manager. Contractors for all four
projects shall coordinate through the Construction Manger on schedule plant shutdowns to
ensure timely project completion with minimal disruptions to plant production.
3. Eagle Mountain Raw Water Pump Station — A new raw water pump station will be
constructed at Eagle Mountain Lake to pump water to the plant. A connection to the Raw
Water discharge piping as well as a connection to the existing 54-inch discharge piping are
City of Fort Worth Water Department SECTION 01010
Eagle Mountain Raw Water Transmission Pipeline Summary of Work
KHA No.061018027 Page 6 of 6
January 2006
included as part of the pipeline project. These connections will occur no earlier than March
31, 2007. Timing shall be coordinated with the other project contractor. The raw water
pump station is one of four projects, including the Eagle Mountain Raw Water Transmission
Pipeline, being managed by the City's Construction Manager. Contractors for all four
projects shall coordinate through the Construction Manager on scheduled plant shutdowns to
ensure timely project completion with minimal disruptions to plant production.
4. Communications Tower and Building—A new communications tower has been constructed
and an associated building and other facilities will be constructed adjacent to the tower.
These facilities should be completed prior to construction start for the Eagle Mountain Raw
Water Transmission Pipeline. However, it is possible that Contractor will be required to
coordinate with this project.
5. Eagle Mountain Security Enhancements —New improvements to the security system at the
Eagle Mountain WTP are being designed. Infrastructure to facilitate these improvements,
such as electrical and communications conduits, are being installed as part of the Eagle
Mountain WTP-Phase III Expansion project. The security enhancements will be installed
after substantial completion of the plant expansion project. However, Contractor shall be
required to communicate and coordinate with the contractor for this project.
6. Miscellaneous distribution system pipeline projects — The City is constructing distribution
system improvements that will allow the City to distribute greater amounts of water from the
Eagle Mountain WTP. Contractor shall make any necessary tie-ins to these projects as shown
on the Drawings, and coordinate with other contractors performing the work.
PART 2—PRODUCTS(NOT USED)
PART 3—EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth Water Department SECTION 01011
Eagle Mountain Raw Water Transmission Pipeline Site Conditions
KHA No. 061018027 Pagel of 4
January 2006
PART 1 - GENERAL
1.01 SUBSURFACE INFORMATION
A. Subsurface investigations have been made to indicate subsurface conditions at particular
locations. Two geotechnical reports: "Report 103-0447 Eagle Mountain Raw Water
Transmission Pipeline, Fort Worth, Texas" prepared by CMJ Engineering Inc., September 2005
and "Subsurface Exploration for 72-inch Eagle Mountain Raw Water Transmission Pipeline,
Tarrant, County, Texas" prepared by QTE Group, Inc., May 2005 is available from examination
by appointment at Engineer's Office during regular business hours. This report presents
information related to the borings taken in the vicinity of the proposed new construction. Copies
of the boring logs are attached to this section for the Contractor's convenience.
One previous geotechnical reports, "Subsurface Exploration for Proposed Pipeline Eagle
Mountain Water Treatment Plant, Tarrant County,Texas", Southwestern Laboratories Report No.
90-606, August 1990, is also available for examination by appointment at Engineer's Office
during regular business hours. This report presents a record of the data obtained on subsurface
conditions from the previous Eagle Mountain Raw Water Pipeline project. Copies of these
boring logs are also attached to this section for the Contractor's convenience.
B. Test borings have been made to indicate subsurface materials and conditions only at the particular
locations of the boring at the time the borings were made. These test borings are for
informational purposes. Bidders shall perform any necessary investigations to determine the
nature of the subsurface materials.
1.02 SITE INVESTIGATION AND REPRESENTATION
A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the
work; the general and local conditions, particularly those bearing upon availability of
transportation, disposal, handling and storage of materials, availability of labor, water, electric
power, road, and uncertainties of weather, river/stream stages, or similar physical conditions at
the site; the conformation and conditions of the ground; the character of equipment and facilities
needed preliminary to and during he prosecution of the work and all other matter which can in
any way affect the work or the cost thereof under this Contract.
B. The Contractor further acknowledges that he has satisfied himself as to the character, quality, and
quantity of surface and subsurface materials to be encountered from inspecting the site and from
evaluating information derived from exploratory work that has been done by the Owner as
presented in the geotechnical report, as well as from information presented herein as a part of the
Contract Documents. Any failure by the Contractor to acquaint himself with all the available
information will not relieve him from responsibility for properly estimating the difficulty or cost
of successfully performing the work. Neither the Owner nor the Engineer assumes responsibility
for any conclusion or interpretation made by the Contractor on the basis of the information made
available by the Owner or the Engineer.
C. Existing ground profiles shown on the Plans were plotted from information derived from field
surveys.
City of Fort Worth Water Department SECTION 01011
Eagle Mountain Raw Water Transmission Pipeline Site Conditions
KHA No. 061018027 Page 2 of 4
January 2006
1.03 RERSPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE
A. Known utilities and structures adjacent to or expected to be encountered in the work are shown on
the Drawings. The locations shown are taken from existing records and the best information
available from existing plans; however, it is expected that there may be some discrepancies and
omissions in the locations and quantities of utilities and structures shown. Those shown are for
the convenience of the Contractor only, and no responsibility is assumed either the Owner or the
Engineer for their accuracy or completeness.
B. Neither the Owner nor his officers or agents shall be responsible to the Contractor for damages as
a result of the Contractor's failure to protect utilities encountered in the work.
C. The Contractor shall at all times provide unobstructed access to fire hydrants, underground
conduit,manholes,and water or gas valve boxes.
D. Where the Contractor's operations could cause damage which might result in considerable
expense, loss, and inconvenience when his operations are adjacent to or near railway, telegraph,
telephone, television, power, oil, gas, water, sewer, irrigation, or other systems, no operations
shall be commenced until the Contractor has made all arrangements necessary for the protection
of these utilities and services.
E. The Contractor shall notify all utility offices that are affected by the construction operation at
least 15 days in advance of commencing construction operations. The Contractor shall not
expose any utility without first obtaining permission from the affected agency. Once permission
has been granted, locate and, if necessary, expose and provide temporary support for all existing
underground utilities in advance of operations.
F. The Contractor shall be solely and directly responsible to the Owners and operators of such utility
properties for any damage, injury,expense, loss, inconvenience,delay, suits,actions, or claims of
any character brought because of any injuries or damage that may result from the construction
operations under this Contract.
G. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a
result of accidental breakage due to construction operations, the Contractor shall promptly notify
the proper authority and cooperate with said authority in restoration of service as promptly as
possible and bear all costs of repair. In no event shall interruption of any water or utility service
be allowed unless prior approval is granted by the owner of the utility.
H. The Contractor shall replace, at his own expense, any and all other existing utilities or structures
removed or damaged during construction, unless otherwise provided for in these Contract
Documents.
I. Where existing utility lines or structures are so located as to physically conflict with permanent AIK
structures to be constructed under this Contract, the conflicting utility line or structure shall be
permanently relocated. Such relocations shall be considered as required by the Contract.
City of Fort Worth Water Department SECTION 01011
Eagle Mountain Raw Water Transmission Pipeline Site Conditions
An' KHA No. 061018027 Page 3 of 4
January 2006
J. The Contractor shall give immediate notice to the Engineer, the Owner and the owner of the
utility (where applicable) when a physical conflict is determined to exist. Any delays resulting
from the required relocations of the utilities are the responsibility of the Contractor.
K. Where existing utility lines or structures are so located as to interfere with the Contractor's
prosecution of the work, but do not physically conflict with completed manholes or other
permanent structures to be constructed under this Contract, any modification, alteration, or
relocation of interfering utility, either permanent or temporary, shall be accomplished at the
expense of the Contractor.
L. The Contractor shall give immediate notice to the Engineer and the Owner of the utility when an
interference is determined to exist and shall obtain approval to relocate such utility or to
discontinue service therein from the Engineer and the owner of the utility. The Owner of the
utility shall have the right to do all work required to discontinue, relocate, and replace interfering
utilities and charge the Contractor for all costs thereof. When approved by the Engineer and the
Owner of the utility, all work required to discontinue, relocate, and replace interfering utilities
may be done by or arranged for, by the Contractor. All such discontinuance, relocation, and
replacement shall be accomplished in accordance with all requirements of the Owner of the
utility.
M. When notified by the Contractor that an interference or conflict has been determined to exist, the
Engineer will determine whether such interference shall considered as required by construction or
as incidental to construction.
1.04 INTERFERING STRUCTURES
A. Take necessary precautions to prevent damage to existing structures whether on the surface,
aboveground, or underground. An attempt has been made to show major structures on the Plans.
While the information has been compiled from the best available sources, its completeness and
accuracy cannot be guaranteed, and it is presented as a guide to avoid known possible difficulties.
B. Protect existing structures from damage, whether or not they lie within the right-of-way or the
limits of the easements obtained by the Owner. Where existing structures must be removed to
properly conduct the work, or are damaged during the work, they shall be restored at the
Contractor's own expense to at least their original condition and to the satisfaction of the
Engineer.
C. The Contractor may, with the approval of the Engineer and without additional compensation,
remove and replace in a condition as good as or better than original, any small interfering
structures such as fences and signposts that interfere with the Contractor's operations.
1.05 FIELD RELOCATION
A. During the progress of the work, minor relocations of the work may be necessary. Such
relocations shall be made only by direction of the Engineer. If existing structures are encountered
that will prevent construction as shown, notify the Engineer before continuing with the work in
order that the Engineer may make such field revisions as necessary to avoid conflict with the
City of Fort Worth Water Department SECTION 01011
Eagle Mountain Raw Water Transmission Pipeline Site Conditions
KHA No.061018027 Page 4 of 4
January 2006
existing structures. If the Contractor fails to notify the Engineer when an existing structure is
encountered and proceeds with the work despite this interference, he shall be responsible for any
damage that may occur.
1.06 LAND MONUMENTS
A. The Contractor shall preserve or replace any existing Federal, State, County, City, and private
land monuments encountered. All monument replacement by the Contractor shall be performed
by a land surveyor licensed in the State of Texas.
1.07 PAYMENT
A. The work specified in this Section shall be considered incidental and payment will be included as
part of the appropriate lump sum or unit prices specified in the Bid Form.
PART 2—PRODUCTS(NOT USED)
PART 3—EXECUTION(NOT USED)
END OF SECTION
City of Fort Worth Water Department SECTION 01035
Eagle Mountain Raw Water Transmission Pipeline Control of Work
KHA No. 061018027 Pagel of 3
January 2006
PART l: GENERAL
1.01 PIPELINE
A. The Contractor shall furnish piping and equipment which will be efficient, appropriate and large
enough to secure a satisfactory quality of work and a rate of progress which will insure the completion
of the work within the time stipulated in the Agreement. If at any time such pipeline appears to the
Engineer to be inefficient,inappropriate or insufficient for securing the quality of work required or for
producing the rate of progress aforesaid,he may order the Contractor to increase the efficiency,or rate
of progress,and the Contractor shall conform to such order. Failure of the Engineer to give such order
shall in no way relieve the Contractor of his obligations to secure the quality of work and rate of
progress required.
1.02 PRIVATE LAND
A. The Contractor shall not enter or occupy private land outside of City of Fort Worth Property,rights-of-
way, or easements, except by written permission of the respective landowner. City of Fort Worth
casement documents are included in the Appendix of these documents and the locations of such
easements are shown in the drawings.
1.03 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.
1.04 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.
1.05 TEST PITS
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.
1.06 MAINTENANCE OF TRAFFIC
City of Fort Worth Water Department SEC'T'ION 01035
Eagle Mountain Raw Water Transmission Pipeline Control of Work
KHA No. 061018027 Page 2 of 3
January 2006
�t
A. The Contractor will be required to conform to TxDOT and Tarrant County permits as provided in the
Appendix of this document.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 penntit 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.
1.07 BLASTING
A. No blasting shall be allowed unless approved in writing by the City of Fort Worth.
1.08 CARE AND PROTECTION OF PROPERTY Aww
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.
1.09 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
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.
1.10 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.
1.11 WORK PERFORMED BY OTHERS
A. General
1. Others will perform work on this Site during times of the Work performed under this Contract.
City of Fort Worth Water Department SECTION 01035
Eagle Mountain Raw Water Transmission Pipeline Control of Work
KHA No. 061018027 Page 3 of 3
.� January 2006
2. Contractor shall interface and coordinate with Others performing work in accordance with the
requirements in Section 01315. Work under this Contract shall be interfaced and connected to
Work by Others as noted, especially as set out in this Section.
B. Coordination with Other Contractors
1. The Contractor shall cooperate with other contractors on the premises to facilitate the progress of
all projects at or near the site of work.
2. The Contractor shall coordinate with other contractors for connections and testing of facilities
where there is an interface between projects. Such coordination shall be performed under the
direction of the Engineer.
3. Other projects which the contractor shall coordinate such connections and testing may include
the following:
a. Eagle Mountain Water Treatment Plant—Phase III Expansion
b. Eagle Mountain Raw Water Pump Station Improvements
c. Eagle Mountain WTP Security Enhancements
Refer to Section 01010 for a description of project work and projected schedules for these
construction contracts.
4. If other contracts are not completed by such time that is necessary to facilitate testing, the
Engineer will determine if, and for how long, the time for completion of the Work under the
Contract should be extended,as provided in Section C7-7 of the General Conditions.
1.12 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.
1.13 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
*Ohl
City of Fort Worth Water Department SECTION 01040
Eagle Mountain Raw Water Transmission Pipeline Construction Sequence
�• KHA No. 061018027 Page ] of 5
January 2006
PART 1 —SCOPE OF WORK
1.01 GENERAL REQUIRMENTS
A. The intent of construction phasing as specified herein and as shown on the Drawings is to
maintain the maximum possible level of raw water delivery from the Raw Water Pump Station to
the Water Treatment Plant throughout the construction process, and to facilitate coordination
between the various parts of the project. The Contractor understands that any interruption of the
existing 54-inch raw water pipeline will interrupt the Water Treatment Plant operations and will
not be permitted,unless specifically scheduled herein. All tasks of the phased construction
schedule necessary to maintain the highest possible level of raw water delivery, whether
described herein or not, are the responsibility of the Contractor.
B. The work specified herein and any other work required by the Construction Manager which may
interrupt the normal plant operations shall be accomplished at times that will be convenient to the
Owner. The Contractor shall plan to work overtime if needed to complete construction of the
project and shall make no claims for extra compensation for overtime work required to conform
to these requirements. The Contractor shall coordinate with the Construction Manager and plant
personnel at least two weeks prior to tying into existing piping which will be out of service for
less than one day,and at least four weeks prior to construction requiring shutdown of portions of
the plant for extended periods of time greater than one day.
C. The Contractor shall also coordinate his work,and the associated construction sequencing and
facility shutdowns, with other contractors for the following three projects that will be constructed
in conjunction with and during the timeframe of this project:
1. Eagle Mountain Raw Water Intake
2. Eagle Mountain Raw Water Pump Station
3. Eagle Mountain Water Treatment Plant—Phase III Expansion
The planned start of construction and substantial completion dates of these projects,and the Eagle
Mountain Raw Water Transmission Pipeline are:
Project Notice to Proceed Substantial Completion Date
Intake March 15, 2006 March 15,2007
Raw Water Pump Station November 1,2005 April 1, 2007
Raw Water Pipeline April 03,2006 March 05, 2007 (335 cal.days)
Water Treatment Plant November 1,2005 June 1,2007
The Construction Manager will oversee all projects,including the Eagle Mountain Raw Water
Transmission Pipeline.
The four construction projects have been designed to allow major shutdown work activities to be
performed during one of three plant shutdown periods; December 2005 for 1 calendar day(24
hours), December 2006 for 7 calendar days, and February 2007 for 21 calendar days. The Owner
will determine the actual dates of these shutdowns. The Contractor shall be available and ready
to perform any work required to be performed during these shutdown periods when the Owner
gives notice of the shutdown. During these periods the water treatment plant will be off line and
City of Fort Worth Water Department SECTION 01040
Eagle Mountain Raw Water Transmission Pipeline Construction Sequence
KHA No.061018027 Page 2 of 5
January 2006
not capable of treating water. Other plant process shutdowns will be available to the contractor
with proper notice and scheduling. The intent of the process shutdowns is to allow the water
treatment plant to be able to pump treated water from the clearwells without interruption while
piping and process modifications performed under one or more of the construction contacts are
made. The process shutdowns typically can be allowed for a maximum of 8 hours.
The major work activities expected to be performed during the shutdown periods includes:
December 2005:
■ Remove raw water 54"piping at the wye and install a restrained plug. (Water Treatment Plant
Project)
December 2006:
■ Modify the raw water piping in the east tunnel at Eagle Mountain dam. Remove the existing
wye and reconnect the west valve piping to the existing 54"suction piping. Install a new tee
on the existing 54"raw water piping and install the branch piping to the new 54"butterfly
valve.(Intake Project)
Fefxiruar}�2007
Y,
a 3 s l tYie pi
A.
tee and interconnect branch pi it" and btttterfly�valye-att}ie raw_water
pi r sd thio was t vv p sf� �'t tike PrnJ�t ..
l� a �coruaechonsetweera the exYstmg�d inc�a and nem 72=mch rays:water pipelines vv�tliu
i�a satand�anstallXh�lac water�control@ve irrtlfe exstua raw water papeari
e ate tlito_as. reeycl znn lnag nater r��in�i �ig��Iiastall t}ie n �u cc
gate witluh-the existing settled " er ehamtrels Wk'
tW,tr,C$
ment Plant Project)
Other work wiac cold alsaererfornaed dlmtag this n shutdd wn mclud oziping
mtidifrcatzois wrthm the.tJzonc GeneratioBuzldn 1clover fi the,, n
storage facility to the new ,-X storage faei a modificati"' of con
� ��} 3 r s .c _��'�� � is
swltct�wX
trs a zone� �co st� ing inernnararrto3a'�s ga?d
feed f�iTitres,in` Nation o rte ozone pip g acid"sltidg 'ieriaoval piping wrtiin etstng
plantsliidgcchaniael. ?VaterTreafineritPlanl~Pieject)
D. In the event that underground piping or utilities are encountered which are not shown on the
Drawings,such piping or utilities shall not be disturbed without prior approval of the Engineer.
E. All plant operations shall be performed by City of Fort Worth plant personnel,coordinated
through the Construction Manager by the Contractor.
1.02 RELATED WORK DESCRIBED ELSEWHERE
A. Project Summary is included in Section 01010.
B. Construction Schedule is included in Section 01315.
City of Fort Worth Water Department SECTION 01040
Eagle Mountain Raw Water Transmission Pipeline Construction Sequence
-" KHA No.061018027 Page 3 of 5
January 2006
1.03 SUBMITTALS
A. The Contractor shall submit to the Engineer for approval a detailed Schedule for Construction
prior to initiation of site construction. The Schedule shall comply with all aspects of the work
described herein.
B. The Contractor shall update the Schedule as required by Section 01315.
C. For all work which will require a temporary shutdown of plant operations or entire plant
shutdown,the Contractor shall submit a proposed work plan which indicates the manpower,tool,
equipment,and construction procedure to be used at least seven days prior to the requested
shutdown period.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION
3.01 SCHEDULE CONSIDERATIONS
A. The construction schedule shall be developed and carried out to minimize shutdowns of plant
facilities and maximize the plant's treatment capacity. Three full-plant shutdowns have been
scheduled to accommodate the construction of various phases of this project and the three
projects listed in paragraph 1.01C. The:plant shutdowns dates and lengths will be as follows:
I. Plant Shutdown 2—December 2006. The plant will be shut down for a maximum of 7
calendar days to facilitate piping modifications at the Raw Water Intake Structure. The
Contractor may elect to perform various tasks requiring a facility shutdown during this time.
2. Plant Shutdown 3—February 2007. The plant will be shut down for a maximum of 21
calendar days. The primary purpose for this shut down will be to make connections between
the existing 54-inch and new 72-inch raw water pipelines within the plant site and pump
station site. The connection at the plant will be performed by the Water Treatment Plant
contractor. At Ilio pump statlan,tli Kcpiinec46n to(q exzst}ng 54inch ravy water lin6W1,11,
performed as part of flus contract Th+ connechor 11 mclude dewateringthe-5,inch, e
and cutting in*5N?A54,�dbctile iron tee luach'run of the tee w211 b connected to the g
ductile ttori�pe��The�i-tl�tori�vi11 beeorinectexlrvvith a cau lin land� � �' jM
0 spool piece: Tfie�outh riin will be cannecfect duectIy,to the existu�g��2 .degree;Tiencl;
1
'-a a>' �rQ11C U�t WIl tec ?11
proposed S4 'ate ispo l pa ce yv�th a coup in g nd rra r It c nng c irc le�mn spoo pr as
and;"art: dlatior�kit ThE ze!mining corinec ton v�rtl corss�st of conn ct g the:54' stee ipe
to the proposed54: bu erfly,valve and vaulttt 'The butterfly;valve andavault construcixifn stall
be constructed pryor to beginning constructhon'of the connection to;the ex.ng 54-inc e:
At no h`me vsnll the 54".raw water line be allowed f, ; e taken"shut of servicea rcpt as ni.
herein.
Occurring simultaneously with these tie-ins,plant construction will consist of installing the
new raw water control valve in the existing raw water pipeline,relocating the washwater
City of Fort Worth Water Department SECTION 01040
Eagle Mountain Raw Water Transmission Pipeline Construction Sequence
KHA No.061018027 Page 4 of 5
January 2006
recycle and ozone cooling water return piping,and installing the new sluice gate within the
existing settled water channels. The actual dates of this shutdown will be determined by the
Owner. The Contractor shall be available and ready to perform this work when the Owner
gives notice of shutdown.
Any tie-ins that must be made outside of the 21 calendar day shutdown period that require
taking the plant out of service must be approved in writing by the Owner. The Contractor
should schedule his work assuming that such tie-in will not be allowed unless specifically
presented below.
B. The following construction sequencing issues,critical tie-ins,and other considerations shall be
taken into account by the Contractor in development of the construction schedule. These items
are presented to assist the Contractor and are not all—inclusive.
1. During the periods of January through March 2006 and November 2006 through March 2007,
the plant will be operated at a reduced capacity of approximately 40 mgd. During these time
periods,connections to or modifications of the Phase II plant facilities that do not require
shutdown of the Phase I plant facilities may be made. This work must be approved but the
Owner in writing to ensure the plant can maintain operation.
2. During the month of March 2007,the plant can shut down the existing ozonation facilities
and use chlorine and chloramines for disinfection. During this time period,any work
associated with modifications to the ozonation facilities and piping connection not previously
performed during Plant Shutdown 3 can be made.
3. Mobilization and Construction Startup
a. Work associated with the project will require removal of certain existing fences and trees
as shown on the drawings. Prior to removal of this fence,the temporary construction
fences,construction entrances,as well as other erosion control measures,shall be
installed to ensure that the property along the alignment is secure at all times.
b. Prior to any construction associated with the crossing of the West Fork of the Trinity
River,the Contractor is responsible for coordinating with David Marshall at the Tarrant
Regional Water District to arrange temporary shut down of the spillway. No work shall
be performed in this vicinity without the prior consent of the Tarrant Regional Water
District. Scheduling the timing and duration of the shut down of the spillway is at the
sole discretion of the Tarrant Regional Water District. It is possible that due to lake levels
and water demands,shut down of the spillway will be restricted to certain periods within
the construction time. Additional costs associated with remobilization due to these
restrictions will not be allowed and shall be considered subsidiary to the unit price bid of
the pipeline.
4. Raw Water Pipeline Connections to Other Contracts
a. The Contractor is responsible for coordinating with the Pump Station Contractor and
making the connection to the 72-inch raw water pipeline on the proposed pump station
site. This connection will be located approximately 30 feet southeast of the intersection
City of Fort Worth Water Department SECTION 01040
Eagle Mountain Raw Water Transmission Pipeline Construction Sequence
Ad"k KHA No. 061018027 Page 5 of 5
January 2006
of the suction and discharge piping. A closure piece shall be provided to complete this
connection. All pressure testing shall be complete prior to connecting to the Pump
Station pipeline. This work must be performed during the Plant Shutdown 3 in February.
d. Water Treatment Plant Contractor shall make the connection of the two 72-inch raw water
pipelines installed as part of the Eagle Mountain Water Treatment Plant Phase III
Expansion Contract. The connection will be made 20 feet inside the west property line.
Contractor shall schedule his work to coordinate with the Water Treatment Plant
Contractor so one joint of pipe and closure piece are installed during March 2007.
C. The Contractor shall be responsible for developing his own schedule to meet the completion
requirements and maintain the treatment capacity requirements of the plant.
3.02 LIQUIDATED DAMAGES
A. The Contractor understands and agrees that the time of completion is an essential consideration of
development of his proposal and that failure to complete the work under this Contract within the
allotted time as specified or subsequently adjusted by Change Orders will result in damages to be
sustained by the Owner by its inability to treat and deliver potable water to its customers in the
Eagle Mountain Water Treatment Plant service area. The Contractor and Owner further agree in
401h� applying Liquidated Damages,that such damages cannot be precisely measured or that the
ascertainment of actual damages would be unduly difficult after the fact. Therefore,the
Contractor and Owner agree in applying Liquidated Damages that for each and every Calendar
Day the work any portion thereof,remains uncompleted after the specified times or adjusted
times if modified by Change Order,the Contractor shall pay as agreed Liquidated Damages,the
amounts specified in Paragraph D-15 of the Special Conditions(Part D).
B. In the event the Contractor fails to complete the work items in paragraph 3.0113 necessary to
maintain the desired treatment capacities within the specified time frames, the Owner may
withhold money permanently from the Contractor's total compensation at a rate of$5,000.00 per
Calendar Day as Liquidated Damages until these work items are completed,in accordance with
D-15.
END OF SECTION
City of Fort Worth Water Department SECTION 01110
Eagle Mountain Raw Water Transmission Pipeline Environmental Protection Procedures
,OW KHA No. 061018027 Page 1 of 6
January 2006
PART 1 - GENERAL
1.01 SCOPE OF WORK
A. The work covered by this Section consists of furnishing all labor, materials and equipment and
performing all work required for the prevention of environmental pollution in conformance with
applicable laws and regulations,during and as the result of construction operations under this
Contract. For the purpose of this Specification, environmental pollution is defined as the
presence of chemical,physical, or biological elements or agents which adversely affect human
health or welfare; unfavorably alter ecological balances of importance to human life; affect other
species of importance to man; or degrade the utility of the environment for aesthetic and/or
recreational purposes.
B. The control of environmental pollution requires consideration of air, water and land, and involves
management of noise and solid waste,as well as other pollutants.
C. Schedule and conduct all work in a manner that will minimize the erosion of soils in the area of
the work. Provide erosion control measures such as sedimentation or filtration systems,berms,
silt fences, seeding,mulching or other special surface treatments as are required to prevent silting
and muddying of streams,rivers, impoundments,lakes, etc. All erosion control measures shall be
in place in an area prior to any construction activity in that area. Specific requirements for
erosion and sedimentation controls are specified in Section 02270.
D. These Specifications are intended to ensure that construction is achieved with a minimum of
disturbance to the existing ecological balance between a water resource and its surroundings.
These are general guidelines. It is the Contractors responsibility to determine the specific
construction techniques to meet these guidelines.
E. All phases of sedimentation and erosion control shall comply with and be subject to the approval
of the Texas Commission on Environmental Quality(TCEQ)and the U.S. EPA.
1.02 APPLICABLE REGULATIONS
A. Comply with all applicable Federal, State and Local laws and regulations concerning
environmental pollution control and abatement.
1.03 NOTIFICATIONS
A. The Engineer will notify the Contractor in writing of any non-compliance with the foregoing
provisions or of any environmentally objectionable acts and corrective action to be taken. State
or local agencies responsible for verification of certain aspects of the environmental protection
requirements shall notify the Contractor in writing,through the Engineer,of any non-compliance
with State or local requirements. The Contractor shall, after receipt of such notice from the
Engineer of from the regulatory agency through the Engineer, immediately take corrective action.
AVW. Such notice, when delivered to the Contractor or his/her authorized representative at the site of
the work, shall be deemed sufficient for the purpose. If the Contractor fails or refuses to comply
promptly, the Owner may issue and order stopping all or part of the work until satisfactory
corrective action has been taken. No part of the time lost due to any such stop orders shall be
City of Fort Worth Water Department SECTION 01110
Eagle Mountain Raw Water Transmission Pipeline Environmental Protection Procedures
KHA No. 061018027 Page 2 of 6
January 2006
made the subject of a claim for extension of time or for excess costs or damages but the
Contractor unless it is later determined that the Contractor was in compliance.
1.04 IMPLEMENTATION
A. Prior to commencement of the work,meet with the Owner to develop mutual understandings
relative to compliance with this provision and administration of the environmental pollution
control program.
B. Remove temporary environmental control features,when approved by the Engineer,and
incorporate permanent control features into the project at the earliest practicable time.
1.05 PROTECTION OF WATERWAYS
A. The Contractor shall observe the rules and regulations of the State of Texas and agencies of the
U.S.Government prohibiting the pollution of any lake,stream,river,or wetland by the dumping
of any refuse,rubbish,dredge material,or debris therein.
B. Contractors are specifically cautioned that disposal of materials into any waters of the State must
conform with the requirements of the Texas Natural Resource Conservation Commission,and an
applicable permit from the U.S.Army Corps of Engineers.
C. The Contractor shall be responsible for providing holding ponds or an approved method which
will handle,carry through,or divert around his work all flows,including storm flows and flows
created by construction activity, so as to prevent silting of waterways or flooding damage to the
property of adjacent properties.
D. The Contractor is re§ponsible for researching the need for a U.S EPA NPDES uermit for the
construction site. If one is required,the Contractor is responsible for obtaining the permit and for
monitoring the site per the permit requirements until final comQletion.
1.06 DISPOSAL OF EXCESS EXCAVATION AND OTHER WASTE MATERIALS
A. Excess excavated material not required or suitable for backfill and other waste materials must be
disposed of at sites approved by the Owner and Engineer.
B. Unacceptable disposal sites,include,but are not limited to,sites within a wetland or critical
habitat and sites where disposal will have a detrimental effect on surface water or groundwater
quality.
C. The Contractor may make his own arrangements for disposal subject to submission of proof to
the Engineer that the Owner(s)of the proposed site(s)has a valid fill permit issued by the
appropriate governmental agency and submission of a haul route plan including a map of the
proposed route(s).
D. The Contractor shall provide watertight conveyance of any liquid,semi-liquid,or saturated solids
which tend to bleed or leak during transport. No liquid loss from transported materials will be
City of Fort Worth Water Department SECTION 01110
Eagle Mountain Raw Water Transmission Pipeline Environmental Protection Procedures
KHA No. 061018027 Page 3 of 6
January 2006
permitted whether being delivered to the construction sit or being hauled away for disposal. Fluid
materials hauled for disposal must be specifically acceptable at the selected disposal site_
E. Refer to Special Conditions D-9 for additional requirements.
1.07 USE OF CHEMICALS
A. All chemicals during project construction or furnished for project operation, whether herbicide,
pesticide, disinfectant, polymer,reactant or of other classification,must show approval of either
the U.S. Environmental Protection Agency or the U.S.Department of Agriculture or any other
applicable regulatory agency. Use of all such chemicals and disposal or residues shall be in
conformance with the manufacturer's instructions.
B. Any oil or other hydrocarbon spilled or dumped on the Owner's site during construction must be
excavated and completely removed from the site prior to final acceptance. Soil contaminated by
the Contractor's operations shall become the property of the Contractor,who will bear all costs of
testing and disposal.
C. Before a Contractor commences work,the following steps shall be completed.
1. The Owner will inform the Contractor of his rights under the Texas Hazards Communication
Act.
2. The Owner will provide a copy of the Chemical list giving the hazardous chemicals to which
the Contractor,his employees and agents may be exposed to on the project site.
3. The Owner will provide copies of all MSDSs to the Contractor for the hazardous chemicals
which he may be exposed to on the project site.
4. The Owner will inform the Contractor of his obligations to inform his employees and agents
of each of the above requirements.
5. The Contractor shall provide MSDSs for all hazardous chemicals he may bring onto the
project site that Owner's employees may be exposed to.
6. The Contractor shall sign a Contractor Acknowledgment certifying that he has received the
information provided by the Owner on hazardous chemicals and maintain the
Acknowledgment with the original Contract.
1.08 PAYMENT
A. Payment for the work specified in this Section shall be included as part of the appropriate lump
sum or unit prices specified in the Bid Form.
r PART 2—PRODUCTS(NOT USED)
PART 3—EXECUTION
o : `Yi?"� 91 S U S✓�:o
City of Fort Worth Water Department SECTION 01110
Eagle Mountain Raw Water Transmission Pipeline Environmental Protection Procedures
KHA No. 061018027 Page 4 of 6
January 2006
3.01 EROSION CONTROL
A. Provide positive means of erosion control such as shallow ditches or small diversion berms
around construction to carry off surface water. Erosion control measures, such as siltation basins,
mulching,jute netting and other equivalent techniques,shall be used as appropriate. Flow of
surface water into excavated areas shall be prevented. Ditches around construction area shall also
be used to carry away water resulting from dewatering of excavated areas. At the completion of
the work,ditches shall be backfilled and the ground surface restored to original condition.
3.02 PROTECTION OF STREAMS
A. Care shall be taken to prevent,or reduce to a minimum, any damage to any stream from pollution
by debris,sediment or other material,or from the manipulation of equipment and/or materials in
or near such streams. Water that has been used for washing or processing,or that contains oils or
sediments that will reduce the quality of the water in the stream shall not be directly returned to
the stream. Such waters will be diverted through a settling basin or filter before being directed
into the streams.
B. The Contractor shall not discharge water from dewatering operations directly into any live or
intermittent stream,channel,wetlands, surface water or any storm sewer. Water from dewatering
operations shall be treated by filtration, settling basins,or other approved method to reduce the
amount of sediment contained in the water.
C. All preventative measures shall be taken to avoid spillage of petroleum products and other
pollutants. In the event of any spillage,prompt remedial action shall be taken in accordance with
a contingency action plan approved by the Texas Commission on Environmental Quality(TCEQ).
Contractor shall submit two copies of approved contingency plans to the Engineer.
D. Water being flushed form structures or pipelines after disinfection,with a chlorine residue pf I
mg/1 or greater,shall be treated with a dechlorination solution or otherwise treated and/or used in
a method approved by the Engineer,prior to discharge.
3.03 PROTECTION OF LAND RESOURCES
A. Land resources within the boundaries and outside the limits of permanent work shall be restored
to a condition,after completion of construction,that will appear to be natural and not detract from
the appearance of the project. Confine all construction activities to areas shown on the Drawings.
B. Outside of areas requiring earthwork for the construction of the new facilities,the Contractor
shall not deface,injure,or destroy trees or shrubs,nor remove or cut them without prior approval.
No ropes,cables,or guys shall be fastened to or attached to any existing nearby trees for
anchorage unless specifically authorized by the Engineer. Where such special emergency use is
permitted, first wrap the trunk with a sufficient thickness or burlap or rags over which softwood
cleats shall be tied before any rope,cable,or wire is placed. The Contractor shall in any event be
responsible for any damage resulting from such use.
C. Where trees may possible be defaced,bruised,injured,or otherwise damaged by the Contractor's
equipment,dumping or other operations,protect such trees by placing boards,planks,or poles
City of Fort Worth Water Department SECTION 01110
Eagle Mountain Raw Water Transmission Pipeline Environmental Protection Procedures
Ago, KHA No. 061018027 Page 5 of 6
January 2006
around them. Monuments and markers shall be protected similarly before beginning operations
near them.
D. Any trees or other landscape feature scarred or damaged by the Contractor's equipment or
operations shall be restored as nearly as possible to its original condition. The Owner,or its
agent, will decide what method of restoration shall be used and whether damaged trees shall be
treated and healed or removed and disposed of. If additional damages are paid by the City to the
landowner per the easement agreements for damaged trees,the Contractor shall reimburse the
City for these costs.
All scars made on trees by equipment, construction operations, or by the removal of limbs larger
than 1-in. in diameter shall be coated as soon as possible with an approved tree wound dressing.
All trimming or pruning shall be performed in an approved manner by experienced workmen with
saws or pruning shears. Tree trimming with axes will not be permitted.
Climbing ropes shall be used where necessary for safety. Trees that are to remain,either within
or outside established clearing limits,that are subsequently damaged by the Contractor and are
beyond saving in the opinion of the Engineer, shall be immediately removed or replaced.
E. The locations of the Contractor's storage,and other construction buildings,required temporarily
,M. in the performance of the work, shall be cleared portions of the job site or areas to be cleared as
shown on the Drawings and shall require written approval of the Engineer and shall not be within
wetlands or floodplains. The preservation of the landscape shall be an imperative consideration
in the selection of all sites in the construction of buildings. Drawings showing storage facilities
shall be submitted for approval of the Engineer.
F. If the Contractor proposes to construct temporary roads or embankments and excavations for
plant and/or work areas,he/she shall submit the following for approval at least ten days prior to
scheduled start of such temporary work.
1. A layout of all temporary roads,excavations and embankments to be constructed within the
work area.
2. Details of temporary road construction.
3. Drawings and cross sections of proposed embankments and their foundations,including a
description of proposed materials.
4. A landscaping drawing showing the proposed restoration of the area. Removal of any trees
and shrubs outside the limits of existing clearing area shall be indicated. The drawing shall
also indicate location of required guard posts or barriers required to control vehicular traffic
passing close to trees and shrubs to be maintained undamaged. The drawing shall provide for
the obliteration of construction scars as such and shall provide for a natural appearing in final
condition of the area. Modification of the Contractor's approved drawings shall be made
o,,, only with the written approval of the Engineer. No unauthorized road construction,
excavation or embankment construction including disposal areas will be permitted.
City of Fort Worth Water Department SECTION 01110
Eagle Mountain Raw Water Transmission Pipeline Environmental Protection Procedures
KHA No. 061018027 Page 6 of 6
January 2006
G. Remove all signs of temporary construction facilities such as haul roads,work areas, structures,
foundations of temporary structures,stockpiles of excess or waste materials,or any other vestiges
of construction as directed by the Engineer. It is anticipated that excavation,filling and plowing
of roadways will be required to restore the area to near natural conditions which will permit the
growth of vegetation thereon. The disturbed areas shall be prepared and seeded as described in
Section 02936,or as approved by the Engineer.
H. All debris and excess material shall be disposed of outside wetland or floodplain areas in an
environmentally sound manner.
3.04 PROTECTION OF AIR QUALITY
A. Burning. The use of burning at the project site for the disposal of refuse and debris will not be
permitted.
B. Dust Control. The Contractor will be required to maintain all excavations, embankments,
stockpiles,access roads,plant sites,waste areas,borrow areas,and all other work areas within or
without the project boundaries free from dust which could cause the standards for air pollution to
be exceeded,and which would cause a hazard or nuisance to others.
C. An approved method of stabilization consisting of sprinkling or other similar methods will be
permitted to control dust. The use of petroleum product is prohibited. The use of chlorides may
be permitted with approval from the Engineer.
D. Sprinkling,to be approved,must be repeated at such intervals as to keep all parts of the disturbed
area at least damp at all times,and the Contractor must have sufficient suitable equipment on the
job to accomplish this if sprinkling is used. Dust control shall be performed as the work proceeds
and whenever a dust nuisance or hazard occurs,as determined by the Engineer.
3.05 MAIN'TENACE OF POLLUTION CONTROL FACILITIES DURING CONSTRUCTION
A. During the life of this Contract,maintain all facilities constructed for pollution control as long as
the operations creating the particular pollutant are being carried out or until the material
concerned has become stabilized to the extent that pollution is no longer being created.
3.06 NOISE CONTROL
A. The Contractor shall make every effort to minimize noises caused by his/her operations.
Equipment shall be equipped with silences or mufflers designed to operate with the least possible
noise in compliance with State and Federal regulations.
END OF SECTION
City of Fort Worth Water Department SECTION 01200
Eagle Mountain Raw Water Transmission Pipeline Project Meetings
KHA No. 061018027 Page 1 of 3
January 2006
PART 1: GENERAL
1.01 SCOPE OF WORK
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 included in Information to Bidders.
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. Construction Manager
5. Engineer's representatives.
6. Owner's representatives.
7. Others as appropriate.
D. Preliminary Agenda:
1. Schedule completion dates and Liquidated Damages.
City of Fort Worth Water Department SECTION 01200
Eagle Mountain Raw Water Transmission Pipeline Project Meetings
KHA No. 061018027 Page 2 of 3
January 2006
2. Construction Scheduling,including critical path.
3. Designation of responsible personnel.
4. Authority of Contractor.
5. Authority of Construction Manager and 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 Construction Manager.
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. Coordinating plant shutdowns.
2. Installation of piping and equipment.
3. Coordination between other construction projects.
4. Problem Area Resolutions
5. Equipment approval.
City of Fort Worth Water Department SECTION 01200
Eagle Mountain Raw Water Transmission Pipeline Project Meetings
KNA No. 061018027 Page 3 of 3
January 2006
B. The Construction Manager 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.
C. Attendance: Same as preconstruction conference.
D. Preliminary Agenda:
I. 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. Review of construction interfacing and sequencing requirements with other construction
contracts.
7. Corrective measures and procedures to regain projected schedule.
Aga,
8. Revisions to construction schedule.
9. Progress,schedule, during succeeding work period.
10. Coordination of schedules.
11. Review submittal schedules_
12. Maintenance of quality standards.
13. Pending changes and substitutions.
14. Review proposed changes for:
a. Effect on construction schedule and on completion date.
b. Effect on other contracts of the Project.
15. Review Record Documents.
16. Review monthly pay request.
17. Review status of RFIs.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth Water Department SECTION 01300
Eagle Mountain Raw Water Transmission Pipeline Submittals
KHA No. 061018027 Page l of 7
Polk January 2006
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:
• Pipe fabrication and layout drawings
• All Valves and Associated Appurtenances and Vaults
• Cathodic Protection
• River Crossing Plan
• Dewatering Plan
• Concrete Mix Designs
• Erosion Protection
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.
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
City of Fort Worth Water Department SECTION 01300
Eagle Mountain Raw Water Transmission Pipeline Submittals
KHA No.061018027 Page 2 of 7
January 2006
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
1. 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 detennine 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 affixed 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 numbers 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 8 1/2"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
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 follow the submittal numbering requirements provided in Paragraph D42 ofthe
Special Conditions. In addition,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
City of Fort Worth Water Department SECTION 01300
Eagle Mountain Raw Water Transmission Pipeline Submittals
KHA No. 061018027 Page 3 of 7
January 2006
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 mechanical 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.
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)-
AOW
6. Field dimensions, clearly identified as such.
7. Relation to adjacent or critical features of the Work or materials.
City of Fort Worth Water Department SECTION 01300
Eagle Mountain Raw Water Transmission Pipeline Submittals
KHA No. 061018027 Page 4 of 7
January 2006
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.
Code 1 - "APPROVED"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 - "APPROVED AS 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 - "APPROVED AS 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 - "APPROVED AS NOTED/RESUBMIT". This combination of codes 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
City of Fort Worth Water Department SECTION 01300
Eagle Mountain Raw Water Transmission Pipeline Submittals
KHA No. 061018027 Page 5 of 7
Ago, January 2006
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 - "NOT APPROVED" 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.
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.
A
City of Fort Worth Water Department SECTION 01300
Eagle Mountain Raw Water Transmission Pipeline Submittals
KHA No. 061018027 Page 6 of 7
January 2006
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.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth Water Department SECTION 01300
Eagle Mountain Raw Water Transmission Pipeline Submittals
KHA No_ 061018027 Page 7 of 7
t
January 2006
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)
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
4OW following written request therefore by the Owner.
P.E.Name Contractor's Name
Signature Signature
Address Title
Address
Place P.E. Stamp Here
With Date and Signature
City of Fort Worth Water Department SECTION 01315
Eagle Mountain Raw Water Transmission Pipeline Progress Schedule and Reports
KHA No. 061018027 Page 1 of 7
January 2006
Aft
PART 1: GENERAL
1.01 PROGRAM DESCRIPTION
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
t 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.
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.
Contractor shall reference the construction constraints and sequencing issues presented in Section
01040. 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
AV" 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
City of Fort Worth Water Department SECTION 01315
Eagle Mountain Raw Water Transmission Pipeline Progress Schedule and Reports
KHA No.061018027 Page 2 of 7
January 2006
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.
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.
City of Fort Worth Water Department SECTION 01315
Eagle Mountain Raw Water Transmission Pipeline Progress Schedule and Reports
KHA No. 061018027 Page 3 of 7
January 2006
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
V L u..`:i��LJQv:1•
City of Fort Worth Water Department SECTION 01315
Eagle Mountain Raw Water Transmission Pipeline Progress Schedule and Reports
KHA No.061018027 Page 4 of 7
January 2006
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 1 st and the 5th of each month the Contractor shall submit a preliminary updated schedule with
narrative using the end of the month as the Data Date. A final schedule update shall be submitted by
the 10th day of each month.
lqwt
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.
City of Fort Worth Water Department SECTION 01315
Eagle Mountain Raw Water Transmission Pipeline Progress Schedule and Reports
KHA No. 061018027 Page 5 of 7
January 2006
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
schedule will not be approved.
B. If the completion of any activity, whether or not critical, falls more than 100 percent behind its
approved duration,the Contractor shall submit for approval a schedule adjustment showing each such
activity divided into two activities reflecting completed versus uncompleted work.
At", 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.
City of Fort Worth Water Department SECTION 01315
Eagle Mountain Raw Water Transmission Pipeline Progress Schedule and Reports
KHA No. 061018027 Page 6 of 7
January 2006
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 of the
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 ofthe
City of Fort Worth Water Department SECTION 01315
Eagle Mountain Raw Water Transmission Pipeline Progress Schedule and Reports
KHA No. 061018027 Page 7 of 7
January 2006
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.I0 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 CDM 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.
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
JAW
City of Fort Worth Water Department SECTION 01410
Eagle Mountain Raw Water Transmission Pipeline Testing and Testing Laboratory Services
KHA No. 061018027 Pagel of 4
January 2006
PARTI: GENERAL
1.01 REQUIREMENTS INCLUDED
A. Owner will employ and pay for the services of an Independent Testing Laboratory to perform testing
specifically indicated on the Contract Documents and in this Section. The Owner may at any time elect
to have materials and equipment tested for conformity with the Contract Documents even if those items
are specifically identified as the responsibility of the contractor. If the Owner elects to do this testing,it
in no way relieves the contractor of any of his responsibilities. The contractor shall compensate the
owner for all failed test. The Contractor shall:
1. Cooperate with the laboratory to facilitate the execution of its required services.
2. In no way be relieved of the Contractor's obligations to perform the work of the Contract by the
Owner's employment of a testing laboratory.
B. All other testing, including testing of materials as required for approval of submittals, weld testing,
testing associated with Sections 15640, 15641 and 15642, and pressure testing shall be the
responsibility and at the expense of the Contractor.
1.02 RELATED REQUIREMENTS
A. Conditions of the Contract: Inspections and testing required by laws,ordinances,rules,regulations,
orders or approvals of public authorities.
B. Each Section listed: Laboratory tests required and standards for testing.
C. Testing Laboratory inspection, sampling and testing is required for but not limited to the following:
1. Excavation, Trenching, and Backfilling for Utilities and Process Piping is included in Section
02221.
2. Earth Excavation,Backfill in Section 02200
3. Buried Steel Pipe and Fittings in Section 02617
4. Bar Wrapped Concrete Cylinder Pipe in Section 02612
1.03 LABORATORY DUTIES
A. Cooperate with Engineer and Contractor;provide qualified personnel after due notice.
B. Perform specified inspections, sampling,and testing of materials and methods of construction:
1. Comply with specified standards.
2. Ascertain compliance of materials with requirements of Contract Documents.
AV1h C. Promptly notify the Construction Manager,the Engineer and the Contractor of observed irregularities or
deficiencies of work or products.
City of Fort Worth Water Department SECTION 01410
Eagle Mountain Raw Water Transmission Pipeline Testing and Testing Laboratory Services
KHA No.061018027 Page 2 of 4
January 2006
D. Promptly submit five copies of written report of each test and inspection to Engineer. Each report shall
include:
1. Date issued.
2. Project title and number.
3. Testing laboratory name,address,and telephone number.
4. Name and signature of laboratory inspector.
5. Date and time of sampling or inspection.
6. Record of temperature and weather conditions.
7. Date of test.
8. Identification of product and specification section.
9. Location of sample or test in the project.
10. Type of inspection or test.
11. Statement of specification requirements of material being tested.
12. Result of tests.
13. Clarification of testing procedures and observations,when requested by Engineer.
E. Perform additional tests as required by Engineer or the Owner.
1.04 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY
A. Laboratory is not authorized to:
1. Release,revoke,alter or enlarge on requirements of Contract Documents.
2. Approve or accept any portion of the work.
3. Perform any duties of the Contractor.
1.05 CONTRACTOR'S RESPONSIBILITIES
A. Cooperate with laboratory personnel,provide access to work and to manufacturer's operations.
B. Secure and deliver to the laboratory adequate quantities of representational samples of materials
proposed to be used and which require testing.
City of Fort Worth Water Department SECTION 01410
Eagle Mountain Raw Water Transmission Pipeline Testing and Testing Laboratory Services
KHA No. 061018027 Page 3 of 4
Aw January 2006
C. Materials and equipment used in the performance of work under this Contract are subject to inspection
and testing at the point of manufacture or fabrication. Standard requirements for quality and
workmanship are indicated in the Contract Documents. The Engineer may require the Contractor to
provide statements or certificates from the manufacturers and fabricators that the materials and
equipment provided by them are manufactured or fabricated in full accordance with the standard
specifications for quality and workmanship indicated in the Contract Documents. All costs of this
testing and providing statements and certificates shall be a subsidiary obligation of the Contractor,and
no extra charge to the Owner shall be allowed on account of such testing and certification.
D. Furnish incidental labor and facilities:
1. To provide access to work to be tested.
2. To obtain and handle samples at the project site or at the source of the product to be tested.
3. To facilitate inspections and tests.
4. For storage and curing of test samples.
E. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of personnel
and scheduling of tests.
1. When tests or inspections cannot be performed after such notice,reimburse Owner for laboratory
personnel and travel expenses incurred due to Contractor's negligence.
F. Employ and pay for the services of the same or a separate, equally qualified independent testing
laboratory to perform materials development of concrete mix designs, and additional inspections,
sampling and testing required for the Contractor's convenience.
G. If the results of tests indicate the material or equipment complies with the Contract Documents, the
Owner shall pay for the cost of the testing laboratory. If the tests and any subsequent retests indicate
the materials and equipment fail to meet the requirements of the Contract Documents,the Contractor
shall either pay for the laboratory costs directly to the testing firm or the total of such costs shall be
deducted from any payments due the Contractor.
1.06 SUMMARYOF TEST PERFORMED BY OWNERS REPRESENTATIVE—
The following are test that shall be performed by the Owners Representative. All other tests,as required by
the contract documents,shall be the responsibility of the Contractor.
A. Section 02221 Trenching and Backfilling—Field Testing shall be done in accordance with Section
02200. 1.06,H.
B. Section 02200 Earth Excavation,backfill and Grading-Field Testing shall be done in accordance with
Section 02200. 1.06,H.
C. Concrete inspecting and testing:
1. Molded Concrete Cylinders:
City of Fort Worth Water Department SECTION 01410
Eagle Mountain Raw Water Transmission Pipeline Testing and Testing Laboratory Services
KHA No. 061018027 Page 4 of 4
January 2006
a. Provide four test cylinders for each 50 cu.yds.or fraction thereof,of each class of concrete
of each day's placement.
b. Test one cylinder at seven days,two at 28 days,and one when so directed.
c. Report the mix, slump, location of concrete in the structure, and test results prior to the
addition of any plasticizers.
d. Take specimens and make tests in accordance with the applicable ASTM standard
specifications.
2. Core Tests:
a. Provide only when specifically so directed by the Engineer because of low cylinder test
results.
b. Cut from locations directed by the Engineer,securing in accordance with ASTM C42,and
prepare and test in accordance with ASTM C39.
3. Placement Inspections:
a. On concrete over 2,000 psi, provide continuous or other inspection as required by
governmental agencies having jurisdiction.
b. Throughout progress of concrete placement,make slump tests to verify conformance with
specified slump.
D. Using all required personnel and equipment,throughout progress of concrete placement verify that
finished concrete surfaces will have the level or slope that is required by the Contract Documents.
E. Pavement
1. Provide one HMAC test per shipment as outlined in NCTCOG Item 2.4.1
2. Provide one core test(to check density and depth)every 500 feet.
3. Provide one wet ball mill test every 500 feet of flexible base.
4. Provide one Atterburg Limits per 250 cubic yards of flexible base material delivered.
PART 2: PRODUCTS (OT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth Water Department SECTION 01600
Eagle Mountain Raw Water Transmission Pipeline Delivery,Storage and Handling
KHA No. 061018027 Page l of 2
January 2006
PART 1: GENERAL
1.01 SCOPE OF WORK
A. This section specifies the general requirements for the delivery, handling, storage and protection
for all items required in the construction of the work. Specific requirements, if any, are specified
with the related item.
B. Contractor shall schedule deliveries within the guidelines set forth by the City to meet security
requirements.
1.02 TRANSPORTATION AND DELIVERY
A. Transport and handle items in accordance with manufacturer's instructions.
B. Schedule delivery to reduce long term on-site storage prior to installation and/or operation.
Under no circumstances shall equipment be delivered to the site more than one month prior to
installation without written authorization from the Engineer.
C. Coordinate delivery with installation to ensure minimum holding time for items that are
Job, hazardous, flammable, easily damaged or sensitive to deterioration.
D. Deliver products to the site in manufacturer's original sealed containers or other packing systems,
complete with instructions for handling, storing, unpacking,protecting and installing.
E. All items delivered to the site shall be unloaded and placed in a manner which will not hamper
the Contractor's normal construction operation or those of subcontractors and other contractors
and will not interfere with the flow of necessary traffic.
F. Provide necessary equipment and personnel to unload all items delivered to the site.
G. Promptly inspect shipment to assure that products comply with requirements,quantities are
correct, and items are undamaged. For items furnished by others (i.e., Owner, other Contractors),
perform inspection in the presence of the Engineer. Notify the Engineer verbally, and in writing,
of any problems.
1.03 STORAGE AND PROTECTION
A. Store and protect products in accordance with the manufacturer's instructions, with seals and
labels intact and legible. Storage instructions shall be studied by the Contractor and reviewed
with the Engineer by him/her. Instruction shall be carefully followed and a written record of this
kept by the Contractor. Arrange storage to permit access for inspection.
B. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with
Ave, foreign matter.
C. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry
at all times. All structural, miscellaneous and reinforcing steel shall be stored off the ground or
City of Fort Worth Water Department SECTION 01600
Eagle Mountain Raw Water Transmission Pipeline Delivery,Storage and Handling
KHA No. 061018027 Page 2 of 2
January 2006
otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations
of standing water and to minimize rusting. Beams shall be stored with the webs vertical. Precast
concrete shall be handled and stored in a manner to prevent accumulations of dirt,standing water,
staining,chipping or cracking. Brick,block and similar masonry products shall be handled and
stored in a manner to reduce breakage,cracking and spalling to a minimum.
D. All mechanical and electrical equipment and instruments subject to corrosive damage by the
atmosphere if stored outdoors(even though covered by canvas) shall be stored in a weathertight
building to prevent injury. The building may be a temporary structure ion the site or elsewhere,
but it must be satisfactory to the Engineer. Building shall be provided with adequate ventilation
to prevent condensation. Maintain temperature and humidity within range required by
manufacturer.
1. All equipment shall be stored fully lubricated with oil,grease and other lubricants unless
otherwise instructed by the manufacturer. All space heaters in equipment shall be energized
during construction.
2. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to
avoid meta-to-metal "welding". Upon installation of the equipment,the Contractor shall start the
equipment,at least half-load,once weekly for an adequate period of time to ensure that the
equipment does not deteriorate from lack of use. "^
3. Lubricants shall be changed upon completion of installation and as frequently as required
thereafter during the period between installation and acceptance. New lubricants shall be put into
the equipment at the time of acceptance.
4. Prior to acceptance of the equipment,the Contractor shall have the manufacturer inspect the
equipment and certify that its condition has not been detrimentally affected by the long storage
period. Such certifications by the manufacturer shall be deemed to mean that the equipment is
judged by the manufacturer to be in a condition equal to that of equipment that has been shipped,
installed,tested and accepted in a minimum time period. As such,the manufacturer will guaranty
the equipment equally in both instances. If such a certification is not given,the equipment shall
be judged to be defective. It shall be removed and replaced at the Contractor's expense.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION(NOT USED)
END OF SECTION
City of Fort Worth Water Department SECTION 01665
Eagle Mountain Raw Water Transmission Pipeline Trench Safety Requirements
Aw KHA No. 061018027 Pagel of 3
January 2006
PART 1: GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor, materials,and equipment and perform all operations to plan, design, construct,
install,maintain,monitor,modify as necessary, and remove upon completion, a Trench Safety
System as specified herein.
B. The requirements of this Section apply to all trenches which equal or exceed a depth of five (5)
feet,measured from the ground surface at the highest side of the trench to the trench bottom.
C. All applicable and non-conflicting portions of Section 02221 —Trenching, Backfilling and
Compaction apply as appropriate.
1.02 RELATED REQUIREMENTS
A. Section 01035 —Control of Work.
B. Section 02221 —Trenching, Backfilling and Compaction.
�. C. Texas Statute: HB 1569, 7151 Regular Legislative Session.
D. U.S. Occupational Safety and Health Administration (OSHA) Standards,29 CFR 1926, Subpart P
—Excavations,latest revision at time of construction Agreement execution.
PART 2: PRODUCTS
2.01 GENERAL
A. All materials and products incorporated into the Trench Safety System shall be suitable for their
intended uses; shall meet all design criteria and parameters used by the Trench Safety System
designer; and shall meet all applicable requirements of OSHA Standards.
PART 3: EXECUTION
3.01 PROCEDURES
A. At least ten (10)Calendar Days prior to execution or any excavation operations, and not more
than thirty(30)Calendar Days following the execution date of the construction Agreement,
Contractor shall submit a site specific Trench Safety System Conformance Affidavit stating that
operations will be conducted in full conformance with the OSHA Standards.
1. The Conformance Letter shall also describe the Trench Safety System techniques proposed to
be used on the project.
2. Specific references to the applicable OSHA Standards sections shall be included for each
technique to be used.
City of Fort Worth Water Department SECTION 01665
Eagle Mountain Raw Water Transmission Pipeline Trench Safety Requirements
KHA No.061018027 Page 2 of 3
January 2006
B. The Trench Safety System Plan shall be in writing, site specific and sufficiently detailed and clear
to be understandable and usable by all personnel who will be executing,supervising and
witnessing the trenching operations. A copy of the Trench Safety System Plan shall be available
at the site of trenching operations at all times. A second copy shall be provided to the Engineer
for the Owner's records.
C. If borings and/or detailed geotechnical analyses are required to develop the Trench Safety System
Plan,they shall be executed by the Contractor at his cost.
D. For trenches having depths greater than the various limits given in the OSHA Standards(8, 12 or
20 feet,depending on the techniques used),a site specific protective system shall be designed by
a Licensed Professional Engineer experienced in soil mechanics and structural design. The
design shall be signed, sealed and dated by the Professional Engineer,and it shall identify those
specific locations where the design is applicable.
3.02 METHODS OF PROVIDING FOR TRENCH SAFETY
A. Protective systems referenced in this Section shall be as defined and described in 29 CFR
1962.652,"Requirements for Protective Systems-"
B. It is the duty,responsibility and prerogative of the Contractor to determine the specific
applicability of a proposed Trench Safety System for each field condition encountered on the
project. Contractor specifically holds the Owner,Engineer, and any of their designated
representatives harmless in any actions resulting from the failure or inadequacy of the Trench
Safety System used to complete the project.
C. Unless otherwise noted on the drawings or excluded below,Sloping/Benching,Trench Shielding
with trench boxes,and/or Sheeting/Shoring/Bracing protective systems may be used on this
project.
D. Restrictions on the use of the various protective systems for this project are as follows:
1. Sloping or Benching. No Restrictions,except as noted on
plans.
2. Trench Shields/Boxes. No Restrictions.
3. Sheeting/Shoring/Bracing. No Restrictions.
3.03 INSPECTION DUTIES OF CONTRACTOR
A. Provide a Competent Person,as defined in the OSHA Standards,to make frequent inspections of
the trenching operations and the Trench Safety System in full conformance with the OSHA
Standards.
�w
B. If evidence of a possible cave-in or landslide is apparent, all work in the trench shall immediately
cease and not be resumed until all necessary precautions have been taken to safeguard personnel
entering the trench.
City of Fort Worth Water Department SECTION 01665
Eagle Mountain Raw Water Transmission Pipeline Trench Safety Requirements
A. KHA No. 061018027 Page 3 of 3
January 2006
C. In an emergency situation which may threaten or affect the safety or welfare of any persons or
properties, the Contractor shall act at his discretion to prevent possible damage, injury or loss.
Any additional compensation or time extension claimed for such actions shall be considered in
view of the cause of the emergency and in accordance with the Agreement.
3.04 MEASUREMENT AND PAYMENT
A. Payment for the Trench Safety System shall be in accordance with Lump Sum price bid for the
unit established on the Bid Form.
END OF SECTION
City of Fort Worth Water Department SECTION 01700
Eagle Mountain Raw Water Transmission Pipeline Contract Closeout
KHA No. 061018027 Page ] of 3
January 2006
PART I: GENERAL
1.01 SCOPE OF WORK
A. This Section outlines the procedure to be followed in closing out the Contract.
1.02 SUBSTANTIAL COMPLETION
A. The Substantial Completion dates shall be established as stated in the Contract.
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:
1. 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
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.
Alb� 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
APO' other surfaces of grounds.
1. Handle materials in a controlled manner with as few handlings as possible. Do not drop or throw
City of Fort Worth Water Department SECTION 01700
Eagle Mountain Raw Water Transmission Pipeline Contract Closeout
KHA No. 061018027 Page 2 of 3
January 2006 AW
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 ofthis
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:
1. 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.
AW
9. Certificate that all outstanding debts are paid and that there are no liens on the project.
City of Fort Worth Water Department SECTION 01700
Eagle Mountain Raw Water Transmission Pipeline Contract Closeout
KHA No. 061018027 Page 3 of 3
January 2006
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.
Aw 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
City of Fort Worth Water Department SECTION 01720
Eagle Mountain Raw Water Transmission Pipeline Project Record Documents
K IA No. 061018027 Page 1 of 2
t January 2006
PART ]: GENERAL
1.01 REQUIREMENTS INCLUDED
A. Maintain at the site, for the Owner's use,one record copy of:
1. Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other Modifications to the Contract.
5. Engineer's Field Orders or written instructions.
6. Approved Shop Drawings,Working Drawings and Samples.
7. Field Test records.
8. Construction photographs.
9. RFIs
10. Submittal Logs
1.02 RELATED REQUIREMENTS
A. Section 01300: Submittals.
1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES
t
A. Store documents and samples in Contractor's field office apart from documents used for construction.
1. Provide files and racks for storage of documents.
2. Provide locked cabinet or secure storage space for storage of samples.
B. File documents and samples in accordance with CSI/CSC format.
C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record
documents for construction purposes.
D. Make documents and samples available at all times for inspection by the Engineer.
E. As a prerequisite for monthly progress payments,the Contractor is to exhibit the currently updated
"record documents" for review by the Engineer and the Owner.
1.04 MARKING DEVICES
A. Provide felt tip marking pens for recording information in the color code designated by the Engineer.
City of Fort Worth Water Department SECTION 01720
Eagle Mountain Raw Water Transmission Pipeline Project Record Documents
KEA No.061018027 Page 2 of 2
January 2006
1.05 RECORDING
A. Label each document "PROJECT RECORD"in neat large printed letters.
B. Record information concurrently with construction progress.
I. Do not conceal any work until required information is recorded.
C. Drawings-Legibly mark to record actual construction:
1. All underground piping with elevations and dimensions. Changes to piping location. Horizontal
and vertical locations of pipe fittings, underground utilities and appurtenances, referenced to
permanent surface improvements. Actual installed pipe material,class,etc.
2. Field changes of dimension and detail.
3. Changes made by Field Order or by Change Order.
4. Details not on original contract drawings.
5. Equipment relocations and piping.
D. Specifications and Addenda-Legibly mark each Section to record:
1. Manufacturer,trade name,catalog number,and Supplier of each Product and item of equipment
actually installed.
2. Changes made by Field Order or by Change Order.
1.06 SUBMITTAL
A. At every six month interval a copy of the up to date Record Drawings shall be provided to the
Engineer. At Contract close-out,deliver Record Documents to the Engineer for the Owner.
B. Accompany submittal with transmittal letter in duplicate,containing:
1. Date.
2. Project title and number.
3. Contractor's name and address.
4. Title and number of each Record Document.
5. Signature of Contractor or his authorized representative.
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
City of Fort Worth Water Department SECTION 01730
Eagle Mountain Raw Water Transmission Pipeline Operating and Maintenance Data
KHA No. 061018027 Page 1 of 6
January 2006
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 01700: Contract Closeout.
C. Section 01720: Project Record Documents.
D. Section 01740: Warranties and Bonds.
AM 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 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.
00,11 b. Holes reinforced with plastic,cloth or metal.
3. Text: Manufacturer's printed data, or neatly typewritten.
City of Fort Worth Water Department SECTION 01730
Eagle Mountain Raw Water Transmission Pipeline Operating and Maintenance Data
KHA No.061018027 Page 2 of 6
January 2006
4. Drawings:
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:
City of Fort Worth Water Department SECTION 01730
Eagle Mountain Raw Water Transmission Pipeline Operating and Maintenance Data
KHA No. 061018027 Page 3 of 6
opal January 2006
a. Clearly identify specific product or part installed.
b. Clearly identify data applicable to installation.
c. Delete references to inapplicable information.
C. Drawings
I. 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. 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:
City of Fort Worth Water Department SECTION 01730
Eagle Mountain Raw Water Transmission Pipeline Operating and Maintenance Data
KHA No. 061018027 Page 4 of 6
January 2006 ,
1. Manufacturer's data,giving full information on products.
a. Applicable standards.
b. Chemical composition.
c. Details of installation.
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:
1. 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.
City of Fort Worth Water Department SECTION 01730
Eagle Mountain Raw Water Transmission Pipeline Operating and Maintenance Data
KHA No. 061018027 Page 5 of 6
January 2006
b. Items recommended to be stocked as spare parts.
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.
Ow
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.
City of Fort Worth Water Department SECTION 01740
Eagle Mountain Raw Water Transmission Pipeline Warranties and Bonds
KHA No.061018027 Page 2 of 2
January 2006
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 accWtance by the Owner.
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
1
City of Fort Worth Water Department SECTION 02100
Eagle Mountain Raw Water Transmission Pipeline Site Preparation
APB, KHA No. 061018027 Page 1 of 3
January 2006
PART 1 - GENERAL
1.01 DESCRIPTION:
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.
2. Trenching, Backfilling and Compaction is included in Section 02221
Agb' 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'direc,ted"pho
�UVI
City of Fort Worth Water Department SECTION 02100
Eagle Mountain Raw Water Transmission Pipeline Site Preparation
KHA No.061018027 Page 2 of 3
January 2006
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_
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 PROtTECTION
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
City of Fort Worth Water Department SECTION 02100
Eagle Mountain Raw Water Transmission Pipeline Site Preparation
Jo` KHA No. 061018027 Page 3 of 3
January 2006
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 be adjusted 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.
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.
E Areas outside the easements or limits of clearing shall be protected form damage and no
equipment of materials shall be stored in these areas.
G. 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:
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
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water'Fransmission Pipeline Earth Excavation,Backfill,
Aft KHA No. 061018027 Fill and Grading
January 2006 Page 1 of 21
PART 1 - GENERAL
1.01 DESCRIPTION:
A. Perform the following earth excavation, backfill, fill and grading as indicated or specified:
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
operations in that part of work.
,W G. Remove boulders and tree stumps within the excavation limits.
1.02 RELATED WORK:
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 2.1 Aggregates
a. Gravel and crushed gravel
b. Crushed Stone
c. Fine and Course Aggregates
d. Screened Gravel
2. Item 2.23 Geotextiles
3. Item 3.12 Erosion, Sediment and Water Pollution Control
4. Item 3.3 Unclassified Street Excavation
5. Item 3.5 Unclassified Channel Excavation
6. Item 3.6 Borrow
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No.061018027 Fill and Grading
January 2006 Page 2 of 21
7. Item 4.1 Sprinkling for Dust Control
8. Item 7.1 Structural Excavation
1.03 REFERENCES:
A. American Society for Testing and Materials (ASTM) Publications:
1. C33: Specification for Concrete Aggregates.
2. C136: Sieve Analysis of Fine and Coarse Aggregates.
3. D421: Practice for Dry Prepaiation of Soil Samples for Particle Size Analysis and
Determination of Soil Constants.
4. D422: Test Method for Particle-Size Analysis of Soils.
5. D1140: Test Method for Amount of Material in Soils Finer than the No. 200 (75 Fm)
Sieve.
6. D1556: Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone
Method.
7. D698: Test Method for Laboratory Compaction Characteristics of Soil Using Modified
Effort (56,000 ft-lbIW (600 kN-m/m3)).
8. D2167: Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon
Method.
9. D2922: Test Method for Density of Soil and Soil-Aggregate in Place by Nuclear Methods.
(Shallow Depth).
10. D3017: Test Method for Water Content of Soil and Rock in Place by Nuclear Methods
(Shallow Depth).
11. D4318: Test Method for Liquid Limit, Plastic Limit and Plasticity Index of Soils.
12. D4718: Practice for Correction of Unit Weight and Water Content for Soils Containing
Oversized Particles.
13. D4944: Test Method for Field Determination of Water(Moisture) Content of Soil by the
Calcium Carbide Pressure Tester Method.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation, Backtill,
,.�. KHA No.061018027 Fill and Grading
January 2006 Page 3 of 21
14. D4959: Test Method for Field Determination of Water (Moisture) Content of Soil by
Direct Heating Method.
15. 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.
1.04 DEFINITIONS:
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
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,
AM- 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.
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.
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
00h' compaction.
d. Details of dust control measures.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No.061018027 Fill and Grading
January 2006 Page 4 of 21
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
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 2.0117 of this specification.
g. Stone Fill Pad: 467 Stone as specified in ASTM D448
h. Geotextile Fabric: As specified in Section 2.01G of this specification.
i. 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.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation, Backfill,
i► KHA No. 061018027 Fill and Grading
January 2006 Page 5 of 21
Where conflict between OSHA and State regulations exists, the more stringent requirements
shall apply.
C. The Contractor shall not excavate, construct embankments, 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:
1. Be accredited by the American Associates of State Highway and Transportation
Officials (AASHTO) Accreditation Program.
2. Have three (3) years experience in sampling, testing and analysis of soil and
aggregates, and monitoring field compaction operations.
3. Able to provide three (3) references from previous work.
F. Field Testing and Inspections:
1. 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 Owner. Submittal of materials for testing as well as re-testing due to non-
compliant work will be paid for by the Contractor.
2. Location of tests mutually acceptable to testing laboratory and the Engineer, the Owner's
Representative or as directed by the Engineer.
3. 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.
4. Testing laboratory to perform inspection at least once daily to confirm lift thickness
and compaction effort for entire fill area.
^Vb- G. Methods of Field Testing:
1. In-Place Density: ASTM D1556, ASTM 132167, or ASTM D2922.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No.061018027 Fill and Grading
January 2006 Page 6 of 21
2. 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.
1. Field In-Place Density and Moisture Content-Screened gravel and crushed stone
2. 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:
a. Trenches under structures foundation preparation or roadways subbase: Every
200 lin. ft. per lift
b. Trenches in areas without structures or roadways: Every 300 lin. ft. per
alternate lift.
C. Paved Roadways: Every 200 lin. ft. per lift.
d. Paved Areas: 2,000 sq. ft. per lift.
e. Under Structure: 100 sq. ft. per lift.
f. Around Structures: 500 sq. ft. per lift.
g. Embankment Fills: 10,000 sq. ft. per lift.
2. 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.
3. Gradation Analysis-A minimum of one per source and for each moisture density test
and whenever visual inspection indicates a change in material gradation.
4. 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:
1. Construct finished surfaces to plus or minus 1 inch of the elevations
indicated.
2. Grade cut and fill areas to plus or minus 0.20 foot of the grades indicated.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No. 061018027 Fill and Grading
January 2006 Page 7 of 21
3. Complete embankment edges to plus or minus 6 inches of the slope lines
indicated.
4. 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.
5. 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 therefor, 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.
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.
AM
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
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No.061018027 Fill and Grading
January 2006 Page 8 of 21
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 suitable and 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.
B. 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.
C. 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.
PART 2- PRODUCTS
2.01 GENERAL:
A. Use only acceptable materials from excavations or borrows.
B. Provide screened gravel, fine aggregate, select borrow, and crashed stone as specified in
NCTCOG Item 2.1.
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.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation, Backfill,
KHA No. 061018027 Fill and Grading
January 2006 Page 9 of 21
F. Provide rip-rap material meeting the following gradation:
Sieve Percentage by Weight Passing
Designation Square Mesh Sieves
6 in. [15.2 cm] 100
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 (Weakest Principle Direction)
Grab Strength (ASTM D-4632) 200
Grab Elongation (ASTM D-4632) (%) 60
Aft Mullen Burst Strength (ASTM D-3786) (psi) 320
Permeability — k (cm/sec) (ASTM D-4491) 100
AOS (O,) nun (ASTM D-4751) 0.3
Trapezoid Tear Strength (ASTM D-4533) (lbs.) 60
Puncture Resistance (ASTM D-4833) (lbs.) 80
UV Resistance - % Strength Retained (ASTM D-4355) 70
The Geotextile material shall be a non-woven fabric consisting of filaments or yarns of
polyester or polypropylene.
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.
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:
1. Name of Manufacturer
2. Chemical Composition
3. Product Description
JOB' 4. Statement of compliance to specification requirements
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No. 061018027 Fill and Grading
January 2006 Page 10 of 21
2.02 EQUIPMENT:
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.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No. 061018027 Fill and Grading
January 2006 Page 11 of 21
10. Locate and retain soil materials away from edge of excavations. Do not store within
drip line of trees indicated to remain.
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-hour 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:
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.
Ask Excavation is unclassified, and includes excavation to subgrade elevations indicated,
regardless of character of materials and obstructions encountered. Structural
! _.. __
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No.061018027 Fill and Grading
January 2006 Page 12 of 21
excavation shall include the furnishing of all materials and equipment; the construction or
installation of all facilities which may be necessary to 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.
1. 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.
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:
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
O. KHA No. 061018027 Fill and Grading
January 2006 Page 13 of 21
(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 (1) 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.
(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 specified in
Section 3.15.
C. UNCLASSIFIED CHANNEL EXCAVATION:
I. 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.
AM 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.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No. 061018027 Fill and Grading
January 2006 Page 14 of 21
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 be 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).
D. UNCLASSIFIED STREET EXCAVATION:
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 writable 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.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No. 061018027 Fill and Grading
January 2006 Page 15 of 21
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 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
A. Remove only existing pavement that is necessary for prosecution of work.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No.061018027 Fill and Grading Awl
January 2006 Page 16 of 21
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 permitted and without additional compensation.
3.12 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.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KIIA No. 061018027 Fill and Grading
January 2006 Page 17 of 21
3.13 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.
job, 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.
3.14 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
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.
3.15 MATERIAL PLACEMENT AND COMPACTION REQUIREMENTS:
A. Select Borrow, and Fine Aggregate:
law 1. Dump and spread in layers not to exceed 8-in. [20 cm] uncompacted thickness.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No.061018027 Fill and Grading
January 2006 Page 18 of 21
2. 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:
1. Dump and spread in layers not to exceed 8-in. [20 cm] uncompacted thickness.
2. 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:
1. Dump and spread in layers not to exceed 12-in. [30 cm] uncompacted thickness.
2. 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.
3.16 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.
3.17 NON-STRUCTURAL BACKFILL AROUND STRUCTURES:
A. Use acceptable materials for non-structural backfill around structures and compacted as
specified and indicated.
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.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
r KHA No. 061018027 Fill and Grading
January 2006 Page 19 of 21
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.
3.18 MATERIAL FOR FILLING AND EMBANKMENTS:
A. Use acceptable materials for filling and building embankments unless otherwise indicated.
3.19 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
0011, 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.
1. 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 over junction between fills.
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
KHA No. 061018027 Fill and Grading
January 2006 Page 20 of 21
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.
3.20 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
City of Fort Worth Water Department SECTION 02200
Eagle Mountain Raw Water Transmission Pipeline Earth Excavation,Backfill,
t KEA No. 061018027 Fill and Grading
January 2006 Page 21 of 21
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.
3.21 ALLOWANCE FOR SHRINKAGE:
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.
Ago, END OF SECTION
City of Fort Worth Water Department SECTION 02221
Eagle Mountain Raw Water Transmission Pipeline Trenching, Backtilling and Compaction
Job, KHA No. 061018027 Page 1 of 6
January 2006
PART1 -GENERAL
1.01 SCOPE OF WORK
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.
r 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
715`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 01665.
D. Site/Right-of-Way Preparation is covered in Section 02100.
1.03 SUBMITTALS
A. Submittals shall be in accordance with Section 02200.
1.04 QUALITY ASSURANCE AND CONTROL
A. Quality Assurance and Control shall be in accordance with Section 02200.
City of Fort Worth Water Department SECTION 02221
Eagle Mountain Raw Water Transmission Pipeline Trenching,Backfilling and Compaction
KHA No.061018027 Page 2 of 6 '
January 2006
PART 2: PRODUCTS(NOT USED)
PART 3: EXECUTION
3.01 TRENCH EXCAVATION
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
City of Fort Worth Water Department SECTION 02221
Eagle Mountain Raw Water Transmission Pipeline Trenching,Backfilling and Compaction
�• KHA No. 061018027 Page 3 of 6
January 2006
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.
I. 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,
,r. 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
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.
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
Ago, 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
City of Fort Worth Water Department SECTION 02221
Eagle Mountain Raw Water Transmission Pipeline Trenching,Backfilling and Compaction
KHA No. 061018027 Page 4 of 6
January 2006
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 I I IF,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 location. +,
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
City of Fort Worth Water Department SECTION 02221
Eagle Mountain Raw Water Transmission Pipeline Trenching,Backfilling and Compaction
r KHA No. 061018027 Page 5 of 6
January 2006
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.
City of Fort Worth Water Department SECTION 02221
Eagle Mountain Raw Water Transmission Pipeline Trenching,Backfilling and Compaction
KHA No.061018027 Page 6 of 6 '
January 2006
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
City of Fort Worth Water Department SECTION 2270
Eagle Mountain Raw Water Transmission Pipeline Sedimentation and Erosion Control
KIIA No. 061018027 Pagel of 3
January 2006
PART 1: GENERAL
1.01 SCOPE OF WORK
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.
a. 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.
City of Fort Worth Water Department SECTION 2270
Eagle Mountain Raw Water Transmission Pipeline Sedimentation and Erosion Control
KHA No.061018027 Page 2 of 3
January 2006
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"Envirofence" 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 "11all
utilize a common row of staples to attach.
City of Fort Worth Water Department SECTION 2270
Eagle Mountain Raw Water Transmission Pipeline Sedimentation and Erosion Control
�► KHA No. 061018027 Page 3 of 3
January 2006
3.02 MAINTENANCE AND INSPECTIONS
A. Inspections
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
OW
City of Fort Worth Water Department SECTION 02314
Eagle Mountain Raw Water Transmission Pipeline Pipelines Crossing Highways, Streets and
KHA No. 061018027 Railroads by Boring, Tunneling or Open Cut
January 2006 Page 1 of 8
PART 1 - GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install pipe casings or tunnel
liners by boring, tunneling or open cut as specified. This section sets forth the requirements
for utility lines crossing roadways or railroads using bore, tunneling, or open cut.
1.02 QUALITY ASSURANCE
A. DESIGN CRITERIA
1. TUNNEL LINER PLATE
The tunnel liner plate shall be designed by the Manufacturer in accordance with the
methods and criteria as specified in AASHTO Standard Specifications for Highway
Bridges, Section 16. Soil parameters shall be determined by the Tunnel Liner Plate
Manufacturer. The tunnel liner plate shall be designed to allow a maximum deflection
of 3%. The thickness of the tunnel liner plate specified herein is the minimum
acceptable and shall be increased as necessary to obtain adequate joint strength,
stiffness, buckling strength, and resistance to deflection.
AW 2, CASING INSULATORS
Casing insulators shall be designed by the Manufacturer to adequately support and
electrically isolate the carrier pipe within the casing pipe under all conditions. Number
and location of spacing insulators shall be determined by the Manufacturer to protect
carrier pipe from damages. One insulator shall be placed within 2' of ends of casing.
B. INSTALLER'S QUALIFICATIONS
Installation shall be by a competent, experienced contractor or sub-contractor. The
installation contractor shall have a satisfactory experience record of at least five (5) years
engaged in similar work of equal scope.
C. PERFORMANCE REQUIREMENTS
Lateral or vertical variation in the final position of the pipe casing or tunnel liner from the
line and grade established by the engineer shall be permitted only to the extent of 1" in 10',
provided that such variation shall be regular and only in the direction that will not
detrimentally affect the function of the carrier pipe, or clearances from other underground
utilities or structures. Any additional cost caused by this variation shall be the
responsibility of the Contractor.
1.03 SUBMITTALS
Submittals shall include:
AIM
A. Installer's Qualifications
City of Fort Worth Water Department SECTION 02314
Eagle Mountain Raw Water Transmission Pipeline Pipelines Crossing Highways, Streets and
KHA No. 061018027 Railroads by Boring, Tunneling or Open Cut
January 2006 Page 2 of 8
B. Shop drawings of the tunnel liner plate and fasteners from the tunnel liner plate
manufacturer. Shop drawings shall include calculations for the design of the tunnel liner
plate sealed by a Licensed Engineer in the State of Texas. Shop drawings are for record
purposes only and will not be reviewed or approved by the Engineer.
1.04 STANDARDS
AWWA C-206 "Field Welding of Steel Water Pipe"
AWWA C-210 "Liquid Epoxy Coating Systems for the Interior and Exterior of Steel
Water Pipelines"
AASHTO M-190 "Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches"
AASHTO Standard Specifications for Highway Bridges, 1989.
ASTM A-36 "Structural Steel"
ASTM A-123 "Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products"
ASTM A-135 "Electric-Resistance -Welded Steel Pipe"
ASTM A-139 "Electric - Fusion (Arc) -Welded Steel Pipe"
ASTM A-153 "Zinc Coating (Hot Dip) on Iron and Steel Hardware"
ASTM A-307 "Carbon Steel Bolts and Studs, 60,000 PSI Tensile" ,,
ASTM A-449 "Quenched and Tempered Steel Bolts and Studs"
ASTM A-569 "Steel, Carbon, Hot-Rolled Sheet and Strip, Commercial Quality"
ASTM A-570 "Hot Rolled Carbon Steel Sheet and Strip, Structural Quality"
ASTM C-76 "Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe"
ASTM D-4254 "Test Methods for Minimum Index Density of Soils and Calculation of
Relative Density"
1.05 DELIVERY AND STORAGE
A. The Contractor shall store tunnel liner plate in accordance with manufacturer's
recommendations. Any liner plate that appears to have been damaged in the opinion of the
Owner's representative shall be removed from the project and replaced with a new piece.
1.06 JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS
A. Where the work is in the public right-of-way or railroad company right-of-way, the Owner
will secure the appropriate permits or easements. The Contractor shall observe regulations
and instructions of the right-of-way Owner as to the methods of performing the work and
take precautions for the safety of the property and the public. Negotiations and
coordination with the right-of-way Owner shall be carried on by the Contractor, not less
than five (5) days prior to the time of his intentions to begin work on the right-of-way.
City of Fort Worth Water Department SECTION 02314
Eagle Mountain Raw Water Transmission Pipeline Pipelines Crossing Highways, Streets and
KHA No. 061018027 Railroads by Boring, Tunneling or Open Cut
�. January 2006 Page 3 of 8
B. Comply with the requirements of the permit and/or easement, a copy of which is included
in the Appendix. The work within the Texas Department of Transportation (TxDot) Right-
of-Way shall comply with TxDot specifications. If required by the Right-of-Way Owner,
obtain Protective Liability Insurance in the amount required by the particular company or
other insurance as is specified in the permit at no cost to the Owner. Acquire a permit,
agreement, or work order from the right-of-way Owner as is required.
C. Construction along roads and railroads shall be performed in such manner that the
excavated material be kept off the roads and railroads at all times, as well as, all operating
equipment. Construction shall not interfere with the operations of the roads and railroads.
D. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided
by the Contractor.
E. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall
verify location and elevation of any pipe lines and telephone cable before proceeding with
the construction and plan his construction so as to avoid damage to the existing pipe lines
or telephone cables. Verification of location of existing utilities shall be the complete
responsibility of the Contractor.
1.07 OPTIONS
A. CASING MATERIAL
Unless specified otherwise, the Contractor may use steel pipe or tunnel liner plate where
bore and/or tunnel as specified. Unless specified otherwise, the Contractor shall use steel
pipe where open cut casing is specified. The material specification for casing pipe and
tunnel liner are the minimum acceptable. The Contractor shall be fully responsible to
insure the materials used are of sufficient strength for the installation method chosen and
the soil conditions encountered.
B. BORE AND TUNNEL METHODS
Unless specified otherwise, the Contractor may use jacking, tunneling for the installation
method of casing material. Tunnel liner plate shall not be used where bore or jack methods
are used. The Contractor shall be fully responsible to insure the methods used are adequate
for the protection of workers, pipe, property, and the public. Provide a finished product as
required.
1.08 GUARANTEES [NOT USED]
PART — 2 PRODUCTS
2.01 MATERIALS
t
A. STEEL PIPE: Steel casing pipe shall have a minimum yield strength of 35,000psi.
Casing shall meet ASTM A36, ASTM A570, ASTM A 135, ASTM A 139, or approved _
City of Fort Worth Water Department SECTION 02314
Eagle Mountain Raw Water Transmission Pipeline Pipelines Crossing Highways, Streets and
KHA No. 061018027 Railroads by Boring, Tunneling or Open; Cut
January 2006 Page 4 of 8 „#
equal. Pipe shall be coated and lined in accordance with AWWA C210 or approved equal.
Pipe joints shall be welded in accordance with AWWA C206. After pipe is welded,
coating and lining shall be repaired. Unless specified otherwise, the minimum wall
thickness of steel casing pipe shall be as follows:
Casing,31 a er V aII Thickness
96" 1.00"
92" 1.00"
B. TUNNEL LINER PLATES: Corrugated metal tunnel liner plates shall be galvanized made
from steel sheets conforming to the requirements of ASTM A-569. Material to be
galvanized shall be zinc coated in accordance with ASTM A-123, except that the zinc shall
be applied at a rate of 2.0 oz. per square foot on each side. Tunnel liner plates and
fasteners shall comply with the requirements of AASHTO Standard Specifications for
Highway Bridges, 1989. Liner plates shall be punched for bolting on both longitudinal and
circumferential seams, fabricated to permit complete erection from the inside of the tunnel.
Bolts and nuts shall be galvanized to conform to ASTM. Where groundwater is
encountered, gasketed liner plates shall be used.
A-153. Plates shall be of uniform fabrication and those intended for one size tunnel shall
be interchangeable. Welding of tunnel liner plate shall not be allowed. The material used
for the construction of these plates shall be new, unused, and suitable for the purpose
intended. Workmanship shall be first class in every respect. Minimum thickness of tunnel
liner plate shall be as follows:
Tunnel Dhaxm�fer �;<]�i�umi37rr'�biiekn
96" -2 Flanged 10 gage
92" - 2 Flanged 10 gage
96" -4 Flanged 7 gage
92" -4 Flanged 7 gage
2.02 MIXES
A. CEMENT MORTAR: Consisting of one (1)part cement to two(2)parts clean sand with
sufficient water to make a thick workable mix.
B. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3.5 cubic feet of
clean fine sand with sufficient water added to provide a free flowing thick slurry. If
desired to maintain solids in the mixture in suspension, one cubic foot of commercial grade
bentonite may be added to each 12 to 15 cubic feet of the slurry. "`
City of Fort Worth Water Department SECTION 02314
Eagle Mountain Raw Water Transmission Pipeline Pipelines Crossing Highways, Streets and
KRA No. 061018027 Railroads by Boring, Tunneling or Open Cut
A"� January 2006 Page 5 of 8
C. CELLULAR GROUT MIX: The cellular grout shall be a low-density, non-shrink grout
composed of Type II Portland cement, water, and a pre-formed foam. The cellular grout
shall have the following characteristics:
1. Minimum 28-day Compressive Strength = 1000 psi
2. Slurry (Wet) Density = 95 to 105 pcf
3. Cement = Type 11, per ASTM C150
4. Water = Potable
5. Foam = Per ASTM C869
6. Water/Cement Ratio = 0.50 to 0.55
2.03 FABRICATIONS [NOT USED]
2.04 MANUFACTURED PRODUCTS
A. TUNNEL LINER: Manufactured by Contech Construction Products, Inc.., American
Commercial Inc., or approved equal.
B. CASING INSULATORS: Casing insulators may be used in lieU Of rails and F^»
Casing insulators shall be used for this project. In lieu of casing insulators, steel rails and
rollers may be considered as an acceptable substitute. However, the Contractor must
submit a design for the rail and roller installation as well as documentation to justify the
substitution as an acceptable installation, in lieu of casing insulators. Use casing insulators
for any type of carrier pipe. Insulators shall consist of pre-manufactured stainless steel
bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe
and position the carrier pipe approximately in the center of the casing pipe, to provide
adequate clearance between the carrier pipe bell and the casing pipe. Fasteners for
insulators shall be stainless steel or cadmium-plated. Insulators shall be as manufactured by
Cascade Waterworks Manufacturing Company or Pipeline Seal and Insulators,
Incorporated or Perry Equipment Corporation.
C. MORTAR BANDS: Concrete cylinder pipe and mortar coated steel pipe may have
thickened outside mortar bands in lieu of casing insulators. Mortar bands shall be properly
position the pipe within the casing or tunnel liner.
PART 3 - EXECUTION
3.01 PREPARATION [NOT USED]
3.02 GENERAL CONSTRUCTION PROCEDURES
AIW A. EXCAVATION AND BACKFILL OF ACCESS PITS
City of Fort Worth Water Department SECTION 02314
Eagle Mountain Raw Water Transmission Pipeline Pipelines Crossing Highways, Streets and
KHA No. 061018027 Railroads by Boring, Tunneling or Open Cut
January 2006 Page 6 of 8
1. Do not allow excavation over the limits of the bore or tunnel as specified. Trench
walls of access pits adjacent to the bore or tunnel face shall be truly vertical. Shore the
trench walls as necessary to protect workmen, the public, structures, roadways, and
other improvements.
2. Excavations within the right-of-way and not under surfacing shall be backfilled, with
type B backfill, and consolidated by tamping in 6" horizontal layers to 95% of
maximum density as measured by ASTM D-698. Surplus material shall be removed
from the right-of-way and the excavation finished to original grades. Backfill pits
immediately after the installation of the carrier pipe is completed. If carrier pipe is not
installed immediately after casing pipe installation, the Right-of-Way Owner may
require the access pits be temporarily backfilled until installation of carrier pipe.
B. INSTALLING CARRIER PIPE IN CASINGS
1. Pipe to be installed within the casing or tunnel liner shall meet the requirements for this
type of pipe as specified. Where indicated, place, align, and anchor guide rails and/or
casing insulators inside the casing. If guide rails are used, place cement mortar on both
sides of the rails.
2. Pull or skid pipe into place inside the casing. Lubricants such as flax soap or drilling
mud may be used to ease pipe installation. Do not use petroleum products, oil or
grease for this purpose. If guide rails are used, install pipe and hold down jacks after
installation of carrier pipe.
3. After installation of the carrier pipe, mortar inside and outside of the joints as
applicable. Verify electrical discontinuity between the carrier pipe and tunnel liner. If
continuity exists, remedy the short prior to applying cellular grout.
4. After carrier pipe installation is complete, if hold down jacks or casing spacers are
used, seal or plug the ends of the casing.
5. After carrier pipe installation is complete, the annular space between the carrier pipe
and tunnel liner or casing shall be completely filled with cellular grout. The Contractor
shall take precautions to prevent flotation of the carrier pipe are not required to be
mortared if flex-protex is used. Exterior joint coating (heat shrink sleeves) is required
for polyurethane coated pipe. Provide necessary bulkheads as recommended by the
cellular grout supplier. If pressure is used to apply grout, verify the maximum
allowable pressure with the carrier pipe manufacturer, and do not exceed this pressure.
C. FREE-AIR SYSTEM
If required by OSHA standards, free-air systems shall be installed and maintained.
D. INSTALLATION OF PRESSURE GROUT MIX
1. Install pressure grout mix in the void space between the outside of the casing pipe or
tunnel liner and the excavation. For bore or jacks with casing pipe, install pressure
grout mix immediately upon completion of setting casing pipe. For tunnel liner plate,
install pressure grout mix at the end of each work day or more often as conditions
warrant.
City of Fort Worth Water Department SECTION 02314
Eagle Mountain Raw Water Transmission Pipeline Pipelines Crossing Highways, Streets and
KHA No. 061018027 Railroads by Boring, Tunneling or Open Cut
04W January 2006 Page 7 of 8
2. Unless specified otherwise, install pressure grouting through grout fittings for the
casing pipe or tunnel liner plate 48" in diameter or larger. Grout fittings shall be
fabricated into casing pipe and tunnel liner plate at a maximum spacing of 6'. Remove
and plug grout fittings after pressure grouting.
3. Install pressure grout from the low end for all crossings where grout fittings are not
used. Seal the low end and pressure grout until grout is extruded from the opposite
end.
3.03 CROSSINGS INSTALLED BY BORING
A. Perform the boring from the low or downstream end unless specified otherwise. Bore the
holes mechanically and use a pilot hole. By this method, an approximate 2" pilot hole shall
be bored the entire length of the crossing and shall be checked for line and grade. This
pilot hole shall serve as the centerline of the larger diameter hole to be bored. Place
excavated material near the top of the working pit and dispose of material as required. The
use of water or other fluids in connection with the boring operation will be permitted only
to the extent to lubricate cuttings. Jetting shall not be permitted.
B. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least
10% of high grade carefully processed bentonite may be used to consolidate cuttings of the
bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings
and installation of the pipe immediately thereafter.
C. In locations where the soil formation is other than consolidated rock, insert the casing pipe
simultaneously with the boring operation. This requirement applies to all bored holes of
18" or greater in diameter. For smaller diameter bored holes, it is desirable that the casing
be installed as the boring progresses, but because of differences in soil formations, the time
for inserting the casing shall be the Contractor's responsibility. In the event that caving
sand or water bearing materials are encountered, insert the casing pipe simultaneously with
the boring operation regardless of the diameter of the bored hole. In all cases, the security
and integrity of the roadway is the primary concern. The Contractor shall be held fully
responsible for the continued integrity of the structure of the roadway being crossed,
whether or not a casing pipe is inserted simultaneously with the boring operation.
3.04 CROSSINGS INSTALLED BY TUNNELING AND JACKING
A. Jack the pipe from the low or downstream end, unless specified otherwise. Provide heavy
duty jacks suitable for forcing the pipe through the embankment. In operating jacks, apply
even pressure to the jacks used. Provide a suitable jacking head and bracing between jacks
so that pressure will be applied to the pipe uniformly around the ring of the pipe. Provide
a suitable jacking frame or back stop. Set the pipe to be jacked on guides, properly braced
together, to support the section of the pipe and to direct it in the proper line and grade.
Place the whole jacking assembly so as to line up with the direction and grade of the pipe.
In general, excavate embankment material just ahead of the pipe and material removed
through the pipe. Force the pipe through the embankment with jacks into the space
provided.
City of Fort Worth Water Department SECTION 02314
Eagle Mountain Raw Water Transmission Pipeline Pipelines Crossing Highways, Streets and
KHA No. 061018027 Railroads by Boring, Tunneling or Open Cut
January 2006 Page 8 of 8
B. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the
pipe, shall conform to the contour and grade of the pipe. Provide a clearance of not more
than 2" for the upper half of the pipe. This clearance shall be tapered off to zero at the
point where the excavation conforms to the contour of the pipe. Extend the distance of the
excavation beyond the end of the pipe depending on the character of the material, but do
not exceed 2' in any case. Decrease the distance if the character of the material being
excavated makes it desirable to keep the advance excavation closer to the end of the pipe.
C. If desired, use a cutting edge of steel plate around the head end of the pipe extending a
short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge
from slipping back onto pipe.
D. When jacking of pipe has begun, carry on the operation without interruption to prevent the
pipe from becoming firmly set in the embankment. Remove and replace any pipe damaged
in the jacking operations. The Contractor shall absorb the entire expense.
3.05 CROSSINGS INSTALLED WITH TUNNEL LINER PLATE
A. Install the tunnel liner plates to the limits indicated and as specified in AASHTO Standards
Specifications for Highway Bridges, Section II-26, Construction Tunnels Using Steel
Tunnel Liner Plates. Assemble steel liner plates into circumferential rings. Liner plates
shall be of the type to permit segments to be installed completely from inside the tunnel or -�
bore.
B. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute
minimum of void space outside the liner plate. Maintain a maximum of 1/2" tolerance
between the outside of the liner plate and the excavation wherever possible. The tunnel
diameter shall not be greater than 2" larger than the liner O.D.
C. Liner plate installation shall proceed as closely as possible behind the excavation.
Excavation shall at no time be more than 6" ahead of the required space to install an
individual tunnel liner plate. Use breast plates, poling boards or other suitable devices to
maintain accurate excavation with the minimum of unsupported excavation at any time.
Tunnel liner plate shall not be allowed to deflect vertically during installation.
3.06 CROSSINGS WITH CASING INSTALLED BY OPEN CUT
A. This article covers the requirements for the construction of crossings where pipe casing
is required for installation by the open cut method. Excavation, backfill, and embedment of
casing pipe shall be as specified in Section 02221, TRENCHING, BACKFILLING, AND
COMPACTION. All other requirements shall be as specified herein.
3.07 FIELD QUALITY CONTROL [NOT USED]
3.08 CLEAN AND ADJUST [NOT USED]
3.09 SCHEDULES [NOT USED]
END OF SECTION
City of Fort Worth Water Department SECTION 02612
Eagle Mountain Raw Water Transmission Pipeline Concrete Pressure Pipe Bar-Wrapped
0001, KEA No. 061018027 Steel Cylinder Type
January 2006 Page 1 of 10
PART 1 - GENERAL
1.01 SUMMARY
A. Furnish labor, materials, equipment and incidentals necessary to install bar-wrapped concrete
cylinder pipe and fittings, and specials, including connections and appurtenances as shown on
the drawings and specified herein.
B. Cathodic protection details and spacing requirements are shown in the drawings and in the
cathodic protection section of the specifications.
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. Factory Testing:
1. The OWNER reserves the option to have an independent testing laboratory, at the
OWNER's expense, inspect pipe and fittings at the pipe manufacturer's plant. The
OWNER's testing laboratory and ENGINEER shall have free access to the manufacturer's
r plant. The pipe manufacturer shall notify the OWNER, in writing, at least two (2) weeks
ahead of pipe fabrication as to start of fabrication and fabricating schedule so that the
OWNER can advise the manufacturer as to OWNER's decision regarding tests to be
performed by an independent testing laboratory. In event the OWNER elects to retain an
independent testing laboratory to make material tests and weld tests, it is the intent that the
tests be limited to one (1) spot testing of each category unless the tests do not show
compliance with the standard. If these tests do not show compliance, the OWNER reserves
the right to have the laboratory make additional tests and observations.
2. The OWNER may require the manufacturer to furnish mill test certificates on reinforcing
steel or wire, steel plate, and cement. The manufacturer shall perform the tests described in
AWWA C303, for all pipe, fittings, and specials, except that the following absorption test
shall supersede the requirements of the applicable portion of AWWA C303.
3. Absorption Test. A water absorption test shall be performed on samples of cured mortar
coating taken from each working shift. The mortar coating samples shall have been cured in
the same manner as the pipe. A test value shall consist of the average of a minimum of
three samples taken from the same working shift. The test method shall be in accordance
with ASTM C497, Method A. The average absorption value for any test shall not exceed 9
percent and no individual sample shall have an absorption exceeding 11 percent. Tests for
each working shift shall be performed on a daily basis until conformance to the absorption
requirements has been established by 10 consecutive passing test results, at which time
testing may be performed on a weekly basis for each working shift. Daily testing shall be
000• resumed for each working shift with failing absorption test results and shall be maintained
until conformance to the absorption requirements is re-established by 10 consecutive passing
test results.
City of Fort Worth Water Department SECTION 02612
Eagle Mountain Raw Water Transmission Pipeline Concrete Pressure Pipe Bar-Wrapped
KHA No. 061018027 Steel Cylinder Type
January 2006 Page 2 of 10
4. The cost of all tests specified are subsidiary to the cost of the pipe and will not be paid for
separately.
C. Manufacturer's Technician for pipe installation:
1. During the construction period,the Pipe Manufacturer shall furnish the services of a factory
trained,qualified,job experienced technician to advise and instruct as necessary in pipe
laying and pipe jointing. The technician shall assist and advise the Contractor in his pipe
laying operations and shall instruct construction personnel in proper joint assembly and joint
inspection procedures. The technician is not required to be on-site full time;however,the
technician shall be regularly on-site during the first two weeks of pipe laying and thereafter as
requested by the Engineer,Owner,or Contractor.
1.03 SUBMITTALS
Submittals shall be in accordance with the Special Conditions and shall include the following:
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,
joint restraint and thrust calculations, and pertinent design data. Record Data shall reference
stationing on the plan profile sheets and shall incorporate changes necessary to avoid conflicts
with existing utilities and structures. 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. 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 required by AWWA C303.
1.04 STANDARDS
Except as modified or supplemented herein, pretensioned concrete cylinder pipe shall conform
to the applicable requirements of the following standard specifications, latest edition.
AWWA C303 "Concrete Pressure Pipe — Bar-Wrapped Steel Cylinder Type"
AWWA M9 Manual: "Concrete Pressure Pipe"
ASTM A33 "Standard Specification for Concrete Aggregates"
ASTM A635 "Standard Specification for Steel, Sheet and Strip, Carbon, Hot Rolled,
Structural Quality"
ASTM C144 "Specification for Aggregate for Masonry Mortar"
ASTM C150 "Specification for Portland Cement"
City of Fort Worth Water Department SECTION 02612
Eagle Mountain Raw Water Transmission Pipeline Concrete Pressure Pipe Bar-Wrapped
KHA No. 061018027 Steel Cylinder Type
January 2006 Page 3 of 10
ASTM C497 "Methods of Testing Concrete Pipe"
NCTCOG Item 2.12.5(a) through (d) and (h)
1.05 DELIVERY AND STORAGE
A. Packing:
1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard
of transportation and allow pipe to reach project site in an undamaged condition. Pipe
damaged in shipment shall not be delivered to the project site unless such damaged pipe is
properly repaired.
2. After the completed pipe and fittings have been removed from the final cure at the
manufacturing plant, the pipe lining shall be protected from drying by means of plastic end
covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times
until ready to be placed in the trench. Moisture shall be maintained inside the pipe by
periodic addition of water as necessary.
3. Pipes shall be carefully supported during shipment and storage. Each length of pipe, fitting,
or special shall be internally supported and braced with stulls to maintain a true circular
AIM shape. Internal supports shall consist of timber or steel stulls firmly wedged and secured so
that the stulls remain in place during handling. Pipe shall be rotated so that one (1) of the
stulls is vertical during storage, shipment and installation. Stulls shall not be removed from
pipe until backfill operations are complete (excluding final cleanup), unless it can be
demonstrated to the OWNER's satisfaction that removal of the sculls will not adversely
affect the pipe installation. Pipe, fittings, and specials shall be separated so that they do not
bear against each other in transit. Store pipe on padded skids, sand or dirt berms, tires, or
other suitable means to protect the pipe from damage.
4. In addition, deliver, handle, and store pipe in accordance with the manufacturer's
recommendations to protect coating systems.
B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on one
end the class for which it is designed, the date of manufacturer, and the identification number
that matches shop drawing records. The top centerline shall be marked on all specials.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Cement: Cement for use in concrete and mortar shall be Type I or 11 Portland Cement.
B. Aggregates: Aggregates for concrete lining and coating shall conform to ASTM C-33.
C. Sand: Sand used for inside and outside joints shall be of silica base, conforming to ASTM C-
144. -
City of Fort Worth Water Department SECTION 02612
Eagle Mountain Raw Water Transmission Pipeline Concrete Pressure Pipe Bar-Wrapped
KHA No. 061018027 Steel Cylinder Type ,aw
January 2006 Page 4 of 10
D. Special Coating: Pipe to be installed in casing shall have two built-up mortar rings, each
approximately 2 feet long and slightly higher than the pipe bell, to prevent the pipe from being
supported by the pipe bell. Built-up mortar rings are to be applied at the quarter points of the
pipe section.
E. Bushes, Couplings and Plugs: Where outlets or taps are threaded, furnish and install brass
reducing bushings in larger steel half couplings for the outlet size indicated. Threaded plugs
shall be brass.
2.02 MIXES; CEMENT MORTAR
Cement mortar used for pouring joints shall consist of one (1)part Portland Cement to_two(2)
parts clean, fine, sharp silica sand, mixed with water. No manufactured sand shall be
permitted. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint
mortar shall be mixed with as little water as possible so that the mortar is very stiff, but
workable. Cement shall be ASTM C150, Type I or Type II. Sand shall conform to ASTM
C 144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints.
2.03 MANUFACTURED PRODUCTS
A. Pipe:
I. General: Pipe, bends, and special fittings shall be designed, manufactured, and tested in
accordance with the applicable requirements of AWWA C303 and AWWA M9, and the
special requirements of this specification. Pipe shall be certified by the National Sanitation
Foundation Standard 61 for use with potable water.
2. Pipe Design Criteria: Sizes and pressure classes(working pressure) shall be as specified.
For the purposes of pipe design, working pressure plus transient pressure shall be as
indicated below. Fittings, specials and connections shall be of the same or greater pressure
class as the associated pipe. Pipe and fittings shall be clearly marked with the pressure
class and piece number to permit easy identification in the field. Pipe design shall be based
on trench conditions and design pressure class specified. Pipe shall be designed according
to the methods indicated in AWWA C303 and AWWA Manual M9 for trench construction,
using the following parameters:
a) Unit Weight of Fill (w) = 130 pcf
b) Live Load = AASHTO H-20 truck for unpaved conditions
c) Trench Depth = As indicated
d) Coefficient Ku' = 0.150
e) Trench Width (Bd) as indicated
f) Bedding Conditions = As indicated
g) Pressure Class(Station 0+00 to 80+00)= 150 psi min. working pressure, (175 psi
test pressure)
h) Pressure Class (Station 80+00 to 151+32.43)= 150 psi min. working pressure,(225psi
test pressure)
City of Fort Worth Water Department SECTION 02612
Eagle Mountain Raw Water Transmission Pipeline Concrete Pressure Pipe Bar-Wrapped
KHA No. 061018027 Steel Cylinder Type
January 2006 Page 5 of 10
i) Surge Allowance (Station 0+00 to 80+00) = 100 psi minimum, where:
Total Pressure (including surge) = 150 psi + 100 psi = 250 psi.
J) Surge Allowance (Station 80+00 to 151+32.43)= 190 psi minimum, where:
Total Pressure (including surge) = 150 psi + 190 psi = 340 psi.
k) Deflection Lag Factor = 1.5
1) Soil Reaction Modulus, E' < 1,000
Trench depths indicated shall be verified after existing utilities are located. Vertical
alignment changes required because of existing utility or other conflicts shall be
accommodated by an appropriate change in pipe design depth. In no case shall pipe be
installed deeper than its design allows.
3. Provisions for Thrust:
a) Thrusts at bends, tees, plugs, or other fittings shall be resisted by restrained joints.
Thrust at bends adjacent to casing pipe shall be restrained by welding joints through
casing and for a sufficient distance each side of casing. The distance for thrust restraint
shown on the plans is the minimum restraint and does not relieve the manufacturer from
calculating the restraint needs as specified herein. In no case shall the restrained
distance be less than indicated on the plans. If the manufacturer calculates the need for
additional restraint, no additional compensation will be allowed. No thrust restraint
contribution shall be allowed for the welded length of pipe within the casing, unless
casing is filled with grout.
b) Restrained joints shall be used for a sufficient distance from each side of the bend, tee,
plug, or other fitting to resist thrust which will be developed at the design pressure of
the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure
class (working pressure), or equal to the test pressure, or working pressure plus the
surge allowance, whichever is greater. Restrained joints shall consist of welded joints.
In areas where restrained joints are used for thrust restraint, the pipe shall have adequate
cylinder thickness to transmit the thrust forces.
c) The length of pipe with welded joints to resist thrust forces shall be determined by the
pipe manufacturer in accordance with AWWA Manual M9 and the following:
1) The weight of earth (We) shall be calculated as the weight of the projected soil
prism above the pipe.
2) Soil density = 110 pcf(maximum value to be used).
3) Coefficient of friction = 0.25 (maximum value to be used).
The above applies to unsaturated soil conditions. In locations where ground water is
encountered, the soil density shall be reduced to its buoyant weight for the backfill
A"h' below the water table, and the coefficient of friction shall be reduced to 0.25.
City of Fort Worth Water Department SECTION 02612
Eagle Mountain Raw Water Transmission Pipeline Concrete Pressure Pipe Bar-Wrapped
KEA No. 061018027 Steel Cylinder Type
January 2006 Page 6 of 10
d) Thrust collars will only be permitted for temporary plugs. Thrust collars may not be
used for any other application, unless approved in writing by the ENGINEER.
4. Inside Diameter: The inside diameter, of the cement mortar lining shall be the Nominal
diameter specified.
B. Joint Wrappers: Similar and equal to those manufactured by Mar-Mac Manufacturing Company.
C. Insulated Connections: Insulated connection shall be in accordance with Section 15640. Where
insulated connections are indicated, furnish dielectric insulation gaskets, sleeves, and plastic
washers as indicated. Insulating flange kits are to be installed on all flanged outlets of the main
line pipe and on both flanges of each main line valve.
D. Flexible Joint Couplings: Dresser Style 38, Smith-Blair Style 411, or approved equal._
E. Pipe Ends: The standard pipe end shall include steel joint ring and a continuous solid rubber
ring gasket as per AWWA Manual M-9.
R Flanges: Flanges shall conform to AWWA C207 with laying dimensions and drilling in
accordance with ANSI B 16.1, Class 125. Flanges shall be Flange Class E with a minimum
working pressure of 275 psi for areas designated with 225 psi test pressure. Flanges shall be
Flange Class D for areas designated with 175 psi test pressure. In no case shall the working or
test pressure of the pipe exceed the working pressure of the flange. Drilling shall match class of
�,i valves or appurtenances which are attached. tshall eenfefm to AM! r ,
Grade-B. Nuts and bolts shall conform to AWWA C207.
PART 3-EXECUTION
3.01 INSTALLATION
A. General:
1. Install pipe, fittings, specials, and appurtenances as specified herein, as specified in AWWA
Manual M9, and in accordance with the pipe manufacturer's recommendations.
2. Lay pipe to the lines and grades as indicated.
B. Pipe Handling:
1. Haul and distribute pipe, fittings at the project site. Handle piping with care to avoid
damage. Before lowering into the trench, inspect each joint of pipe, and reject or repair any
damaged pipe.
2. Keep the pipe clean during and after the laying operation and free of sticks, dirt, animals,
and trash, and at the close of each operating day, effectively seal the open end of the pipe
using a gasketed night cap. ,
City of Fort Worth Water Department SECTION 02612
Eagle Mountain Raw Water Transmission Pipeline Concrete Pressure Pipe Bar-Wrapped
AVW KHA No. 061018027 Steel Cylinder Type
January 2006 Page 7 of 10
C. Pipe Jointing:
1. General:
a) Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing
and wiping. If any damage to the protective coating on the metal has occurred, repair
the damage before laying the pipe. Lubricate the gasket and the inside surface of the
bell with an approved lubricant (flax soap) which will facilitate the telescoping of the
joint. Tightly fit together sections of pipe and exercise care to secure true alignment and
grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter
the spigot end of the pipe into the bell of the adjoining pipe and force into position. The
inside joint space between ends of the pipe sections shall have an opening within the
tolerances as recommended by the pipe manufacturer. No "blocking up" of pipe or
joints will be permitted, and if the pipe is not uniformly supported or the joint not made
up properly, remove the joint and properly prepare the trench. After joining, check the
position of the gasket with a feeler gauge. If the gasket is out of position, disassemble
the joint and repeat the joint laying procedure.
b) For interior welded joints, complete backfilling before welding. For exterior field-
welded joints, provide adequate working room under and beside the pipe.
2. Exterior Joints: Make the exterior joint by placing a joint wrapper around the pipe and
secure in place with two (2) metal straps. The wrapper shall be 9" inches wide for pipe 36"
and larger, and 7" wide for smaller pipe, hemmed on each side. The wrapper shall be
fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough
opening between ends to allow the mortar to be poured inside the wrapper into the joint.
Fill the joint with mortar from one side in one (1) continuous operation until the grout has
flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides
of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place
undisturbed until the mortar has set-up.
3. Interior Joints: Upon completion of backfilling of the pipe trench, fill the inside joint recess
with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has
collected in the joint, and moisten the concrete surfaces of the joint space by spraying or
brushing with a wet brush. Ram or pack the stiff mortar into the joint space and take
extreme care to insure that no voids remain in the joint space. After the joint has been
filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel
trowel so that the surface is smooth. Interior joints of pipe smaller than 21" shall have the
bottom of the bell buttered with mortar, prior to inserting the spigot, such that when the
spigot is pushed into position it will extrude surplus mortar from the joint. The surplus
mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or
an inflated ball through the pipe with a rope.
AM
City of Fort Worth Water Department SECTION 02612
Eagle Mountain Raw Water Transmission Pipeline Concrete Pressure Pipe Bar-Wrapped
KHA No. 061018027 Steel Cylinder Type AN
January 2006 Page 8 of 10
4. Welded Joints:
a) Weld joints in accordance with the AWWA Manual M9. Contractor shall provide
adequate ventilation for welders and for Owner's representative to observe welds. Unless
otherwise specified,welds shall be full circle fillet welds.
b) Adequate provisions for reducing temperature stresses shall be the responsibility of the
Contractor.
c) After the pipe have been joined and properly aligned and prior to the start of the welding
procedure,the spigot and bell shall be made essentially concentric by shimming or
tacking to obtain clearance tolerance around the periphery of the joint. In no case shall
the clearance tolerance be permitted to accumulate.
d) Furnish labor,equipment,tools and supplies,including shielded type welding rod.
Protect welding rod from any deterioration prior to its use. If any portion of a box or
carton is damaged,reject the entire box or carton.
e) In all hand welding,the metal shall be deposited in successive layers. For hand welds,
not more than 1/8"of metal shall be deposited in each pass. Each pass except the final
one,whether in butt or fillet welds,shall be thoroughly bobbed or peened to relieve
shrinkage stresses and to remove dirt,slag,or flux before the succeeding bead is applied.
Each pass shall be thoroughly fused into the plates at each side of the welding groove or
fillet and shall not be permitted to pile up in the center of the weld. Undercutting along
the side shall not be permitted.
f) Welds shall be free from pin holes,non-metallic inclusions,air pockets,undercutting
and/or any other defects.
g) If the ends of the pipe are laminated,split or damaged to the extent that satisfactory
welding contact cannot be obtained,remove the pipe from the line.
h) Furnish each welder employed with a steel stencil for marking the welds,so that the work
of each welder may be identified. Have each welder stencil the pipe adjacent to the weld
with the stencil assigned to him. In the event any welder leaves the job,his stencil shall
be voided and not duplicated if another welder is employed.
i) Use only competent, skilled and qualified workmen. Each welder employed by the
Contractor shall be required to satisfactorily pass a welding test in accordance with
AWWA C206 before being allowed to weld on the line.
j) After each welder has qualified in the preliminary tests referred to above,inspections
shall be made of joints in the line. Any welder making defective welds shall not be
allowed to continue to weld.
k) Dye penetrant tests in accordance with ASTM E165,or magnetic particle test shall be AWN
performed by the Contractor under the supervision and inspection of the Owner's
Representative or an independent testing laboratory,on all full welded joints. Welds that
City of Fort Worth Water Department SECTION 02612
Eagle Mountain Raw Water Transmission Pipeline Concrete Pressure Pipe Bar-Wrapped
KHA No. 061018027 Steel Cylinder Type
January 2006 Page 9 of 10
are defective will be replaced or repaired, whichever is deemed necessary by the
Engineer, at the Contractor's expense.
1) If the Contractor disagrees with the Engineer's interpretation of welding tests, test
sections may be cut from the joint for physical testing. The Contractor shall bear the
expense of repairing the joint,regardless of the results of physical testing. The procedure
for repairing the joint shall be approved by the Engineer before proceeding.
D. Protection of Exposed Metal:
1. Protect exposed ferrous metal by a minimum of one (I") inch coating of cement mortar as
previously specified for inside joints unless otherwise specified. Exposed large flat surfaces
such as flanges, bolts, caulked joints, threaded outlets, closures, etc., shall have coating
reinforced with galvanized wire mesh.
2. Thoroughly clean and wet the surface receiving a cement mortar coating with water just
prior to placing the cement mortar coating. After placing, take care to prevent cement
mortar from drying out too rapidly by covering with damp earth or burlap. Cement mortar
coating shall not be applied during freezing weather.
E. Patching:
1. Excessive field-patching of lining or coating shall not be permitted. Patching of lining or
coating will be allowed where area to be repaired does not exceed 100 square inches and has
no dimensions greater than 12". In general, there shall not be more than one patch on
either the lining or the coating of any one joint of pipe.
2. Wherever necessary to patch the pipe, make patch with cement mortar as previously
specified for interior joints. Do not install patched pipe until the patch has been properly
and adequately cured and approved for laying by the OWNER. Promptly remove rejected
pipe from the site.
F. Pipe Bedding and Backfill: Pipe bedding and backfill shall be as specified in Section 02221,
Trenching, Backfilling and Compaction.
3.02 FIELD QUALITY CONTROL
A. Hydrostatic and Leakage Tests
1. Furnish all necessary equipment and labor for carrying out a pressure test on the pipelines.
The procedures and method for carrying out the pressure tests shall be approved by the
Engineer.
2. Make any taps and furnish all necessary caps, plugs, bulkheads, etc., as required in
conjunction with testing portions of the pipe. Furnish test pumps, gauges, meters and any
tow other equipment required in conjunction with carrying out the tests. Hydrostatic pressure
and leakage tests shall conform with AWWA M9.
City of Fort Worth Water Department SECTION 02612
Eagle Mountain Raw Water Transmission Pipeline Concrete Pressure Pipe Bar-Wrapped
KHA No. 061018027 Steel Cylinder Type
January 2006 Page 10 of 10
3. All pipelines shall be subjected to hydrostatic pressure as indicated in 2.03.A.2 at the lowest
points of the section being tested and this pressure maintained for at least one hour. The
amount of leakage which will be permitted shall be in accordance with AWWA C600.
4. Lines which fail to meet the requirements of the test shall be repaired and retested as
necessary until test requirements are met. Defective materials, pipes, valves, and
accessories shall be removed and replaced.
5. The Owner will supply at no cost to the Contractor a maximum quantity of water for testing
purposes equal to 110 percent of the volume of the pipeline. The Contractor shall furnish
and install the necessary connections which may be required to transport the water to the
pipe being tested. Additional water required will be provided at the Owner's standard rates
for the volume required.
END OF SECTION
City of Fort Worth Water Department SECTION 02615
Eagle Mountain Raw Water Transmission Pipeline Ductile Iron Pipe and Fittings
�► KHA No. 061018027 Page 1 of 7
January 2006
PART I - GENERAL
1.01 SCOPE OF WORK:
A. 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. ANSI/AWWA C104/A21.4 - American National Standard for cement - Mortar Lining for
Ductile-Iron Pipe and Fittings for water.
2. ANSI/AWWA C105/A21.5 -American National Standard for Polyethylene Encasement.
s 3. ANSI/AWWA C 110/A21.10- American National Standard for Ductile Iron and Grey Iron
Fittings, 3-inch through 48 inches for water and other liquids.
4. ANSI/AWWA CI I I/A21.11 - American National Standard for Rubber-Gasket Joints for
Ductile-Iron Pressure Pipe and Fittings.
5. ANSI/AWWA CI 15/A21.15,7 American National Standard for Flanged Ductile-Iron Pipe
with Ductile-Iron or Gray-Iron Threaded Flanges.
6. ANSI/AWWA C150/A21.50,8 American National Standard for the Thickness Design of
Ductile-Iron Pipe.
7. ANSI/AWWA C 151/A21.51,9 American National Standard for the Ductile-Iron Pipe,
Centrifugally Cast, for Water or Other Liquids.
8. ANSI/AWWA C153/A21.53, "Ductile-Iron Compact Fittings For Water Service"
9. ANSI/AWWA C600," Installation of Ductile-Iron Water Mains and Their Appurtenances.
10. AWWA M-41 Ductile-Iron Pipe and Fittings.
,-n.
City of Fort Worth Water Department SECTION 02615
Eagle Mountain Raw Water Transmission Pipeline Ductile Iron Pipe and Fittings
KHA No. 061018027 Page 2 of 7 4
January 2006
1.03 SUBMITTALS:
Submittals shall be in accordance with the Special Specifications and shall include the following:
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 and structures. 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 C115,
AWWA C150, and AWWA C151. 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 motor coated in accordance with ANSI/AWWA C104.
D. All buried pipe shall be polyethylene encased in accordance with AWWA C105.
E. As a minimum standard, the following pressure classes shall apply:
Diameter Pipe (inch) Min. Pressure Class (PSI) _w4
3" through 12" 350 psi
City of Fort Worth Water Department SECTION 02615
Eagle Mountain Raw Water Transmission Pipeline Ductile Iron Pipe and Fittings
KHA No. 061018027 Page 3 of 7
January 2006
14" - 20" 250 psi
24" 250 psi
30" - 64" 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 revision of
ANSI/AWWA C150/A21.50 for a minimum 150 psi (or project requirements, whichever is
greater) rated working pressure plus a 215 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 12 feet. Type 4 laying conditions are as defined in ANSI/AWWA
C150/A21.50.
G. Mechanical thrust restraint may be 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 ANSI/AWWA C151/A21.
I. Pipe markings shall meet the minimum requirements of ANSI/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
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 ANSI/AWWA C111/A21.11, latest revision.
1. Push-On Joints
2. Mechanical Joints
3. Restrained Joints
001K 4. Flanged Joints-AWWA C1 15/A21.15, ANSI B16.1,Class 125
City of Fort Worth Water Department SECTION 02615
Eagle Mountain Raw Water Transmission Pipeline Ductile Iron Pipe and Fittings
KHA No. 061018027 Page 4 of 7
Janu ary 2006
B. All rubber joint gaskets utilized on ductile-iron pipe shall be in conformance with
ANSI/AWWA CI I l/A21.11,latest revision.
Ol C. Bolts and Nuts: Bolt and nuts f F me„h.,..ieal joints or-flanged ends shall be of a higtom ..t..e....4
ASTM A307," ". Bolts and nuts for
mechanical joints or flanged ends shall be of a high strength corrosion resistant low-carbon steel
in accordance with ANSIMWWA ClIIIA 21.11,ANSI/AWWA C1151A21.15,and ASIM 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 Xylan®as manufactured by Whitford Corporation,or
approved equal. Coating shall conform to the performance requirements of ASTM B 117,"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 ANSI/AWWA
C104/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 AWWA C105/A21.5.
Polyethylene film must be marked as follows:
1. Manufacturer's name or trademark
2. Year of manufacturer
3. ANSI/AWWA 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: """'"
City of Fort Worth Water Department SECTION 02615
Eagle Mountain Raw Water Transmission Pipeline Ductile Iron Pipe and Fittings
r► KEA No. 061018027 Page 5 of 7
January 2006
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:
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 C110/A21.10)
Nominal Size (in) Pressure Rating (PSI)
3" - 24" 350 PSI
30" - 48" 250 PSI
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 CI53/A21.53.
E 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 CIII/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.
G. 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
AVW sufficient quantity for assembly of each joint.
City of Fort Worth Water Department SECTION 02615
Eagle Mountain Raw Water Transmission Pipeline Ductile Iron Pipe and Fittings
KHA No. 061018027 Page 6 of 7
January 2006
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 CI16/A21.16, shall
have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF
61.
1. Interior Lining: All ductile iron fittings are to be furnished with a cement-mortar lining of
standard thickness as defined in referenced ANSI/AWWA C 104/A21.4 and given a seal coat of
asphaltic material, unless otherwise specified. Fusion bonded interior coatings shall comply
with ANSI/AWWA CI16/A21.16, shall have a minimum dry film thickness of 4 mils, and be
certified in accordance with ANSI/NSF 61.
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. ANSI/AWWA 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 of ANSI/AWWA C110/A21.10 or
ANSI/AWWA 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 AWWA M41 and AWWA
C600.
B. All pipe shall be mechanically restrained at fittings and within the calculated restraint areas, or
as shown on the drawings.
City of Fort Worth Water Department SECTION 02615
Eagle Mountain Raw Water Transmission Pipeline Ductile Iron Pipe and Fittings
KHA No. 061018027 Page 7 of 7
January 2006
C. Polyethylene encasement shall be installed in accordance with AWWA C105 and AWWA 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 ANSI/AWWA
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.
E The manufacturer shall take adequate measures during pipe production to assure compliance
with ANSI/AWWA C151/A21.51 by performing quality-control tests and maintaining results to
those tests as outlined in section 5, "Verification" of that standard.
G. 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
AW 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.
1. 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
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 1 of 22
January 2006
1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidentals necessary to install cement mortar lined and
polyurethane coated steel pipe, fittings, and specials as specified and as required for the proper installation
and function of the pipe. Cathodic Protection shall be provided as shown in the drawings and in the
Cathodic Protection section of the specifications.
1.02 QUALITY ASSURANCE
A. Experience Requirements
1. Pipe shall be the product of one manufacturer which has had not less than five (5)years successful
experience manufacturing pipe of the particular type and size indicated, or which has demonstrated
an experience record that is satisfactory to the Engineer and Owner. The acceptability of this
experience record will be thoroughly investigated by the Engineer, and will be sole discretion of the
Engineer and Owner. Pipe manufacturing operations(pipe, fittings, lining,coating)shall be
performed at one(1)location unless otherwise approved by the Engineer.
Q2. The lining shall be shop applied spun cement mortar lining. Tbo TM „f:,,.tufer-shall be eo4:f;oa
under-c n F n qualib,certification program for stool pipe and aceessery manufaetur-in. The
manufacturer shall be certified under S.P.F.A. or I.S.O. quality certification program for steel pipe
and accessory manufacturing.
B. Owner Testing and Inspection
1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be
selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have
access to the work whenever it is in preparation or progress, and the Pipe Manufacturer shall
provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the
Owner in writing, a minimum of two.(2)weeks prior to the pipe fabrication so that the Owner may
advise the Manufacturer as to the Owner's decision regarding tests to be performed by an
independent testing laboratory. Material,fabricated parts, and pipe, which are discovered to be
defective, or which do not conform to the requirements of this specification shall be subject to
rejection at any time prior to Owner's final acceptance of the product.
2. The inspection and testing by the independent testing laboratory anticipates that production of pipe
shall be done over a normal period of time and without "slow downs" or other abnormal delays. In
the event that an abnormal production time is required, and the Owner is required to pay excessive
costs for inspection,then the Contractor shall be required to reimburse the Owner for such
laboratory costs over and above those which would have been incurred under a normal schedule of
production as determined by the Engineer.
AW C. Factory Testing
The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed
herein.
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 2 of 22
January 2006
1. Cement Mortar Lining
Shop-applied cement mortar linings shall be tested in accordance with AWWA C222.
2. Polyurethane Coating
a. General:
The polyurethane coating shall be tested in accordance with AWWA C210.
b. Thickness:
The thickness of the coating shall be tested in accordance with SSPC PA2. The coating system
applied to the pipe shall be tested for holidays according to the procedures outlined in NACE
RP0188 using a wet sponge holiday tester or a high voltage spark tester(operating at 100 volts
per mil), for the dry film thickness specified of 35 mil.
c. Adhesion Testing:
1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square
inch,minimum.
2) Polyurethane coating adhesion to steel substrates shall be tested using pneumatic pull off
equipment, such as HATE Model 108 or Delfesko Positest,in accordance with ASTM
D4541 and AWWA C222,except as modified in this section.
3) Adhesion testing records shall include pipe identification,surface tested(interior or
exterior),surface temperature,coating thickness,tensile force applied,mode of failure,and
percentage of substrate failure relative of dolly surface.
4) Dollies or adhesion testing shall be glued to the coating surface and allowed to cure for a
minimum of 12 hours. Because of high cohesive strength,polyurethane coatings shall be
scored around the dolly prior to conducting the adhesion test.
5) Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined as
separation of the coating from the steel substrate. Cohesive failure is defined as failure
within the coating,resulting in coating remaining both on the steel substrate and dolly.
6) Partial substrate and glue failure will be retested if the substrate failure is less than 50
percent relative of the dolly surface area and the applied tension was less than the specified
adhesion. Pipes that have partial adhesion will be rejected as a substrate adhesion failure.
7) Glue failures in excess of the minimum required tensile adhesion would be accepted as
meeting the specified adhesion requirements.
8) Adhesion tests will be conducted on polyurethane pipe coating and lining independently
(where applicable)and will be accepted or rejected independently of the other.
9) Repair patches on the polyurethane coating shall be randomly selected for adhesion testing ,
in a manner as described herein and at the discretion of the coating inspector conducting
the adhesion tests. Adhesion of repairs shall be as specified for the type of repair.
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 3 of 22
January 2006
3. Hydrostatic Pressure Testing
a. Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The
internal test pressure shall be that which results in a fiber stress equal to 75% of the minimum
yield strength of the steel used. Each joint of pipe tested shall be completely watertight under
maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a
recording pressure gauge,reference number of pipe tested, etc. The pipe shall be numbered in
order that this information can be recorded.
b. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by
hydrostatic test, air test,magnetic particle test,or dye penetrant test. Air test shall be made by
applying air to the welds under 10 pounds per square inch pressure and checking for leaks
around and through welds with a soap solution.
4. Charpy V-Notch Test—NOT USED
5. Mill Certification
The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or
wire,steel plate,and cement. The Manufacturer shall perform the tests described in AWWA C-
200, for all pipe, fittings, and specials.
t
6. Absorption Test for Mortar Coating
Mortar Coating is not allowed for this project.
7. Strength Test for Mortar Coating
Mortar Coating is not allowed for this project.
D. Manufacturer's Technician for Pipe Installation
I. During the construction period,the Pipe Manufacturer shall furnish the services of a factory trained,
qualified,job experienced technician to advise and instruct as necessary in pipe laying and pipe
jointing. The technician shall assist and advise the Contractor in his pipe laying operations and
shall instruct construction personnel in proper joint assembly and joint inspection procedures. The
technician is not required to be on-site full time;however, the technician shall be regularly on-site
during the first two weeks of pipe laying and thereafter as requested by the Engineer, Owner, or
Contractor.
2. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative
and a representative from the heat shrink joint manufacturer for a period of not less than 1 week at
beginning of actual pipe laying operations to advise Contractor and Owner regarding installation,
including but not limited to,handling and storage, cleaning and inspecting,coating repairs, field
applied coating,heat shrink installation procedures and general construction methods and how they
Aglh� may affect pipe coating. The Manufacturer's Representative shall be required to return if, in the
opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not
comply with contract specifications at no additional cost to the Owner. Cost for the Manufacturer's
Representatives to return to the site shall be at no additional cost to the Owner.
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KEA No. 061018027 Page 4 of 22 ,.,,
January 2006
1.03 SUBMITTALS
A. Submittals shall include:
1. Prior to the fabrication of the pipe,submit fabrication and laying shop drawings to the Engineer.
Submittal shall be sealed by a licensed Profession Engineer in the State of Texas. Drawings shall
include a schematic location-profile and a tabulated layout schedule,both of which shall be
appropriately referenced to the stationing of the proposed pipeline as shown on the plan-profile
sheets. Drawings shall be based on the plans and specifications and shall incorporate changes
necessary to avoid conflicts with existing utilities and structures. Drawings shall also include full
details of reinforcement,and dimensions for pipe and fittings. Details for the design and
fabrication of all fittings and specials and provisions for thrust restraint shall be included. Where
welded joints are required,drawings shall include proposed welding requirements and provisions
for thermal stress control.
2. Prior to shipment of the pipe,the Pipe Manufacturer shall submit the following:
a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with
AWWA C200,AWWA C205,AWWA C210,AWWA C222,and these specifications.
b. Copies of results of factory hydrostatic tests shall be provided to the Engineer.
c. Mill certificates,including chemical and physical test results for each heat of steel.
d. Polyurethane coating manufacturer's and heat shrink sleeve catalog sheets and technical
information.
e. A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings
were applied in accordance with manufacturer's requirements and in accordance with this
specification.
f. Certified test reports for welder certification for factory and field welds.
g. Certified test reports for cement mortar tests.
h. Certified test reports for steel cylinder tests and cement mortar tests.
1.04 STANDARDS
Except as modified or supplemented herein,the steel pipe,coatings,fittings, and specials shall conform to
the applicable requirements of the following standard specifications,latest edition:
ANSI/NSF Standard 61
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 5 of 22
January 2006
AWWA C200 "Steel Water Pipe 6 Inches and Larger"
AWWA C205 "Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4 Inches and
Larger- Shop-Applied"
AWWA C206 "Field Welding of Steel Water Pipe"
AWWA C207 "Steel Pipe Flanges for Waterworks Service -Sizes 4 Inches thru 144 Inches"
AWWA C208 "Dimensions for Steel Water Pipe Fittings"
AWWA C210 "Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water
Pipelines"
AWWA C216 "Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special
Sections, Connections, and Fittings for Steel Water Pipelines"
AWWA C222 "Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and
Fittings"
AWWA C602 "Cement-Mortar Lining of Water Pipelines-4 In. and Larger-In-Place"
AWWA M 11 Manual: "Steel Pipe -A Guide for Design and Installation"
ASTM C33 "Specifications for Concrete Aggregates"
ASTM C35 "Specifications for Inorganic Aggregates for Use in Gypsum Plaster"
ASTM C150 "Specifications for Portland Cement"
ASTM E165 'Practice for Liquid Penetrant Inspection Method"
SSPC-SP-1 Steel Structures Painting Council -Solvent Cleaning
SSPC-SP-10 Steel Structures Painting Council -Near-White Blast Cleaning
SSPC-PA2 Steel Structures Painting Council -Measurement of Dry Paint Thickness with
/i Magnetic Gages
SSPC-PA Steel Structures Painting Council -A Guide to Safety
/Guide 3 in Paint Application
SSPC-PS Steel Structures Painting Council -A Guide for
/Guide 17 Selecting Urethane Painting Systems
ASTM D16 'Paint,Varnish,Lacquer, and Related Products"
ASTM 522 "Mandrel Bend Test of Attached Organic Coatings"
1.05 DELIVERY AND STORAGE
A. Packing
1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of
transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in
shipment shall not be delivered to the project site unless such damaged pipe is properly repaired.
2. After the completed pipe and fittings have been removed from the final cure at the manufacturing
plant,the pipe lining shall be protected from drying by means of plastic end covers banded to the
pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be installed.
Moisture shall be maintained inside the pipe by periodic addition of water as necessary.
3. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be
separated so that they do not bear against each other, and the whole load shall be securely fastened
to prevent movement in transit. Ship pipe on padded bunks with tie-down straps approximately
over stulling. Store pipe on padded skids, sand or dirt berms,tires, or other suitable means to
protect the pipe from damage. Each end of each length of pipe, fitting, or special and the middle of
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No.061018027 Page 6 of 22
January 2006
each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape.
Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in
place during storage,shipment,and installation. Pipe shall be rotated so that one stull remains
vertical during storage,shipment and installation. Stulls shall not be removed until backfill
operations are complete(excluding final clean up),unless it can be demonstrated to the owner's
satisfaction that removal of stulls will not adversely affect pipe installation.
4. Deliver,handle,and store pipe in accordance with the Manufacturer's recommendations to protect
coating systems.
B. Marking for Identification
Each joint of pipe and each fitting shall have plainly marked on one end,the class for which it is
designated,the date of manufacturer,and the identification number. The top centerlines shall be
marked on all specials.
C. Point of Delivery
It is desired that pipe be hauled direct from pipe plant to the project site and strung along pipeline
route,thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded
truck and trailer cannot operate along the pipeline route,pipe may be unloaded at access points
along the route,and brought to the trench side by approved methods;however,the Contractor shall "
be responsible that pipe is undamaged at the time of laying.
2.00 PRODUCTS
2.01 MATERIALS
A. Exterior Polyurethane Coating
Polyurethane Coating shall meet the requirements of AWWA C-222. Use a Coating Standard ASTM
D 16,Type V system which is a 2-package polyisocyanate,polyol-cured urethane coating. The
components are mixed in 1:1 ratio at time of application. The components shall have balanced
viscosities in their liquid state and shall not require agitation during use. The plant applied eeating
shall be a gelfpFiming,p1wW eempenerA, 100 per-sent solids,non emended pelyofethane,suitable fef
The plant-applied coating shall be a selfpriming,plural
component, 100 percent solids, non-extended polyurethane, suitable for burial or immersion and shall
be CORROPIPE II OMNI as manufactured by Madison Chemical Industries Inc., DURASHIELD 210
as manufactured by LifeLast,Inc., or equal Futura Coatings. The coating manufacturer shall have a
minimum of five(5)years experience in the production of this type coating. The cured coating shall
have the following properties:
1. Conversion to Solids by Volume: 97 percent plus or minus 3 percent.
2. Temperature Resistance: Minus 40 degrees F and plus 150 degrees F.
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 7 of 22
January 2006
3. Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with
SSPC-SP10.
4. Cure Time: For handling in 1 minute at 120 degrees F, and full cure within 7 days at 70 degrees F.
5. Maximum Specific Gravities: Polyisocyanate resin, 1.20. Polyol resin, 1.15.
6. Minimum Impact Resistance: 80 inch-pounds using 1-inch diameter steel ball.
7. Minimum Tensile Strength: 2000 psi.
8. Hardness: 55 plus or minus 5 Shore D at 70 degrees F.
9. Flexibility Resistance: ASTM D522 using 1-inch mandrel. Allow coating to cure for 7 days.
Perform testing on test coupons held for 15 minutes at temperature extremes specified above.
10. Dry Film Thickness: 35 mils
B. Exterior Polyurethane Coating for Specials, Fittings,Repair and Connections
Atak The shop-applied and field-applied coating shall be CORROPIPE-II OMNI, and GP II(E)Touch-Up,
respectively,as manufactured by Madison Chemical Industries or approved equal. The shop-applied
and field-applied coating shall have the properties specified in paragraph 2.O1A. Mix and apply
polyurethane coatings in accordance with the coating manufacturer's recommendations.
C. Cement for Mortar Linings
Cement mortar linings shall be shop-applied for pipe sizes 96-inch and smaller.
Shop-applied cement mortar linings shall conform to the requirements of AWWA C205 with the
following modifications: Sand used for cement mortar shall be silica sand ASTM C33. Curing of the
linings shall conform to the requirements of AWWA C205.
D. Cement for Mortar Coating
Cement Mortar Coating is not allowed for this project.
E. Flange Nuts and Bolts
UAll nuts and belts sliall be stainless steel. Use an anti s d during installation. Nuts and
bolts shall conform to AWWA 0207.
F. Steel
A. Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall be
homogeneous and shall be suitable for field welding, fully kilned and fine austenitic grain size.
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 8 of 22 ,
January 2006
G. Bend Fittings
All bend fittings shall be long radius to permit easy passage of pipeline pigs.
H. Threaded Outlets
Where outlets or taps are threaded,furnish and install brass bushings for the outlet size indicated.
I. Outlets for Weld Leads
The Contractor may use outlets for access for weld leads.Outlets shall be welded after use. Outlet
configuration shall be approved by the Engineer.
J. Flexible Joint Couplings
See Section 15136,MISCELLANEOUS VALVES AND APPURTENANCES.
2.02 MIXES
A. Mortar for Interior Joints
Mortar shall be one part cement to two parts sand. Cement shall be ASTM 0150,Type I or H. Sand
shall be of sharp silica base. No manufactured sand shall be permitted. Sand shall conform to ASTM
C144. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall
be mixed with as little water as possible so that the mortar is very stiff,but workable. Water for cement
mortar shall be treated and suitable for drinking water.
B. Mortar for Pipe Patching for Shap-Applied Cement Mortar Lining
Mortar for patching shall be as per interior joints.
C. Bonding Agent
Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-150,parts
A and B; Sikadur 32 Hi-Mod,or approved equal.
2.03 MANUFACTURED PRODUCTS
A. Pipe
1. Pipe Design
a. Steel pipe shall be designed,manufactured, and tested in conformance with AWWA C200,
AWWA Manual M11,and with the criteria specified herein. Sizes and pressure classes
(working pressure)shall be as shown below. For the purpose of pipe design,the transient
pressure plus working pressure shall as indicated below. Fittings,specials,and connections
shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 9 of 22
January 2006
trench conditions and the design pressure in accordance with AWWA Manual M-11; using the
following parameters:
1) Unit Weight of Fill (W)= 130pcf
2) Live Load=AASHTO HS 20
3) Live Load=Coopers E80 at Railroads
4) Trench Depth=As Indicated
5) Deflection Lag Factor-(Di)= 1.5
6) Coefficient K=0.10
7) Maximum Calculated Deflection -Dx=3% (Polyurethane Coated Steel Pipe)
8) Maximum Calculated Deflection-Dx=2%(Mortar Coated Steel Pipe)
9) Soil Reaction Modulus-(E')< 1,000
10) Working Pressure= 150 psi
11) Test Pressure(Station 0+00 to 80+00)= 175 psi
12) Test Pressure (72"Station 80+00 to 151+32.43, 54" Station 0+00 to 51.98)=225 psi
13) Surge Allowance (Station 0+00 to 80+00)= 100 psi minimum,where:
Total Pressure(including surge)= 150 psi + 100 psi =250 psi.
14) Surge Allowance(Station 80+00 to 151+32.43)= 190 psi minimum, where:
Total Pressure(including surge)= 150 psi+ 190 psi=340 psi.
b. The fittings and specials shall be designed in accordance with AWWA C-208 and AWWA
Manual M-11 except that crotch plates shall be used for outlet reinforcement for all Pressure
Diameter Values,PDV, greater than 6,000.
c. Where the pipe requires additional external support to achieve the specified maximum
deflection,the Contractor and pipe supplier will be required to furnish alternate methods for
pipe embedment. No additional compensation will be made to the Contractor by the Owner
where this method is required.
d. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment
changes required because of existing utility or other conflicts shall be accommodated by an
appropriate change in pipe design depth. In no case shall pipe be installed deeper than its
design allows.
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No.061018027 Page 10 of 22
January 2006
2. Provisions for Thrust
a. Thrust at bends,tees,or other fittings shall be resisted by restrained joints. Thrust at bends
adjacent to casing shall be restrained by welding joints through the casing and a sufficient
distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in
casing unless the annular space in the casing is filled with grout.
b. Restrained joints shall be used a sufficient distance from each side of the bend,tee,plug,or
other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes
of thrust restraint,design pressure shall be 1.5 times the working pressure class. Restrained
joints shall consist of welded joints.
c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length
of pipe with restrained joints to resist thrust forces shall be determined by the Pipe
Manufacturer in accordance with AWWA Manual M-11 and the following:
1) The Weight of Earth shall be calculated as the weight of the projected soil prism above the
pipe.
2) Soil Density= 110 pcf(maximum value to be used).
3) Coefficient of Friction=0.20(maximum value to be used for polyurethane coated steel
pipe).
4) The above applies to unsaturated soil conditions. In locations where ground water is
encountered,the soil density shall be reduced to its buoyant weight for all backfill below
the water table,and the coefficient of friction shall be reduced to 0.15 for polyurethane
coated steel pipe.
5) For horizontal bends,the length of pipe to be restrained shall be calculated as follows:
For A less than 60°
L=P A sin(a/2)
f(We+Wp+Ww)
For A greater than 60°
L=P A ,1 —cos A)
f(We+Wp+Ww)
L=Length of pipe to be restrained
P= 1.5 times working pressure IMWI
A=Cross sectional area of pipe steel cylinder I.D.
0=Deflection angle
We=Weight of earth
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
K IA No. 061018027 Page l I of 22
January 2006
Wp=Weight of pipe
Ww=Weight of water
f=Coefficient of friction
3. Inside Diameter
The inside diameter, including the cement-mortar lining,shall be a minimum of the nominal
diameter of the pipe specified, unless otherwise indicated on the drawings.
4. Wall Thickness
The minimum pipe wall steel thickness shall be as designed,but not less than 0.25"or pipe D/240,
whichever is greater for pipe and fittings,with no minus tolerance. Where indicated on the plans,
pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be
such that the fiber stress shall not exceed 50%of the minimum yield strength of the steel for
working pressure and shall not exceed 75%of the minimum yield strength of the steel at the
maximum pressure (including transient pressure),nor the following,at the specified working
pressure.
Maximum Stress at
OOW Pipe Type Working Pressure
Polyurethane Coated Steel 23,000 psi
Mortar Coated Steel Not Used
Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.25"or
pipe O.D./240,whichever is greater.
Pipe,fittings,and specials shall be designed such that the maximum stresses in the pipe due to
thrust loading will not exceed 23,000 psi nor 50%of the steel yield strength at the thrust design
pressure(1.5 times working pressure).
5. Seams
Except for mill-type pipe,the piping shall be made from steel plates rolled into cylinders or sections
thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt
welded. There shall be not more than two (2)longitudinal seams. Girth seams shall be butt welded
and shall not be spaced closer than 6'except in specials and fittings.
6. Joint Length
Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed in casing
shall not exceed 25'.No randoms will be permitted for straight runs of pipe.
AN& B. Joint Wrappers for Mortar Coated Steel Pipe
Mortar Coating is not allowed for this project.
v
I:
�n
f u o ..'•�1. , 221
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No.061018027 Page 12 of 22
January 2006
C. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe
Heat shrink sleeves shall meet AWWA C216,as manufactured by Canusa,Rachem or approved equal.
D. Joint Bonds,Insulated Connections,and Flange Gaskets
Joint Bonds,Insulated Connection,and Flange Gaskets shall be in accordance with Section 15640.
E. Bend Fittings
All bend fittings shall be long radius to permit passage of pipeline pigs.
F. Pipe Ends
Pipe ends shall be lap welded slip joints,butt strap joint,flanged joint,or flexible coupled joint. Pipe
ends shall be welded or harnessed where indicated and as necessary to resist thrust forces.
1. Rubber Gasket and Joint
Rubber gasket joints are not allowed for this project..
2. Lap Welded Slip Joint
a. Lap welded slip joint shall be provided in all locations for pipe larger than 60" and where joints
are welded for thrust restraint. Ends of pipe,fittings, and specials for field welded joints shall
be prepared with one(1)end expanded in order to receive a plain end making a bell and plain
end type of joint. Clearance between the surfaces of lap joints shall not exceed 1/8" at any
point around the periphery.
b. In addition to the provisions for a minimum lap of 1-1/2"as specified in AWWA C-200,the.
depth of bell shall be such as to provide for a minimum distance of 1"between the weld and the
nearest tangent of the bell radius when welds are to be located on the inside of the pipe.
c. Lap welded slip joints may be welded from the inside for pipe diameters 42"and larger. Lap
welded slip joints may be welded on the inside or outside for pipe diameters smaller than 42".
3. For Fittings with Flanges
Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted
with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the
type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the
requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to
or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which are
to be attached. Flanges shall be Class E with 275 psi working pressure in accordance with AWWA
C207 and in accordance with ANSI/ASME B 16.1 Class 125 for areas designated with a 225 test
pressure. Flanges shall be Class D with 275 psi working pressure in accordance with AWWA
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 13 of 22
January 2006
C207 and in accordance with ANSUASME B16.1 Class 125 for areas designated with a 175 test
pressure.
4. Flexible Couplings
Flexible couplings shall be provided where specified. See Section 15136,MISCELLANEOUS
VALVES AND PIPELINE APPURTENANCES. Ends to be joined by flexible couplings shall be
of the plain end type,prepared as stipulated in AWWA C200. In addition,the welds on ends to be
joined by couplings shall be ground flush to permit slipping the coupling in at least one(1)
direction to clear the pipe joint. Harness bolts and lugs shall comply with AWWA Manual M I L
5. Butt Strap Closure Joints
Where necessary to make closure to pipe previously laid, closure Joints shall be installed using butt
strap joints in accordance with AWWA C206 and applicable provisions of this specification.
G. Factory-Applied exterior Polyurethane Coatings
1. Applicator Qualifications:
a. Equipment will be certified by the coating manufacturer to meet the requirements for material
Atoll mixing,temperature control, application rate, and ratio control for multi-part coatings.
b. Equipment not meeting the written requirements of the coating manufacturer shall be rejected
for coating application until repairs or replacement of the equipment is made to the satisfaction
of the Engineer.
c. Personnel responsible for the application of the coating system shall have certification of
attendance at the coating manufacturer's training class within the last three years. The certified
applicator shall be present during all coating application work and shall have responsibility for
controlling all aspects of the coating application.
2. Surface Preparation
a. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC-SP1,
solvent cleaning.
b. Surface imperfections such as metal slivers,burrs,weld splatter, gouges,or delaminations in
the metal shall be removed by filing or grinding prior to abrasive surface preparation.
c. In cold weather or when moisture collects on the pipe and the temperature of the pipe is less
than 45 degrees, preheat pipe to a temperature between 45 and 90 degrees and 5 degrees above
dew point.
Aft, d. Pipe shall be cleaned by abrasive blasting with a mixture of steel grit and shot to produce the
surface preparation cleanliness as specified. Recycled abrasive shall be cleaned of debris and
spent abrasive in an air wash separator.
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No.061018027 Page 14 of 22
January 2006
e. Grit and shot abrasive mixture and gradation shall be adequate to achieve a sharp angular
surface profile of the minimum depth specified.
f. Protect prepared pipe from humidity,moisture,and rain. Keep pipe clean,dry, and free of flash
rust. All flash rust,imperfections,or contamination on cleaned pipe surface shall be removed
by reblasting prior to primer application.
g. Priming and coating of pipe shall be completed in a continuous operation the same day as
surface preparation.
h. Wire wheel or blast exterior surfaces in accordance with SSPC-SP10;to a near-white metal
blast cleaning with a 3.0 MIL angular profile in bare steel.
3. Equipment: Two-component, 1:1 mix ratio,heated airless spray unit.
4. Temperature: Minimum 5 degrees F above dew point temperature. The temperature of the surface
shall not be less than 60 degrees F during application.
5. Humidity: Heating of pipe surfaces maybe required to meet requirements of 2.01A if relative
humidity exceeds 80 percent..
6. Resin:Do not thin or mix resins;use as received. Store resins at a temperature above 55 degrees F
at all times.
7. Application: Applicator shall be approved by the coating manufacturer and conform to coating
manufacturer's recommendations.Apply directly to pipe to achieve a total (DFT)dry film thickness
of 35 mils. Multiple-pass,one coat application process is permitted provided maximum allowable
recoat time specified by coating manufacturer is not exceeded. The main line pipe shall have a
cutback at time of application so that there is approximately 3-inches of bare steel on either side of
the location of the future weld. The cutback area shall be sandblasted in the shop to facilitate
easier field surface preparation. The exterior bare steel area of the pipe shall be adequately
protected during pipe handling and shipment.
8. Recoating: Recoat only when coating has cured less than maximum time specified by coating
manufacturer. When coating has cured for more than recoat time,brush-blast or thoroughly sand
the surface. Blow-off cleaning using clean,dry,high pressure compressed air.
9. Curing: Do not handle pipe until coating has been allowed to cure,per manufacturer's
recommendations.
3.00 EXECUTION
3.01 INSTALLATION
A. General
1. Install steel pipe, fittings,specials,and appurtenances as specified and required for the proper
functioning of the completed pipe line. Install pipe,fittings, and specials in accordance with the
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
�. KHA No. 061018027 Page 15 of 22
January 2006
Manufacturer's recommendations and AWWA Manual M-11. Pipe shall be laid to the lines and
grade indicated. Just before each joint of polyurethane coated steel pipe is lowered into the ditch it
is to be inspected and tested for holidays. All damaged areas and holidays are to be repaired before
the pipe is lowered into the trench.
2. The requirements of the plans and specifications govern for the excavation and backfilling of
trenches for laying steel pipe, fittings, and specials. Place and consolidate embedment and backfill
prior to removing pipe stulls. Use immersion vibration or other approved method to consolidate
embedment material. Maximum allowable pipe deflection is limited to 2% for mortar coated steel
pipe and 3% for polyurethane coated steel pipe.
3. Keep the pipe clean during the laying operation and free of sticks,dirt, animals,and trash, and at
the close of each operating day,effectively seal the open end of the pipe against the entrance of
water using a gasketed night cap. Do not lay pipe in water.
4. Install bonds at all pipe joints, other than welded joints or insulated joints.
B. Pipe Handling
Pipe shall be handled at all times with a minimum of two wide non-abrasive slings,belts or other
_ equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such
repair that its continued use is not injurious to the coating. The spacing of pipe supports required to
handle the pipe shall be adequate to prevent cracking or damage to the lining or coating.
C. Line Up and Bends
1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and spigot ends
of each joint of pipe of foreign matter,rust and scale before placing spigot into bell.
2. Where abrupt changes in grade and direction occur,the Contractor shall employ special shop
fabricated fittings for the purpose. Field cutting the ends of the steel pipe to accomplish angular
changes in grade or direction of the line shall not be permitted.
D. Pipe Laying—Rubber Gasket Joints
Rubber Gasket joints are not allowed for this project.
E. Pipe Laying—Welding Joints
1. Weld joints in accordance with the AWWA C206 for Field Welding of Steel Water Pipe.
Contractor shall provide adequate ventilation for welders and for Owner's representative to observe
welds. Unless otherwise specified,welds shall be full circle fillet welds. Welding shall be
completed after application of field applied joint coating.
OOW 2. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor.
3. After the pipe have been joined and properly aligned and prior to the start of the welding procedure,
the spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No.061018027 Page 16 of 22
January 2006
tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to
accumulate.
4. Before welding,thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded
electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the
polyurethane coating as necessary to protect from welding.
5. Fumish labor,equipment,tools and supplies,including shielded type welding rod. Protect welding
rod from any deterioration prior to its use. If any portion of a box or carton is damaged,reject the
entire box or carton.
6. In all hand welding,the metal shall be deposited in successive layers. For hand welds,not more
than 1/8"of metal shall be deposited in each pass. Each pass except the final one,whether in butt
or fillet welds,shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove
dirt,slag,or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into
the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the
center of the weld. Undercutting along the side shall not be permitted.
7. Welds shall be free from pin holes,non-metallic inclusions,air pockets,undercutting and/or any
other defects.
8. If the ends of the pipe are laminated,split or damaged to the extent that satisfactory welding contact .,.
cannot be obtained,remove the pipe from the line.
9. Furnish each welder employed with a steel stencil for marking the welds,so that the work of each
welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil
assigned to him. In the event any welder leaves the job,his stencil shall be voided and not
duplicated if another welder is employed.
10. Use only competent,skilled and qualified workmen. Each welder employed by the Contractor shall
be required to satisfactorily pass a welding test in accordance with.AWWA C206 before being
allowed to weld on the line.
11. After each welder has qualified in the preliminary tests referred to above,inspections shall be made
of joints in the line. Any welder making defective welds shall not be allowed to continue to weld.
12. Dye penetrant tests in accordance with ASTM E165,or magnetic particle test in accordance with
AWWA C206 and set forth in ANSI/AWS D.1.1. shall be performed by the Contractor under the
supervision and inspection of the Owner's Representative or an independent testing laboratory,on
all full welded joints. Welds that are defective will be replaced or repaired,whichever is deemed
necessary by the Engineer,at the Contractor's expense.
13. If the Contractor disagrees with the Engineer's interpretation of welding tests,test sections may be
cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint,
regardless of the results of physical testing. The procedure for repairing the joint shall be approved
by the Engineer before proceeding.
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 17 of 22
January 2006
F. Inside Joint Grouting for Pipe with Plant-Applied Mortar Lining
Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar.
Prior to placing of mortar,clean out dirt or trash which has collected in the joint, and moisten the
concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint
opening is one inch or wider, such as where trimmed spigots are required, apply a bonding agent to
mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space
and take extreme care to ensure that no voids remain in the joint space. After the joint has been filled,
level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the
surface is smooth. Interior joints of pipe 24"and smaller shall have the bell buttered with mortar,prior
to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar
from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled
burlap bag or inflated ball through the pipe with a rope.
G. Exterior Gasket Joint Protection for Polyurethane Coated Steel Pipe
1. General
Buried pipe joints shall be field coated after pipe assembly in accordance with AWWA C216,using
Heat Shrink Sleeves. Width of heat shrink sleeve shall be sufficient to overlap the polyurethane
coating by a minimum of 3-inches. Overlapping of two or more heat shrink sleeves to achieve the
t necessary width will not be permitted.
2. Heat Shrink Sleeves
a. Primer: Provide as recommended by the sleeve manufacturer.
b. Filler Mastic: Mastic filler shall be provided for all bell and spigot and coupling type joints.
Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint.
c. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85-mils total
thickness,suitable for pipeline operating temperature, sleeve material recovery as
recommended by the manufacturer. High recovery sleeves shall be provided for bell and spigot
and coupling style joints with a minimum of 50-percent recovery. Sleeve Iength shall provide a
minimum of 3-inches overlap onto intact pipe coating on each side of the joint. Width to take
into consideration shrinkage of the sleeve due to installation and joint profile.
d. Manufacturers: Canusa, or approved equal.
3. Installation
a. Clean pipe surface and adjacent coating of all mud, oil, grease,rust,and other foreign
contaminates with a wire brush in accordance with SSPC-SP2, Hand Too] Cleaning,or SSPC-
SP3,Power Tool Cleaning. Remove oil or grease contamination by solvent wiping the pipe
AVOL and adjacent coating in accordance with SSPC-SPI, Solvent cleaning. Clean the full
circumference of the pipe and a minimum of 6-inches onto the existing coating.
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 18 of 22 Awk
January 2006
b. Remove all loose or damaged pipe coating at joint and either repair the coating as specified
herein or increase the length of the joint coating,where reasonable and practical.
c. Complete joint bonding of pipe joints before application of joint coating.
d. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled
with mastic sealant.
e. Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to
direct sunlight. Store off the ground or concrete floors and maintain at a temperature between
60°F and 100°F as recommended by the sleeve manufacturer.
f. Metal surface shall be free of all dirt,dust,and flash rusting prior to sleeve application.
g. Preheat pipe uniformly to 140°F to 160°F or as recommended by the sleeve manufacturer.
Monitor pipe temperature using a surface temperature gauge,infrared thermometer,or color
changing crayons. Protect preheated pipe from rain,snow,frost,or moisture with tenting or
shields and do not permit the joint to cool.
h. Prime joint with specified primer and fill all cracks,crevices,and gaps with mastic filler in
accordance with the manufacturer's recommendations for the full circumference of the pipe.
i. Apply heat shrink sleeve when it is at a minimum temperature or 60T and while maintaining
the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with
the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-
inches overlay onto the existing pipe coating.
j. Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. Hold
flame a minimum of 6-inches from the sleeve surface. Periodically roll the coating on the pipe
surface. Heat from the center of the sleeve to the outer edge until properly seated,then begin in
the opposite direction. Monitor sleeve for color change,where appropriate,or with appropriate
temperature gauges.
k. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface,without
voids,mastic beading shall be visible along the full circumference of the sleeve,and there shall
be no wrinkling or excessive bums on the sleeves. Sleeves which do not meet these
requirements shall be removed and the joint recoated as directed by the Engineer. Minor
repairs may be repaired using heat shrink sleeve repair kits.
1. Allow the sleeve to cool before moving,handling,or backfilling. In hot climates,provide
shading from direct sunlight. Water quenching will be allowed only when permitted by the
sleeve manufacturer.
H. Protective Welded Joints Coating System for Polyurethane Coated Steel Pipe
IWN
1. General
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 19 of 22
January 2006
a. Application of protective coating at the pipe joints will be as follows: apply a three layer joint
coating system consisting of a factory applied 35 mil polyurethane coating, a field applied 60
mil by 6-inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape at the location of
the welding, and a field applied 110 mil (full recovered thickness)by 18-inch wide CANUSA
AquaWrap high shrink heat shrinkable joint sleeve. After the heat shrinkable joint sleeve is
installed,the Contractor my backfill the trench, and then weld the joint.
b. The Contractor is responsible for his operations so that they do not damage the factory applied
coating system.
c. When applying the three layer joint coating system for post welding the joints, the Contractor
must show that his operation will not damage the joint coating system to the Engineer's
satisfaction. The Contractor will be required to fully uncover a maximum of 10 joints, selected
at random by the Engineer or Owner to visually inspect and test the joint after welding. Any
damage must be repaired. If the Contractor's welding procedure damages the three layer joint
coating system, the Contractor, at the direction of the Engineer, will be required to modify his
welding procedure.
2. Joint Coating(3 Layer)
a. Apply three Layer Joint Coating System Before Welding the Joint
b. Pipe Manufacturing and Heat Tape
A 35 mil thickness polyurethane coating shall be applied over entire length of pipe. The
Contractor shall field apply 60 mil thick by 6-inich wide strip of CANUSA HCO Wrapid Tape
heat resistant tape to the exterior bell end of the pipe,centered on the location of the welding,
over a 35 mil factory applied polyurethane coating.
c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve
1) Clean pipe surface and adjacent coating of all mud, oil, grease,rust, and other foreign
contaminates with a wire brush in accordance with SSPC-SP2,Hand Tool Cleaning,or
SSPC-SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent wiping_
the pipe and adjacent coating in accordance with SSPC-SP 1, Solvent cleaning. Clean the
full circumference of the pipe and a minimum of 6-inches onto the existing coating.
2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified
herein or increase the length of the joint coating, where reasonable and practical.
3) Complete joint bonding of pipe joints before application of joint coating.
4) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be
filled with mastic sealant.
5) Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure
to direct sunlight. Store off the ground or concrete floors and maintain at a temperature
Aft between 60°F and 100°F as recommended by the sleeve manufacturer.
6) Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve application.
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 20 of 22
January 2006
7) Preheat pipe uniformly to 140°F to 160°F or as recommended by the sleeve manufacturer.
Monitor pipe temperature using a surface temperature gauge,infrared thermometer,or
color changing crayons. Protect preheated pipe from rain,snow,frost,or moisture with
tenting or shields and do not permit the joint to cool.
8) Prime joint with specified primer and fill all cracks,crevices,and gaps with mastic filler in
accordance with the manufacturer's recommendations for the full circumference of the
pipe.
9) Apply heat shrink sleeve when it is at a minimum temperature or 60°F and while
maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in
accordance with the manufacturer's instructions and center the sleeve over the joint to
provide a minimum of 3-inches overlay onto the existing pipe coating.
10) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters.
Hold flame a minimum of 6-inches from the sleeve surface. Periodically roll the coating on
the pipe surface. Heat from the center of the sleeve to the outer edge until properly seated,
then begin in the opposite direction. Monitor sleeve for color change,where appropriate,
or with appropriate temperature gauges.
11) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface,
without voids,mastic beading shall be visible along the full circumference of the sleeve,
and there shall be no wrinkling or excessive bums on the sleeves. Sleeves which do not
meet these requirements shall be removed and the joint recoated as directed by the
Engineer. Minor repairs may be repaired using heat shrink sleeve repair kits.
12) Allow the sleeve to cool before moving,handling,or backfilling. In hot climates,provide
shading from direct sunlight. Water quenching will be allowed only when permitted by the
sleeve manufacturer.
d. Inspection,Testing,and Repairs
Holiday testing shall be performed using a wet sponge holiday tester at each joint after field
application of heat shrinkable joint sleeve. If any holidays or cuts are detected,the sleeve shall
be repaired using CANUSA Repair Patch Kit(CRPK)or approved equal. The damaged area
shall be covered with a minimum of 50 mm overlap around the damaged area.
I. Protection of Buried Metal
Buried ferrous metal such as bolts and flanges which cannot be protected with factory or field-applied
polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax tape and encased in
flowable fill.
J. Repair and Field Touchup of Polyurethane Coating
1. Apply Madison GP 11(E)Touchup Polyurethane Coating or equal Futura Coating for repair and
field touch-up of polyurethane coating.
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KHA No. 061018027 Page 21 of 22
January 2006
2. Repair Procedure -Holidays:
a. Remove all traces of oil, grease, dust, dirt, etc.
b. Roughen area to be patched by sanding with rough grade sandpaper(40 grit).
c. Apply a 35 mil coat of repair material described above. Work repair material into scratched
surface by brushing or rolling in accordance with manufacturer's recommendations.
d. Retest for Holiday.
3. Repair Procedure -Field Cuts or Large Damage:
a. If in the opinion of the Owner, or Owner's representative,that the polyurethane coating is
excessively damaged. The pipe segment will be rejected until the coating system is removed
and replaced so that the system is in a like-new condition.
b. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane
coating.
c. Remove all traces of oil, grease,dust, dirt, etc.
'` d. Roughen area to be patched with rough grade sandpaper(40 grit). Feather edges and include
overlap of 2 inches of roughened polyurethane in area to be patched.
e. Apply a 35 mil coat of repair material described above,in accordance with manufacturer's
recommendations. Work repair material into scratched surface by brushing. Feather edges of
repair material into prepared surface. Cover at least 1 inch of roughed area surrounding
damage, or adjacent to field cut.
f. Test repairs for Holidays.
K. Exterior Joint Protection for Mortar Coated Steel Pipe—NOT USED
L. Patch of Mortar Coating—NOT USED
M. Patch of Lining(Plant or Field)
1. Repair cracks larger than 1/16". Pipes with disbonded linings will be rejected. Excessive patching
of lining shall not be permitted. Apply bonding agent to patch area. Patching of lining shall be
allowed where area to be repaired does not exceed 100 square inches and has no dimension greater
than 12". In general,there shall be not more than one (1)patch in the lining of any joint of pipe.
2. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not install
patched pipe until the patch has been properly and adequately cured and unless approved by the
A. Engineer.
N. Quality Control of Field Applied Polyurethane Coating
City of Fort Worth Water Department SECTION 02617
Eagle Mountain Raw Water Transmission Pipeline Steel Pipe
KBA No.061018027 Page 22 of 22
January 2006
1. Surface Preparation
Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met.
Use Testex tape on at least 1 joint/day to ensure that adequate profile is being achieved.
2. Visual
Visually inspect cured coating to ensure that the coating is completely cured with no blisters,
"sticky"or"gooey" areas. Also check to ensure that the coating completely covers the steel and
existing coating.
3. Thickness
Use a magnetic dry film thickness gauge on cured coating to ensure adequate thickness has been
achieved according to SSPC PA2.
4. Adhesion
Perform the following procedure on a minimum of 1 joint per day:
a. Select area to test that has cured for at least 1 hour for fast setting coatings.
b. Make small "X"cut through the coating down to the steel with a sharp knife.
c. Each arm of the"X"should be approximately 1"long.
d. With the point of the knife,attempt to remove the coating at the center of the"X"by
sliding/poking the knife point under the coating.
e. Reject if coating is removed easily in large sections(>2 in). Note that some qualitative
judgment is necessary and that the longer the coating has cured,the greater the adhesion.
f. Repair area with GP H(E)Touchup(or similar material)
5. Holiday Testing
Holiday testing shall be performed using a wet sponge holiday tester at each joint no sooner than
one hour after field application of polyurethane coating.
6. Inspection at Welding Joints
When applying the three layer joint coating system for post welding the joints,the Contractor must
show that his operation will not damage the joint coating system to the Engineer's satisfaction. The
Contractor will be required to fully uncover a maximum of 10 joints,selected at random by the
Engineer or Owner to visually inspect and test the joint after welding. Any damage must be
repaired. If the Contractor's welding procedure damages the three layer joint coating system,the
Contractor,at the direction of the Engineer,will be required to modify his welding procedure.
3.02 HYDROSTATIC TEST
A. Perform a hydrostatic test in accordance per City of Fort Worth Standards.
END OF SECTION
City of Fort Worth Water Department SECTION 02641
Eagle Mountain Raw Water Transmission Pipeline Resilient Seated Gate Valve
KHA No. 061018027 Page 1 of 3
January 2006
PART 1 - GENERAL
1.01 SCOPE OF WORK:
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:
1. 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:
City of Fort Worth Water Department SECTION 02641
Eagle Mountain Raw Water Transmission Pipeline Resilient Seated Gate Valve
KHA No. 061018027 Page 2 of 3 1
January 2006
1. Operation and Maintenance Manual.
1.05 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.
1.06 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 arty 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.
1.07 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 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 ANSI/AWWA C115/A21.15. Standard Flanged Drilling. Mechanical Joints
shall be furnished with outlets which conform to ANSI/AWWA CIII/A21.11 mechanical joint
requirements.
City of Fort Worth Water Department SECTION 02641
Eagle Mountain Raw Water Transmission Pipeline Resilient Seated Gate Valve
KHA No. 061018027 Page 3 of 3
January 2006
C. The disc shall be constructed of ductile iron fully encapsulated in rubber. No iron shall be
exposed on the disc.
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 US Pipe, Clow, American Flow Control, Mueller, or equal
for size 4" through 36". 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
AW WA C 105.
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
AM
City of Fort Worth Water Department SECTION 02642
Eagle Mountain Raw Water Transmission Pipeline AWWA Butterfly Valve
00" KHA No. 061018027 Page 1 of 5
January 2006
PART I - 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.
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 Maximum Test Service
Description Acceptable Shock Line Flow Flow Pressure
Valve Class Pressure Range
72"Raw Water 250 lb. 150 psi 30-140 MGD 185 MGD 225 psi Vault
Line
54"Raw Water 250 lb. 150 psi 30-70 MGD 105 MGD 225 psi Vault
Interconnection
City of Fort Worth Water Department SECTION 02642
Eagle Mountain Raw Water Transmission Pipeline AWWA Butterfly Valve
KHA No. 061018027 Page 2 of 5
January 2006
C. The Buttertly 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 580 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.
1.04 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
DeZurik
Pratt
Valmatic
B. All other valves will be considered a substitution,and will be required to submit a substitution `p
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:
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.
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.
City of Fort Worth Water Department SECTION 02642
Eagle Mountain Raw Water Transmission Pipeline AWWA Butterfly Valve
/ft KHA No. 061018027 Page 3 of 5
January 2006
B. Submittals required prior to final walk through:
1. Operation and Maintenance Manual.
1.06 SPARE PARTS AND TOOLS:
A None Required.
1.07SHIPPING 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.
t 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
2.01 54"& 72"BUTTERFLY VALVES:
A. Butterfly valves shall be in general conformance the latest revision of AWWA Standard C504
butterfly valves 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.
B. Valve bodies shall be of ductile iron per ASTM A536 Grade 6545-12 or fabricated steel ASTM
A36. Flange end valves shall be of the short body design with Class 125 Standard flanged ends
AW faced and drilled per ANSI B 16.1 standard for cast iron flanges. Flanges shall be designed for the
test pressure of the valve Mechanical joint end valves shall meet the requirements of AWWA
C1 I VANSI 21.11. Flanged ends shall be provided unless otherwise specified.
City of Fort Worth Water Department SECTION 02642
Eagle Mountain Raw Water Transmission Pipeline AWWA Butterfly Valve
KHA No. 061018027 Page 4 of 5
January 2006
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 morsel 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.
E. The seat shall be a Buna-N for water and shall be molded in and bonded to the valve or to the
disc.
1. 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.
2. All seats shall be constructed of synthetic rubber compound such as Buna N or EPDM and
suitable for bidirectional shutoff at rated pressure. Seats shall be retained in the valve body
by mechanical means. Seats shall be a full 360 degree without interruption. Valve seats shall
be field adjustable around the full 360 degree circumference and replaceable without
dismantling the actuator,disc or shaft without removing the valve from the line.
A
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 of AWWA 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. 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 and covered 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.
City of Fort Worth Water Department SECTION 02642
Eagle Mountain Raw Water Transmission Pipeline AWWA Butterfly Valve
KHA No. 061018027 Page 5 of 5
January 2006
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.
E. A position indicator shall be provided.
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
City of Fort Worth Water Department SECTION 02642
Eagle Mountain Raw Water Transmission Pipeline AWWA Butterfly Valve
KHA No. 061018027 Page 1 of 5
January 2006
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.
1.02 REFERENCES:
A. American Water Works Association (AWWA).
AWWA 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 Maximum Test Service
Description Acceptable Shock Line Flow Flow Pressure
Valve Class Pressure Range
72"Raw Water 250 lb. 150 psi 30-140 MGD 185 MGD 225 psi Vault
Line
54"Raw Water 250 lb. 150 psi 30-70 MGD 105 MGD 225 psi Vault
Interconnection
City of Fort Worth Water Department SECTION 02642
Eagle Mountain Raw Water Transmission Pipeline AWWA Butterfly Valve
KHA No. 061018027 Page 2 of 5
January 2006
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 580 feet above sea level weather-protected structures and in buried service.
Outside ambient temperatures range between 0 and 1 10 degrees.F,and reported water
temperatures vary between 50 and 105 degrees F. Relative humidity is expected to range between
5 and 100 percent.
1.04 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
DeZurik
Pratt
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:
The Contractor shall cause all equipment specified under this section to be fumished 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.
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.
City of Fort Worth Water Department SECTION 02642
Eagle Mountain Raw Water Transmission Pipeline AWWA Butterfly Valve
t KHA No. 061018027 Page 3 of 5
January 2006
B. Submittals required prior to final walk through:
1. Operation and Maintenance Manual.
1.06 SPARE PARTS AND TOOLS:
A None Required.
1.07SHIPPING 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.
AWW 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
2.01 54"& 72"BUTTERFLY VALVES:
A. Butterfly valves shall be in general conformance the latest revision of AWWA Standard C504
butterfly valves 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.
B. Valve bodies shall be of ductile iron per ASTM A536 Grade 6545-12 or fabricated steel ASTM
A36. Flange end valves shall be of the short body design with Class 125 Standard flanged ends
A%W faced and drilled per ANSI B 16.1 standard for cast iron flanges. Flanges shall be designed for the
test pressure of the valve Mechanical joint end valves shall meet the requirements of AWWA
C111/ANSI 21.11. Flanged ends shall be provided unless otherwise specified.
City of Fort Worth Water Department SECTION 02642
Eagle Mountain Raw Water Transmission Pipeline AWWA Butterfly Valve
KHA No. 061018027 Page 4 of 5
January 2006
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.
E. The seat shall be a Buna-N for water and shall be molded in and bonded to the valve or to the
disc.
Seats on Disc:
1. 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.
Seats on Body:
2. All seats shall be constructed of synthetic rubber compound such as Buna N or EPDM and
suitable for bidirectional shutoff at rated pressure. Seats shall be retained in the valve body
by mechanical means. Seats shall be a fu11360 degree without interruption. Valve seats shall
be field adjustable around the full 360 degree circumference and replaceable without
dismantling the actuator,disc or shaft without removing the valve from the line.
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 of AWWA 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.
1. 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 and covered 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.
City of Fort Worth Water Department SECTION 02642
Eagle Mountain Raw Water Transmission Pipeline AWWA Butterfly Valve
KHA No. 061018027 Page 5 of 5
January 2006
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.
E. A position indicator shall be provided.
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
Ow
City of Fort Worth Water Department SECTION 02643
Eagle Mountain Raw Water Transmission Pipeline Air Release/Vacuum Valves
KHA No. 061018027 Page 1 of 3
January 2006
PART 1 - GENERAL
1.01 SCOPE OF WORK:
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.
AWL
Water Type Raw 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
Vent-O-Mat RBX Anti-shock
ARI D-060-C HF NS
Aw
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
City of Fort Worth Water Department SECTION 02643
Eagle Mountain Raw Water Transmission Pipeline Air Release/Vacuum Valves
KHA No. O61018027 Page 2 of 3
January 2006
provide the listed equipment at no additional expense to the owner. The Contractor shall be
responsible for arry delays as a result of a substitution request.
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 arry 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
City of Fort Worth Water Department SECTION 02643
Eagle Mountain Raw Water Transmission Pipeline Air Release/Vacuum Valves
r KHA No. 061018027 Page 3 of 3
January 2006
3. Pressurized air discharge
4. Surge Dampening - Controlled discharge rates
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
City of Fort Worth Water Department SECTION 02936
Eagle Mountain Raw Water Transmission Pipeline Seeding of Disturbed Areas
v" KHA No. 061018027 Page 1 of 6
January 2006
PART 1 - GENERAL
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. United States Department of the Army Corps of Engineers — Nationwide Permit 12
associated with this project as ACOE Project No. 200400594
4. 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.
City of Fort Worth Water Department SECTION 02936
Eagle Mountain Raw Water Transmission Pipeline Seeding of Disturbed Areas
KHA No. 061018027 Page 2 of 6
January 2006
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
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.
1. Provide fresh, clean, new crop hulled seed tested to minimum percentages of purity and
germination as established by Official Seed Analysts of North America. Provide seed of
grass species, proportions and maximum percentages of purity, germination and be free of:
Poa Annua, bent grass, and noxious weed seed. Seeding mixture shall contain the
following:
Seeding Mixture Components Seeding Rate
(lbs/acre)
Lowland Switchgrass 4
Indiangrass 6
Little Bluestein 8
Prairie or Canada Wildrye 10
Cutleaf Daisy 18
Maximilian Sunflower 4
Scarlet Sae 8
Illinois Bundleflower 15
In disturbed jurisdictional wetland areas, the above seed mixture shall be used in addition to
the following:
Obedient Plant at a rate of 2 lbs/acre.
In areas where the 404 permit does not require the above seed mixture, the Contractor may
substitute a suitable seed mixture provided that the Owner, property owner, and Engineer
approve the mixture.
City of Fort Worth Water Department SECTION 02936
Eagle Mountain Raw Water Transmission Pipeline Seeding of Disturbed Areas
,t KHA No. 061018027 Page 3 of 6
January 2006
2.03 WATER:
A. Free of substance harmful to plant growth. Hoses, pumps, sprinklers or other methods of
transportation furnished by CONTRACTOR.
2.04 SOD
A. Sod shall consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system
of dense, thickly matted roots throughout the soil of the sod for a thickness not less than
0.75 in. Sod shall be alive, healthy, vigorous, free from insects, disease, stones, and
undesirable foreign materials and grasses. Height of sod shall not exceed two inches. All
sod is to be harvested, delivered and planted within a 36-hour period of time. Sod_ shall be
protected from exposure to wind, sun and freezing.
2.05 TOPSOIL
A. General Topsoil:
1. Furnish from stockpiled on-site material. If an insufficient quantity exists, furnish from
AOL 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.
2.06 FERTILIZER, SEEDING, AND TOPSOIL REQUIREMENTS FOR CERTAIN AREAS
A. Embankment Between Station 118+50 to Station 122+50:
1. All restoration of vegetation in this area shall consist of the following, or an approved
equal:
• 18" Filtrexx SiltSoxx along top and toe of embankment
• 2" Filtrexx Erosion Control Blanket
2. Compost: Compost used for Filtrexx SiltSoxx shall be weed free and derived from a well-
decomposed source of organic matter. The compost shall be produced using an aerobic
composting process meeting CFR 503 regulations, including time and temperature data
indicating effective weed seed, pathogen and insect larvae kill. The compost shall be free
of any refuse, contaminants or other materials toxic to plant growth. Non-composted
products will not be accepted. Test methods for the items below should follow USCC
TMECC guidelines for laboratory procedures:
City of Fort Worth Water Department SECTION 02936
Eagle Mountain Raw Water Transmission Pipeline Seeding of Disturbed Areas
KHA No. 061018027 Page 4 of 6
January 2006
a. Particle Size: 99% passing a 2" sieve and a minimum of 70% greater than the 3/8"
sieve, in accordance with TMECC 02.02-B "Sample Sieving for Aggregate Size
Classification". (In the field, the product commonly requested is between 'h" and 2"
particle size)
b. pH - 5.5-8.5 in accordance with TMECC 04.11-A, "Electrometric pH Determinations
for Compost" "1:5 Slurry pH"
c. Organic Matter Content: 25-65% (dry mass) in accordance with TMECC 05.07-A,
"Loss -On-Ignition Organic Matter Method"
d. Soluble Salts: 5.0 max. dS/m in accordance with TMECC 04.10-A "1:5 Slurry
Method, Mass Basis"
e. Maturity: greater than 80% in accordance with TMECC 05.05-A, "Germination and
Root Elongation"
f. Stability: 8 or below in accordance with TMECC 05.08-B, "Carbon Dioxide Evolution
Rate"
g. Total Nitrogen: Greater than I% according to TMECC 04.02-D of which 85% shall be
in an organic form.
3. Erosion Control Compost (ECC) Consisting of 50% untreated and ground wood chips
blended with 50% compost measured by volume. Use wood chips less than or equal to 4
inches in length with 95% passing a 2-inch screen.
PART 3 -EXECUTION
3.01 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:
I. Dry Seeding (Stations 0+00 to 118+50)
a. Seed immediately after preparation of bed.
City of Fort Worth Water Department SECTION 02936
Eagle Mountain Raw Water Transmission Pipeline Seeding of Disturbed Areas
KHA No. 061018027 Page 5 of 6
January 2006
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. Roll with light lawn roller.
2. Filtrexx Erosion Control Blanket and Filtrexx FilterSocks (Stations 118+50 to 123+50)
a. Filtrexx Erosion Control Blankets will be placed at locations indicated on plans as
directed by the Engineer. Unless otherwise specified, Filtrexx Erosion Control
Blankets should be installed at a minimum depth of 2" of Erosion Control Compost.
b. Filtrexx Erosion Control Blanket may be seeded at time of installation for establishment
Avl� of permanent vegetation. Seed mixture shall be in conformance with 2.01.A.1 and
shall be applied at a rate equal to 2 times the manufacturer's recommendations.
c. Filtrexx Erosion Control Blankets are not to be used in direct flow situations or in
runoff channels.
d. If required, combining Filtrexx Erosion Control Blankets with Filtrexx FilterSocks or
Filter Berms may offer additional protection from slopes that have heavy run-on water.
In these situations, Filtrexx FilterSocks, Filter Berms and Erosion Control Blankets
may be used in combination
2. Hydromulching (Stations 123+50 to End)
a. Apply seeding mixture with hydromulch with a bonded fiber matrix material. No
fertilizer is to be added to mixture.
3.02 LAWN AND MAINTENANCE :
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.
AM Continue watering until acceptance.
City of Fort Worth Water Department SECTION 02936
Eagle Mountain Raw Water Transmission Pipeline Seeding of Disturbed Areas
KHA No. 061018027 Page 6 of 6
January 2006
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.
F. The contractor shall maintain the Filtrexx Erosion Control Blanket in a functional condition at
all times and it shall be routinely inspected.
G. Where the Erosion Control Blanket fails, it shall be routinely repaired.
H. The Filtrexx Erosion Control Blanket will be seeded on site. Once vegetation is established,
final seeding is not required.
I. The contractor shall remove sediments collected at the base of the Soxx when they reach 1/3 of
the exposed height of the Soxx, or as directed by the Engineer.
J. The SiltSoxx will be dispersed on site when no longer required, as determined by the Engineer
3.03 FINAL ACCEPTANCE:
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.
END OF SECTION
City of Fort Worth Water Department SECTION 05510
,s. Eagle Mountain Raw Water Transmission Pipeline Metal Stairs
KHA No. 061018027 Page 1 of 4
January 2006
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes: Steel pan type stairs and landings, with plates, angles, struts, fasteners and
welds for securing to building structure. Provide handrails and guardrails as indicated on the
drawings.
1.2 REFERENCES
A. American Society for Testing and Materials:
1. ASTM A 36 - Structural Steel.
2. ASTM A 185 - Steel Welded Wire Fabric, Plain, For Concrete Reinforcement.
3. ASTM A 283 - Carbon Steel Pates, Shapes, and Bars.
4. ASTM A 325 - High Strength Bolts for Structural Steel Joints.
5. ASTM A 446 - Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Structural
(Physical) Quality.
6. ASTM A 615 - Deformed and Plain Billet-Steel Bars for Concrete Reinforcement.
r
B. American Welding Society:
1. AWS DIA - Structural Welding Code - Steel.
2. AWS D1.3 - Structural Welding Code - Sheet Steel.
C. FS FF-S-325 - Shield, Expansion; Nail, Expansion; and Nail, Drive Screw (Devices,
Anchoring, Masonry).
1.3 SYSTEM DESCRIPTION
A. Design Requirements:
1. Fabricate stairs, landings and component connections to support live loads of minimum 100
lb./sq.ft. with concentrated load of 300 lbs. at most critical point of tread.
2. Deflection of stairs and landings not exceeding L/360 of span when underside is to be
finished with gypsum board and L/240 span when underside is not being finished.
1.4 SUBMITTALS
A. Shop Drawings: Show in detail construction, gages,jointing, methods of installation, fastening
and supports location and sizes of welds, anchoring, hangers and all other pertinent data and
information. Submit plans and section of steel stairs, drawn to scale at not less than 1/4" per
foot. Where conditions in three or more consecutive stories are exactly alike, drawings may be
broken and noted to include duplicate runs.
B. Quality Control Submittals:
AMR' 1. Design Data: Submit stamped and sealed structural design calculations prepared by a
Professional Engineer that steel stair system complies with specified load requirements.
2. Certificates: Certify that each welder has satisfactorily passed AWS qualification test for
welding process involved and, if pertinent, has undergone recertification.
City of Fort Worth Water Department SECTION 05510
Eagle Mountain Raw Water Transmission Pipeline Metal Stairs
KHA No. 061018027 Page 2 of 4
January 2006
1.5 QUALITY ASSURANCE
A. Qualifications:
1. Professional Engineer: Licensed to practice in state where project is located and is
experienced in providing engineering services of the kind indicated.
2. Qualify welding processes and welding operators in accordance with AWS D1.1 AWS
D1.3.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Steel Sections: ASTM A 36.
B. Plates: ASTM A 283, Grade C.
C. Steel Sheets: ASTM A 446, Grade B, Structural Quality with 1.25 oz./sq.ft. galvanized
coating.
D. Bolts, Nuts and Washers: High-strength type, ASTM A 325.
E. Welding Materials: AWS DLI and D1.3, type required for materials being welded.
F. Shop Primer for Ferrous Metal: Manufacturer's or fabricator's standard, fast-curing, lead-free,
universal modified alkyd primer selected for good resistance to normal atmospheric corrosion,
for compatibility with finish paint systems indicated, and for capability to provide a sound
foundation for field-applied topcoats despite prolonged exposure comply with performance
requirements of FS TT-P-645.
G. Galvanizing Repair Paint: High zinc dust content paint for regalvanizing welds in galvanized
steel, with dry film containing not less than 94 percent zinc dust by weight, and complying with
DOP-P-21035 or SSPC-Paint-20.
H. Expansion Anchors: FS FF-S-325, Group II, Type 4, Class 1; carbon steel, zinc plated.
I. Wire Mesh: 6 x 6 10/10 welded wire mesh, ASTM A 185.
J. Concrete Fill and Reinforcing Materials:
1. Concrete Materials and Properties: Comply with requirements of Division 3 section
"Concrete Work" for normal weight, ready-mix concrete with minimum 28-day
compressive strength of 2,500 psi, 440 lbs. cement per cu. ft. minimum, and W/C ration of
0.65 maximum, unless higher strengths indicated.
2. Reinforcing Bars: ASTM A 615, Grade 60, unless otherwise indicated.
2.2 FABRICATION `
A. Fabricate to comply with NAAMM Metal Stair Manual, Commercial Class, complete with
necessary framing members, hangers, clips, brackets, supports, and fastening devices.
City of Fort Worth Water Department SECTION 05510
Job, Eagle Mountain Raw Water Transmission Pipeline Metal Stairs
KHA No. 061018027 Page 3 of 4
January 2006
B. Fit and shop assemble sections in largest practical sizes, easily handled through building
openings. Accurately form and fit components and connections. Accurately form components
required for proper anchorage of stairs and landings to each other and to building structure.
C. Grind exposed edges and welds smooth and flush. Make joints true and tight.
D. Thoroughly clean surfaces of rust, scale, grease and foreign matter prior to galvanizing or prime
painting.
E. Allow to dry thoroughly before applying priming material. Apply one coat of 2 mil thick shop
prime. Do not prime area to be field welded.
F. Stair Framing:
1. Fabricate stringers of structural steel channels, tubes, or plates.
2. Provide closure for exposed ends of stringers.
3. Construct platforms of structural steel channel headers and miscellaneous framing members.
4. Bolt or weld headers to stringers.
5. Bolt or weld framing members to stringers and headers.
6. Fabricate and join so that bolts do not appear on finished surface.
G_ Metal Pan Units:
1. Form metal platform pans of 12 gage structural steel and treads of 14 gage steel sheets for
risers and treads.
2. Construct riser and subtread metal pans with steel angle support brackets welded to
stringers.
3. Rivet or weld metal pans to platform frames.
4. Weld subplatform metal pans to platform frames.
5. Reinforce treads and platforms with weld wire mesh, tack welded at perimeter and with
intermediate supports to retain position at midspan.
H. Finishing:
1. Clean surfaces of rust, scale, grease and foreign matter prior to galvanizing or prime
painting. Allow to dry thoroughly before applying priming material.
2. Apply one coat of 2.0 mil dry film thickness of shop primer. Do not prime areas to be field
welded.
PART 3 - EXECUTION
3.1 ERECTION
A. Erect stairs square, level, plumb; aligned with adjacent construction and free from distortion or
defects detrimental to appearance and performance.
B. Erect platforms level with floor surfaces.
177
C. Provide necessary anchors, plates, angles and struts as required for connecting stair
structure.
City of Fort Worth Water Department SECTION 05510
Eagle Mountain Raw Water Transmission Pipeline Metal Stairs
KHA No. 061018027 Page 4 of 4
January 2006
D. Perform necessary cutting and altering for installation of work of other sections. Do not
perform any other additional cutting without review of Architect.
E. Use hangers, supports and connectors which will be concealed from view in final position
F. Field bolt and weld to match standard of shop bolting and welding. Conceal bolts and screws
whenever possible. Where not concealed, use flush countersunk fastenings. Make mechanically
fastened joints flush hairline butted. Grind welds smooth and flush.
G. Reinforce treads and intermediate landing pans with welded wire mesh.
H. Fill pans with concrete as specified.
3.2 CLEANING
A. Clean welds and touch-up with same material used for shop priming.
END OF SECTION
AW City of Fort Worth Water Department SECTION 05521
Eagle Mountain Raw Water Transmission Pipeline Steel Handrails and Railings
KHA No. 061018027 Page 1 of 4
January 2006
PART 1 -GENERAL
1.1 SUMMARY
A. Section Includes: Galvanized steel pipe tube handrails, balusters, and fittings.
1.2 REFERENCES
A. American Society for Testing and Materials:
1. ASTM A 47—Specification for Ferritic Malleable Iron Castings.
2. ASTM A 48—Specification for Gray Iron Castings.
3. ASTM A 53—Pipe Steel,Black, and Hot-Dipped, Zinc-Coated,Welded and Seamless.
4. ASTM A 123—Zinc Coating(Hot-Dip Galvanized)on Iron and Steel Products.
5. ASTM A 500—Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Round
and Shapes.
6. ASTM A 501 —Hot-Formed Welded and Seamless Carbon Steel Structural Tubing.
B. AWS D1.1 —Structural Welding Code
AW 1.3 SYSTEM DESCRIPTION
A. Structural Performance of Handrails and Railing Systems: Engineer, fabricate, and install handrails
and railing systems to withstand the following structural loads without exceeding the allowable
design working stress of the materials for handrails, railing systems, anchors, and connections.
Apply each load to produce the maximum stress in each of the respective components comprising
handrails and railing systems.
1. Top Rail of Guardrail Systems: Capable of withstanding the following loads applied as
indicated:
a. Concentrated load of 200 lbf applied at any point and in any direction-
b. Uniform load of 50 lbf per linear ft. applied horizontally and concurrently with uniform
load of 100 lbf per linear ft. applied vertically downward.
c. Concentrated load need not be assumed to act concurrently with uniform loads.
2. Handrails Not Serving as Top Rails: Capable of withstanding the following loads applied as
indicated.
a. Concentrated load of 200 lbf applied at any point and in any direction.
b. Uniform load of 50 lbf per linear ft. applied in any direction.
c. Concentrated and uniform loads need not be assumed to act concurrently.
3. Infill Area of Guardrail Systems: Capable of withstanding a horizontal concentrated load of
200 lbf applied to one sq. ft. at any point in the system including panels, intermediate rails,
balusters,or other elements composing the infill area.
a. Above load need not be assumed to act concurrently with loads on top rails of railing
systems in determining stress on guard.
B. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals
�. and other materials from direct contact with incompatible materials.
C. Thermal Movements: Allow for thermal movement resulting from 120 deg F(67 deg C), ambient;
180 deg F (100 deg C),material surfaces change(range)in ambient temperature in the design,
fabrication, and installation of handrails and railings to prevent buckling, opening of joints,
City of Fort Worth Water Department SECTION 05521
Eagle Mountain Raw Water Transmission Pipeline Steel Handrails and Railings
KHA No. 061018027 Page 2 of 4
January 2006
overstressing of components,connections and other detrimental effects. Base design calculation on
actual surface temperatures of materials due to both solar heat gain and nighttime sky heat loss.
1.4 SUBMITTALS
A. Shop Drawings: Indicate profiles,sizes,connection attachments,anchorage, size and type of
fasteners,and accessories.
B. Samples: Submit 24"long samples of handrails;showing radius bends,elbows,tee wall bracket
escutcheon and end stop when requested by Engineer.
C. Quality Control Submittals:
1. Design Data: Submit stamped and sealed structural design calculations by Professional
Engineer that system complies with specified load requirements.
2. Certificates: Certify that each welder has passed AWS qualification test for welding process
involved and. If pertinent,had undergone recertification.
1.5 QUALITY ASSURANCE
A. Qualifications:
1. Professional Engineer: Licensed to practice in state of Texas and is experienced in providing
engineering services of the kind indicated.
2. Welders: Qualify welding processes and welding operations in accordance with AWS D1.1
and AWS D1.3.
PART2 -PRODUCTS
2.1 MANUFACTURERS
A. Substitutions: Comply with Section 01300.
2.2 MATERIALS
A. Steel Tubing: ASTM A 500,Grade A.
B. Pipe: ASTM A 53,Type E or S at manufacturer's option,Grade A,Schedule 40.
C. Brackets,Flanges,Fittings and Anchors: Provide wall brackets,end closures,flanges,
miscellaneous fittings,inserts,and anchorage devices for interconnection of pipe and attachment of
railings and handrails to other construction.
D. For railing posts set in concrete,fabricate sleeves from steel,not less than 6 inches long and with an
inside diameter not less than 1/2 inch greater than outside diameter of post,with steel plate closure
welded to bottom of sleeve.
E. For removable railing posts,fabricate slip-fit sockets from steel pipe whose inside diameter is sized
for a close fit with posts and to limit deflection of post without lateral load,measured at top,to not
City of Fort Worth Water Department SECTION 05521
Eagle Mountain Raw Water Transmission Pipeline Steel Handrails and Railings
KHA No. 061018027 Page 3 of 4
January 2006
more than 1/12 of post height. Provide socket covers designed and fabricated to resist accidental
dislodgement.
F. Exposed Fasteners: Flush countersunk screws or bolts; consistent with design of railing.
G. Splice Connectors: Steel concealed spigots.
H. Brackets:
1. Malleable iron,ASTM A 47, or gray iron castings, ASTM A 48,designed for not less than 1-
1/2"from centerline of handrail to wall surface.
2. Acceptable Product: No. 382 by Julius Blum.
I. Galvanizing: 1.25 oz./sq.ft. zinc coating in accordance with ASTM A 123.
J. Grout:
1. Non-shrink,nonmetallic
2. Acceptable Product:
a. N-S Grout by Euclid Chenvcal Co.
b. Duragrout by L&M Construction Chemicals, Inc.
c. No. 713 by Master Builders,Inc.
2.3 FABRICATION
A. Rails and Posts: 1-1/4"diameter steel pipe; welded joints.
B. Fit and shop assemble components in largest practical sizes, for delivery to site.
C. Fabricate components with joints tightly fitted and secured.
D. Fabricate units without fasteners on finish surface where possible. Provide exposed mechanical
fastenings with flush countersunk screws or bolts;unobtrusively located; consistent with design of
component.
E. Supply components required for anchorage of fabrications. Fabricate anchors and related
components of same material and finish as fabrication.
F. Continuously seal jointed pieces of continuous welds.
G. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joint butt tight,
flush,and hairline. Ease exposed edges to small uniform radius.
H. Accurately form components to suit stairs and landings,to each other and to building structure.
2.4 FINISH
A. Clean surfaces in accordance with SSPC SP-2.
B. Handrails and Railings: Galvanize pipe, fittings,brackets, fasteners and other ferrous metal
components.
City of Fort Worth Water Department SECTION 05521
Eagle Mountain Raw Water Transmission Pipeline Steel Handrails and Railings
KHA No. 061018027 Page 4 of 4
January 2006
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that field conditions are acceptable and are ready to receive work.
B. Beginning of installation means erector accepts existing conditions.
3.2 PREPARATION
A. Clean and strip primed steel items to bare metal where site welding is required.
B. Supply items required to be cast into concrete,embedded in masonry,or placed in partitions with
setting templates,to appropriate Sections.
3.3 INSTALLATION
A. Install components plumb and level,accurately fitted,free from distortion or defects.
B. Provide anchors,plates,and angles required for connecting railings to structure. Anchor railing to
structure.
C. Field weld anchors as required. Grind welds smooth and touch-up with primer.
D. Conceal bolts and screws whenever possible. Where not concealed,use flush countersunk
fastenings.
E. Handrail Brackets: Install in accordance with manufacturer's instructions.
F. Anchor posts in concrete by core drilling and grouting in.
G. Provide galvanized pipe sleeves cast in concrete. Anchor posts with nonshrink grout.
3.4 ERECTION TOLERANCES
A. Maximum Variation From Plumb: 1/4"per story,non-cumulative.
B. Maximum Offset From True Alignment: 1/4"
END OF SECTION
City of Fort Worth Water Department SECTION 15136
Eagle Mountain Raw Water Transmission Pipeline Miscellaneous Valves and Appurtenances
KHA No. 061018027 Page ] of 2
0011 January 2006
1.00 GENERAL
1.01 WORK INCLUDED
Furnish labor, materials, equipment and incidental necessary to install miscellaneous valves.
1.02 SUBMITTALS
Submittals shall be in accordance with Part D, Special Conditions and shall include:
1. Record drawings
2.00 PRODUCTS
2.01 CORPORATION STOPS
Corporation stops shall be bronze with tapered plug and flat key operator. Unless otherwise
indicated, stops shall be equal to Mueller H-10046 with iron pipe thread on inlet and outlet, of the
size indicated.
2.02 STEEL BOLTED (DRESSER) COUPLINGS FOR PLAIN-END PIPE
AVft
Where dresser couplings are indicated, furnish and install a gasketed, sleeve-type coupling meeting
AWWA C219, with a pressure rating as indicated on the drawings.
A. The pipe couplings shall be of a gasketed, sleeve-type with diameter to properly fit the pipe.
Each coupling shall consist of one (1) steel middle ring, of two (2) steel followers, two (2)
rubber-compounded wedge section gaskets and sufficient trackhead steel bolts to properly
compress the gaskets. Field joints shall be made with this type of coupling. The middle ring
and followers of the coupling shall be true circular sections free from irregularities, flat spots,
or surface defects. They shall be formed from mill sections with the follower-ring section of
such design as to provide confinement of the gasket. After welding, they shall be tested by
cold expanding a minimum of I% beyond the yield point.
B. The coupling bolts shall be of the elliptic-neck, track-head design with rolled threads. The
manufacturer shall supply information as to the recommended torque to which the bolts shall
be tightened. All bolt holes in the followers shall be oval for greater strength.
C. The gaskets of the coupling shall be composed of a crude or synthetic rubber base
compounded with other products to produce a material which will not deteriorate from age,
from heat, or exposure to air under normal storage conditions. It shall also possess the quality
of resilience and ability to resist cold flow of the material so that the joint will remain sealed
and tight indefinitely when subjected to shock, vibration, pulsation and temperature or other
adjustments of the pipeline.
Aft D. The couplings shall be assembled on the job in a manner to ensure permanently tight joints
under all reasonable conditions of expansion, contraction, shifting and settlement. The
coupling shall be Dresser Style 38, Smith Blair Style 411, or Baker Series 200.
City of Fort Worth Water Department SECTION 15136
Eagle Mountain Raw Water Transmission Pipeline Miscellaneous Valves and Appurtenances
KHA No.061018027 Page 2 of 2
January 2006 40,
2.03 INSULATED (DRESSER) COUPLINGS FOR PLAIN-END PIPE
A. Couplings shall meet the basic requirements of Specification section 2.02. In addition,
insulating and insulating-reducing couplings shall provide electrical insulation between the
pipes being joined.
I. One end of the coupling shall have a wedge-shaped gasket which will electrically bond
the pipe end to the middle ring. The bond shall be molded into the tip of the gasket and
shall not be rendered ineffectual by corrosion or deterioration.
2. The other end of the coupling shall have a plastic insulating sleeve to fit over the pipe
end, and a wedge-shaped gasket of an insulating-compounded rubber. The rubber gasket
shall have a skirt extending under the follower, the combination of which insulates the
follower, middle ring and the pipe end so that electric current will not pass from one
pipe joint to the next. At the option of the manufacturer, a plastic follower insulator may
be substituted for the rubber skirt.
a. Follower insulator and pipe-end insulator shall be made of a tough inert plastic
material which is resistant to attack from acids, alkalis, drip oils, water and
sunlight.
B. Each coupling shall pass a resistance test of 5,000 megohms after being set assembled on the
pipe for 72 hours.
3.00 EXECUTION
3.01 INSTALLATION
Carefully handle and install valves and appurtenances in a manner that prevents damage to any part
of the unit. Install items in accordance with the Manufacturer's instructions. Perform an electrical
continuity check at insulated connections prior to filling the piping with water, to verify there are
no shorts across the insulated connection. Verify size, type, location, pressure rating, and
connections of all pipe and fittings with equipment suppliers, where applicable.
END OF SECTION
City of Fort Worth Water Department SECTION 09900
Eagle Mountain Raw Water Transmission Pipeline Painting
KHA No. 061018027 Page 1 of 4
AV" January 2006
PART 1 - GENERAL
1.01 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Special Conditions and
Division 1 Specification sections, apply to work of this section.
1.02 WORK INCLUDED:
A. Prepare all surfaces which are to receive finish.
B. Finish surfaces as indicated in the schedule.
1.03 SUBMITTALS:
A. Submit manufacturer's product data.
B. Submit samples of finish for approval by Owner.
1.04 DELIVERY, STORAGE AND HANDLING:
a� A. Deliver paint materials in sealed original labeled containers bearing manufacturers name, type of
paint, brand name, color designation and instructions for mixing.
B. Provide adequate storage facilities at minimum ambient temperature of 45 degrees F in well
ventilated area.
1.05 ENVIRONMENTAL REQUIREMENTS:
A. Comply with manufacturer's recommendations as to environmental conditions under which coatings
and systems can be applied.
B. Do not apply finish in areas where dust is being generated.
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS:
A. Provide paint as manufactured by one of the following:
The Sherwin-Williams Co.
Tnemec Co.
2.02 MATERIALS:
A. Whenever a material is identified by reference to manufacturer's or vendors' names, trade names,
catalog number or the like, it is so identified for the purpose of establishing a standard, and material
of other manufacturers or vendors which will perform adequately the duties imposed by the general
City of Fort Worth Water Department SECTION 09900
Eagle Mountain Raw Water Transmission Pipeline Painting
KHA No. 061018027 Page 2 of 4
January 2006
design will be considered acceptable provided the material so proposed is substituted under
provisions of the General Provisions. It shall not be purchased or installed by the Contractor
without the Architect's written approval.
B. All colors, including deep tones, shall be as selected by the Engineer.
2.03 COLORS:
Refer to the Drawings and Specifications for colors. The Contractor shall submit for approval
samples of each color and finish,with the name of the manufacturer made on the same materials on
which each is to be used. Approved samples will form a standard for acceptance or rejection of
completed work as to color and finish. Some colors will be the inter-mixes and let downs. Mix
paints as required to obtain the color scheduled.
PART 3 -EXECUTION
3.01 INSPECTION:
A. Thoroughly examine surfaces scheduled to be painted prior to commencement of work.
B. The application of finishes shall be held to denote the acceptance of surfaces and conditions by the
painter and he will be responsible for producing results reasonably to be expected under the
specifications. Rooms, vaults, and manholes shall be swept out before application of paint, and no
sweeping shall be done in or adjacent to places where the paint has not had sufficient time to dry
dust-free.
3.02 SURFACE PREPARATION:
A. All surfaces to be painted shall be free of loose dirt, dust and grease.
B. Knots, sap streaks and pitch areas shall be sealed with shellac before priming or after staining.
C. All metal surfaces shall first be washed with mineral spirits to remove any dirt or grease, before
applying materials. Where rust or scale is present, it shall be wire brushed,or sandpapered clean
before painting. Shop coats of paint that become marred shall be cleaned and touched up.
3.03 APPLICATION:
A. All work shall be done by skilled mechanics. All materials shall be evenly spread and smoothly
flowed on without sags or runs, and all coats shall be thoroughly dry before applying succeeding
coats.
B. Finish applied to wood or metal shall be sanded between coats with fine sandpaper to produce an
even, smooth finish.
City of Fort Worth Water Department SECTION 09900
Eagle Mountain Raw Water Transmission Pipeline Painting
KHA No. 061018027 Page 3 of 4
January 2006
C. No exterior painting shall be done in rainy, damp, or frosty weather or until the surface is
thoroughly dry. No interior painting or finishing shall be permitted until the building has
thoroughly dried out by natural or artificial heat.
D. All materials shall be used only as specified by the manufacturer's direction label on the containers.
3.04 MECHANICAL EQUIPMENT:
A. Refer drawings with respect to color coding identification banding of equipment, ducting, piping
and conduit.
B. Remove grilles, covers, and access panels for mechanical systems from location and paint
separately.
C. Finish paint primed equipment to color selected.
D. Prime and paint exposed insulated and bare pipes, conduits, boxes, insulated and bare ducts,
hangers, brackets, collars and supports, except where items are plated or covered with a pre-
finished coating.
E. Replace identification markings on mechanical or electrical equipment when painted over or
APB' spattered.
3.05 HARDWARE:
Remove all hardware and electric plates and thoroughly protect same before painting, as he will be
held responsible for any paint spots or staining and will be required to replace same, if damaged by
painting or staining.
3.06 CLEANING:
Use drip cloths to protect floors and adjacent finishes while working. Upon completion, this
Contractor shall clean off all paint spots and stains caused by him upon floors,glass and woodwork.
3.07 TOUCHING UP:
On completion, carefully touch up any holidays, marred or damaged spots, and work over all
surfaces that have been repaired by other trades.
3.08 PAINTING AND FINISHING 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:
r SW The Sherwin-Williams Co.
TN Tnemec Co.
City of Fort Worth Water Department SECTION 09900
Eagle Mountain Raw Water Transmission Pipeline Painting
KHA No. 061018027 Page 4 of 4
January 2006 �.
B. Interior Metal
1. Exposed iron and steel.
1 primer coat
SW Kern Kromik Universal, B50 Series
TN Series 18 Enviro-Prime
I finish coat
SW Promar 200 Alkyd Eg-Shel Enamel, Series B33
TN Series 28 Tufcryl (Gloss) or Series 29 Tufcryl (Semi-Gloss)
2. Shop Primed Items of mechanical equipment.
I finish coat
SW Industrial Enamel, Series B54
TN Series 66 Hi-Build Epoxoline
C. Exterior Metal
1. Non-galvanized pipe, handrails, railings, gates.
I primer coat
SW Kem Kromik Universal B50 Series
TN Series 66 Hi-Build Epoxoline.
2 finish coats
SW Steel Master 9500 B56-300 Series.
TN Series 66 and Series 1074 Endura-Shield II.
2. Steel pipe, steel fence posts, cattleguards, conduit, hangers supports and brackets.
I primer coat
SW Galvite Paint, B50 WZ30
TN Series 66 and Series 1074 Endura-Shield II
I finish coat
SW Steel Master 9500 B56-300 Series
TN Series 66 and Series 1074 Endura-Shield II
END OF SECTION
SECTION 15640
JOINT BONDING AND ELECTRICAL ISOLATION
PART GENERAL
1.01 SECTION INCLUDES
A. Joint bonding requirements for electrical continuity along prestressed concrete cylinder
pipe (AWWA C301) and dielectrically coated steel pipe.
B. Electrical isolation devices for installation at connections to existing piping, at laterals, at
cased crossings and at tunnels.
1.02 RELATED SECTIONS
A. Section 15641 - Corrosion Control Test Stations.
B. Section 15642 - Specification for Magnesium Anode Cathodic Protection Systems
1.03 REFERENCES
A. ASTM D1248 -Polyethylene Plastics Molding and Extrusion Material.
B. AWWA C207 - Steel Pipe Flange for Waterworks Service.
C. AWWA M9 Manual - Pretensioned Concrete Pressure Pipe.
D. ANSI B16.5 - Pipe Flange and Flanged Fittings.
1.04 SUBMITTALS
A. Submittals: Submittals shall conform to the requirements of the City of Fort Worth.
B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. The catalog
cuts shall include the manufacturer's name and shall provide sufficient information to
show that the materials meet the requirements of the drawings and specifications. Where
more than one item or catalog number appears on a catalog cut, clearly identify the item
proposed.
C. Test Results: Electrical continuity and flange isolation test results shall be submitted to
the owner or its designated representative.
1.05 QUALITY CONTROL
A. Provide manufacturer's certification that all electrical continuity bonding meets the
requirements of the drawings and specifications. Reference certification to applicable
A0. section of specifications and applicable standard detail.
Aw
B. Provide manufacturer's certification that all isolation devices meet the published material
specifications.
C. All materials, fabrication, and installations are subject to inspection and testing by the
owner or its designated representative.
PART 2 PRODUCTS
2.01 DESCRIPTION OF MATERIALS
A. Joint bonding and electrical isolation materials to be incorporated into the project include,
but are not limited to, the following:
1. Electrical continuity bonds.
2. Flange isolation assemblies.
3. Casing spacers.
4. End seals.
2.02 ELECTRICAL CONTINUITY BONDS
A. Applications: Required applications for electrical continuity bonding includes the
following:
1. Bonding across bolted joint assemblies.
2. Bonding across gasketed joint assemblies.
B. Preparation of Prestressed Concrete Cylinder Pipe for bonding:
1. General:
a. Fabrication: Use Prestressed Concrete pipe for this project that has been
fabricated in such a manner as to establish electrical continuity between
metallic components of pipe and joints.
b. Acceptable Methods: Establish electrical continuity as indicated in
drawings and specifications.
2. Criteria for Electric Continuity:
a. Tensile Wire: Pipe manufacturer shall obtain a resistance no greater than
0.03 ohms between any wire and steel joint ring at end of pipe farthest
from that wire. Manufacturer shall state values obtained and method of
measurement.
b. Internal Pipe Joint Components: Pipe manufacturer shall obtain resistance
of less than 0.03 ohms between any component and steel pipe cylinder.
,M 3. Steel Cylinder Continuity:
t
a. Establish continuity of all joint components and steel cylinder. These
components include the following:
1) Anchor socket brackets.
2) Anchor socket.
3) Spigot ring.
4) Bell ring.
b. If mechanical contact does not provide a resistance of less than 0.03 ohms
between components, tack weld component to provide electrical
continuity.
C. Electrical Bond Clip: Three ASTM 366 steel bonding clips, each approximately 0.19
inches thick, 2.5 inches long, and 1.0 inches wide, shall be welded with 1/8-inch fillet
welds to the bell and spigot of adjacent non-welded bar-wrapped concrete cylinder pipe
with rubber gasketed joints. Manufacture clips to maintain continuity regardless of small
deflections of finished (mortared)joints.
D. Electrical Bond Wires: Use bond wires where bond clips are not practical. Electrical bond
wires shall be a minimum No. 2 AWG, seven strand, copper cable, furnished with THHN
insulation. One inch of THHN insulation shall be removed from each end of the bond
wire. The minimum number of bond wires shall be provided as shown on drawings.
2.03 FLANGE ISOLATION
A. Applications: Required applications of dielectric flange isolation assemblies include but
are not limited to the following:
1. At selected locations where new piping is mechanically connected to existing piping.
2. At selected below-grade to aboveground piping transitions.
B. For prestressed concrete pipe provide electrical isolation by installing insulating kits,
composed of:
1. Insulating Gasket:
a. For piping sized 30 inches in diameter and greater, provide Pyrox G-10
with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline
Seal and Insulator,Inc.,or approved equal.
b. For piping sized between 12 inches and 24 inches in diameter, provide
Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as
manufactured by Pipeline Seal and Insulator, Inc., or approved equal.
C. Alternately, provide plain-faced phenolic gasket, as manufactured by
40b, Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket
Ow
between two full-faced gaskets. Provide cloth-inserted rubber gasket
material, 1/8 inch thick in accordance with AWWA C207. Use factory cut
gaskets of proper dimensions.
2. Sleeves and Washers:
a. For piping sized 30 inches in diameter and greater, provide full length
mylar sleeves with Pyrox G-10 washers, double washer sets as
manufactured by Pipeline Seal and Insulator, Inc., or approved equal.
b. For piping sized between 12 inches and 24 inches in diameter, provide full
length mylar sleeves with Phenolic washers, double washer sets as
manufactured by Pipeline Seal and Insulator, Inc., or approved equal.
C. For steel pipe,provide electrical isolation through installation of the following materials:
1. Insulating Gasket:
a. For piping sized 30 inch in diameter and greater, provide Pyrox G-10 with
nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal
and Insulator, Inc., or approved equal.
b. For piping sized between 12 inches and 24 inches in diameter, provide
Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as
manufactured by Pipeline Seal and Insulator, Inc., or approved equal.
C. Alternately, provide a plain-faced phenolic gasket, as manufactured by
Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket
between two full-faced gaskets. Provide cloth-inserted rubber gasket
material, 1/8 inch thick in accordance with AWWA C207. Use factory cut
gaskets of proper dimensions.
2. Sleeves and Washers:
a. For piping sized 30 inches in diameter and greater, provide full length
mylar sleeves with Pyrox G-10 washers, double washer sets as
manufactured by Pipeline Seal and Insulator, Inc., or approved equal.
b. For piping sized between 12 inches and 24 inches in diameter, provide full
length mylar sleeves with Phenolic washers, double washer sets as
manufactured by Pipeline Seal and Insulator, Inc., or approved equal.
2.04 CASING END SEALS
A. For all piping Iess than 24 inch diameter, use hard rubber seals, Model PL Link Seal as
manufactured by the Thunderline Corporation or approved equal
B. For all piping 24 inch diameter and greater, seal ends of tunnel liner or casing with
mortared brick.
C. Casing End Seals shall be as shown on the plans for the 72" Eagle Mountain Raw Water
Transmission Pipeline.
PART 3 - EXECUTION
3.01 INSTALLATION OF ELECTRICAL CONTINUITY BONDS
A. Inspection: Use continuous bond wires with no cuts or tears in the insulation covering
the conductor.
B. General: Attach bond wires or bond straps at required locations by thermite welding
process. Attach bond clips by arc-weld process.
C. Thermite Welding Methods: Perform thermite welding of bond wires and bond straps to
piping in the following manner:
1. Clean and dry pipe to which wires or straps are to be attached.
2. Use grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from
an area approximately 3 inches square. Grind surface to bright metal.
3. Remove approximately 1 inch of insulation from each end of wire to be thermite
welded to pipe, exposing clean, oxide-free copper for welding.
4. Select proper size thermite weld mold as recommended by manufacturer. Place
wire or strap between graphite mold and the prepared metal surface.
5. Place metal disk in bottom of mold.
6. Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread
ignition powder over charge.
7. Close mold cover and ignite starting powder with flint gun.
8. After exothermic reaction, remove thermite weld mold and gently strike weld
with a hammer to remove weld slag. Pull on wire or strap to assure a secure
connection. If weld is not secure or the bond breaks, repeat procedure with new
wire or strap.
9. If weld is secure, coat all bare metal and weld metal with Kop-Coat. Cover coated
weld with a plastic weld cap.
D. Post-Installation Inspection: Post-installation inspection of all electrical continuity bonds
shall be made through a visual examination of each thermite weld connection for strength
and suitable coating prior to backfilling. "Visual inspection of the electrical continuity
bonds can be performed by the Contractor's QA/QC inspector, provided the inspector is
trained by a Corrosion Technologist, before beginning of the work. In addition, the
inspector shall properly document the results of the visual inspection for each of the
bonds." In addition,perform one or more of the following tests:
1. Circulate current through pipe using DC power supply. Calculate resistance
through known length of pipe. Resistance must not exceed 150% of theoretical
resistance for pipe and bonds.
2. Measure resistance through select bonded joints with a digital low resistance
ohmmeter(DLRO). Resistance of 0.001 ohms or less is acceptable.
3. Position a CSE at a stationary location adjacent to bonded pipeline. Impress a
temporary current on pipe. Record static, current-applied, and instant "off' pipe-
to-soil potential readings along the pipe relative to the stationary CSE.
a. Static potential measurements referenced to stationary CSE must be nearly
identical along the pipe to indicate electrical continuity.
b. Instant "off' potentials referenced to stationary CSE must be nearly
identical along pipe to indicate electrical continuity.
C. The difference between the instant"off'and the static potential referenced
to stationary CSE must be equal at each point of contact to pipe to indicate
electrical continuity.
4. If any of the above procedures indicates a poor quality bond connection, rebond
the joint.
5. Record results and submit to the owner or its designated representative for
approval prior to backfilling.
r E. Backfilling of Bonded Joints:
1. Perform backfilling of bonded piping in manner that prevents damage to the
bonds and all connections to the metallic structures.
a. Use appropriate backfill material to completely cover the electrical bond.
b. Provide protection so that future construction activities in the area will not
destroy the bonded connections.
2. If construction activity damages a bonded connection, install new bond wire or
strap.
3.02 INSTALLATION OF FLANGE ISOLATION DEVICES
A. Placement: Install isolation joints at the locations shown on the drawings.
B. Assembly: Place gasket, sleeves, and washers as recommended by the manufacturer.
Follow manufacturer's recommendations for even tightening to proper torque.
C. Testing: Immediately after an insulating fitting has been installed, test electrical isolation
with a suitable isolation tester. Fully document test results.
D. Painting: Do not use metal base paints on insulating fittings.
E. Encapsulation: Encapsulate below-grade isolation joints with the Carboline Densyl tape
system,or approved equal, after the isolation joint has been tested for effectiveness.
t
3.03 TESTING OF JOINT CONTINUITY BONDS AND INSULATED JOINTS
A. General: After the completion of the continuity bonding of individual joints but before the
pipe is backfilled, each bonded joint shall be tested for electrical continuity.
B. A DC current shall be impressed on the pipe on one side of the joint under test using a
portable 12-volt battery and a driven ground rod. The battery shall be connected such that
the positive terminal is connected to the ground rod and the negative terminal is
connected to the pipe section under test. The magnitude of test current is not important as
long as it causes a change in pipe-to-soil potential on the section of pipe that is in the test
current circuit.
C. The pipe-to soil potential shall be measured on each side of the insulated joint using a
high impedance voltmeter and portable copper/copper sulfate reference electrode with the
test current"on" and"off.
D. A joint is considered electrically continuous if the "on" and "off potentials are the same
on either side of the joint under test.
E. This same procedure shall be used to test individual insulated joints except that the joint is
considered insulated if the pipe-to-soil potential is not the same when measured on each
side of the joint when the test current is"on".
3.04 CASED CROSSING ISOLATION TESTS
A. Immediately after the pipe has been installed in the casing, but prior to connecting the
line or grouting the annulus, perform an electrical continuity test to determine whether
the casing is in fact insulated from the pipe. The continuity check shall be fully
documented and approved by the owner or its designated representative prior to
backfilling.
B. If the electrical isolation between pipe and casing is not effective, the cause shall be
immediately investigated, and the situation remedied. Under no circumstances shall a
shorted casing be backfilled.
END OF SECTION
SECTION 15641
CORROSION CONTROL TEST STATIONS
PART1 GENERAL
1.01 SECTION INCLUDES
A. Test station materials and installation requirements.
B. Locations requiring test stations are adjacent to manholes, major pipeline crossings, cased
crossings, tunnels, and below-grade electrical isolation joints.
1.02 RELATED SECTIONS
A. Section 15640 - Joint Bonding and Electrical Isolation.
B. Section 15642 — Specification for Magnesium Anode Cathodic Protection Systems.
1.03 REFERENCES
A. ASTM D1248 - Polyethylene Plastic Molding and Extrusion Material.
B. NACE RP-0169 - Recommended Practice, Control of External Corrosion on
Underground or Submerged Metallic Piping Systems.
C. AWWA M9 Manual - Pretensioned Concrete Pressure Pipe.
D. UL 83 - Thermoplastic Insulated Wires.
E. UL 486A - Wire Connectors for Use with Copper Conductors.
1.04 SUBMITTALS
A. Submittals shall conform to the requirements of the City of Fort Worth.
B. Catalogue Cuts: Manufacturer's catalog cuts shall be submitted for each item. The
catalog cuts shall include the manufacturer's name and shall provide sufficient
information to show that the materials meet the requirements of the drawings and
specifications. Where more than one item or catalog number appears on a catalog cut,
clearly identify the item proposed.
C. Drawings: As-built drawings of the corrosion control test stations shall be maintained by
the Contractor during installation and construction. Drawings shall be revised to show
exact locations of all wiring, connections, and terminal boxes. All items of equipment
and material shall be properly identified. The original as-built drawings shall be
submitted to the owner or its designated representative.
15641
September, 2005 Page i of 6 `✓
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRANSMISSION PIPELINE FT. WORT 11, TX TEST STATIONS
r 1.06 QUALITY CONTROL
A. Provide manufacturer's certifications that all components of the corrosion control test
stations meet the requirements of the drawings and specifications. The certification shall
reference the applicable section of the specifications and the applicable standard details.
B_ The drawings for the corrosion control test stations are diagrammatic and shall not be
scaled for exact locations, unless scales are explicitly stated on the specific drawing.
Field conditions, non-interference with other utilities or mechanical and structural
features shall determine exact locations. Contractor shall note other existing utilities in
the area and during excavation, shall not damage these utilities. Any damaged utilities
shall be repaired to the satisfaction of the owner at the Contractor's expense.
C. All materials, fabrication, and installations are subject to inspection and testing by the
owner or its designated representative.
PART 2 PRODUCTS
2.01 FLUSH MOUNT TEST STATIONS
A. Test stations shall consist of test wires, a terminal box and a traffic box as shown on the
drawings.
B. The terminal box shall be a seven (7) terminal Big Fink as manufactured by Cott
Manufacturing Company or approved equal.
Ohl
C_ The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron
cover marked "CP Test" as manufactured by Brooks Products, Inc or approved equal.
D. Install a marker sign adjacent to all flush-mounted test stations.
2.02 ABOVE-GRADE TEST STATIONS
A. At test station locations where flush mounted structures cannot be installed, an above-
grade test station shall be used, and placed such that possible damage from vandalism,
traffic, etc. is minimized.
B. The test station shall be a seven (7) terminal Big Fink as manufactured by Cott
Manufacturing or approved equal.
C_ Terminal boxes shall have a lockable, corrosion-proof plastic cover and shall be mounted
on a 5-foot length of 3-inch diameter concrete filled galvanized steel conduit.
D. The test station shall be installed adjacent to a permanent structure, if available, for
physical protection.
2.03 PERMANENT REFERENCE ELECTRODES
A. The permanent reference electrode shall be a copper/copper sulfate Permacell, double
membrane, ceramic cell in a geomembrane package as manufactured by Corrpro
Companies, Inc. or approved equal_
15641
September,2005 Page 2 of 6
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRANSMISSION PIPELINE 'I. ::'ORTH,TX TEST STATIONS
B. The electrode shall be equipped with No. 14 AWG stranded copper wire with blue
HMWPE insulation of suitable length to attach to the terminal board of the test station.
2.04 TEST STATION LEAD WIRES
A. Test station lead wires of all sizes shall have TW,THW or THHN insulation.
B. Type insulation shall be color coded based upon connection to underground structures:
I. Water piping: white.
2. Foreign structures: red.
3. Steel casings: yellow.
C. All terminal boards shall be wired by the installer as shown on the drawings.
2.05 THERMITE WELD EQUIPMENT
A. Charges and Molds: Weld charges and mold size shall be specified by the manufacturer
for the specific surface configuration. Use only the correct charges for the specific
application. Welding charges and molds shall be Erico, Cadweld or Continental
Industries, Thermoweld.
t
B. Weld Coating: Coating for all welds shall be Kop-Coat as manufactured by Carbolise or
approved equal. Cover coated weld with a plastic weld cap.
PART 3 EXECUTION
3.01 APPLICATIONS
A. Required applications of corrosion control test stations include locations where future
testing is anticipated for the following reasons:
1. Testing to determine the effectiveness of the installed cathodic protection systems
and to allow for startup adjustments.
2. Testing to determine interference effects from and on adjacent or crossing foreign
underground structures.
3. Testing to determine sources and magnitude of stray d-c currents and required
mitigation measures. _
4. Periodic monitoring to determine status of existing cathodic protection systems,
stray current, and foreign line influence.
B. Install test stations at each of the locations scheduled on the drawings. As a minimum,
test stations are required at each of the following locations:
15641
September, 2005 Page 3 of 6
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRANSMISSION PIPELINE FT. WORTH TX TEST STATIONS
1. At all major underground metallic pipeline crossings.
2. At all cased crossings and tunnels (both ends).
3. At all underground isolation flanges.
4. At all anode groundbed locations.
3.02 GENERAL
A. Install test stations at locations indicated on drawings. If a flush mounted test station is
not feasible in a particular location, then an above-grade test station may be used, subject
to approval by the owner or its designated representative.
B. Use continuous test station lead wires without cuts or tears in the insulation.
C. Locate test stations as indicated on drawings, as close to the pipe as possible. If the pipe
is installed under a road, place the test station at the curb for easy access.
D. Attach test lead wires to the pipe by thermite welding.
E. Attach test wires to the pipe prior to backfilling.
F. Use color coded test wires as indicated on the drawings.
G. Wire test station terminal board configurations as shown on the drawings.
H. At foreign pipeline crossing test stations, the owners of the pipeline must be notified and
must give permission before the test leads are connected to their pipeline. The owner
should have a representative present.
3.03 FLUSH-MOUNT TEST STATIONS
A. Install flush-mount test stations as shown on the drawings.
B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to
prevent damage to the leads during backfilling. Additional slack shall be left to allow for
withdrawal of the terminal board a minimum of 18 inches above the top of the precast
concrete traffic box for test purposes.
C. Install flush-mount test stations with permanent copper/copper sulfate reference
electrodes where indicated on the drawings.
1. Install permanent reference electrode approximately 6 inches from the pipe.
2_ Compact native soil by hand around the electrode. The balance of the backfill
shall be select granular backfill material.
3. Saturate the backfilled permanent reference electrode with 5 gallons of water.
15641
September, 2005 Page 4 of 6
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRANSMISSION PIPELINE FT. WORTH,TX TEST STATIONS
E. Set test stations installed outside areas of permanent paving materials in a Portland
cement concrete pad. The concrete pad shall be a minimum of 24 inches square and no
less than 6 inches thick.
3.04 ABOVE-GRADE TEST STATIONS
A_ Install above-grade test stations where a flush mounted test station cannot be located.
Use and location of above-grade test stations shall be approved by the owner or its
designated representative.
B. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for
physical protection.
C. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent
damage to the leads during backfilling.
D. Set test stations in a Portland cement concrete pad. The concrete pad shall be a minimum
of 12 inches in diameter and no less than 2 feet thick.
3.05 TEST LEAD WIRE ATTACHMENT
A. Attach test leads to the pipe by thermite welding directly to the pipe for steel or to an "L"
bracket for PCCP. See Appendix F for Project Drawings.
B. The pipe to which the wires are to be attached shall be clean and dry.
C. When connecting directly to the pipe, use a grinding wheel to remove all coating, mill
scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind the
surface to bright metal.
D_ The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation
removed from each end, exposing clean, oxide-free copper for welding.
E. Using the proper size thermite weld mold as recommended by the manufacturer, place the
wire between the graphite mold and the prepared metal surface. Use a copper sleeve
crimped over the wire for all No. 10 and No. 12 AWG wires.
F. Place the metal disk in the bottom of the mold.
G. Pour the thermite weld charge into the mold. Squeeze the bottom of the cartridge to
spread ignition powder over the charge.
H. Close the mold cover and ignite the starting powder with a flint gun.
I. After the exothermic reaction, remove the thermite weld mold and gently strike the weld
with a hammer to remove the weld slag. Pull on the wire to assure a secure connection.
If the weld is not secure or the wire breaks, repeat the procedure.
J. If the weld is secure, coat all bare metal and weld metal with Kop-Coat. Cover the
coated weld with a plastic weld cap.
'x 15641
September, 2005
4 ` `? Page 5 of 6
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRANSMISSION PIPELINE FT. WORTH, TX TEST STATIONS
001► 3.06 POST INSTALLATION BACKFILLING OF TEST STATION - LEAD WIRES.
A. Protect test station wires to prevent damage to the wire insulation and conductor integrity
during backfilling.
B. After completion of the backfilling of the test wires to the pipe, verify the connection by
measuring and recording a pipe-to-soil potential.
C. Replace any test wire found to have a high resistance connection.
END OF SECTION
15641
September,2005 Page 6 of 6
SECTION 15642
MAGNESIUM ANODE CATHODIC PROTECTION SYSTEM
PART 1 GENERAL
1.01 SECTION INCLUDES
Requirements for magnesium anodes to cathodically protect prestressed concrete cylinder
pipe (AWWA C-301) and dielectrically coated steel pipe.
A. Work performed under this specification shall consist of providing all supervision, labor,
equipment and materials as well as providing all operations necessary to install and test
the required cathodic protection system components for the exterior surfaces of the 72"
Eagle Mountain Raw Water Transmission Pipeline. The work shall be performed in
accordance with the provisions of the specifications, applicable plans, codes and
standards, and subject to other terms and conditions for the project.
B. Cathodic protection components shall be as shown on the project drawings for the 72"
Eagle Mountain Raw Water Transmission Pipeline. The cathodic protection system shall
include but not be limited to the following:
1. Materials and installation.
2. Post-installation survey.
3. Final Report
C. Applications: Required applications of cathodic protection include buried water piping
and appurtenances. References to concrete cylinder pipe shall be interpreted as
prestressed concrete cylinder pipe(AWWA Type C-301).
1.02 REFERENCES
A. NEC 70 - National Electrical Code
B. NACE RP-0169-96 - Recommended Practice, Control of External Corrosion on
Underground or Submerged Metallic Piping Systems.
C. UL 83 — Thermoplastic-Insulated Wires.
D. UL 486A—Wire Connectors and Soldering Lugs for Use With Copper Conductors.
1.03 QUALITY CONTROL
A. Installer Qualifications: Cathodic protection installer shall have a minimum of 5 years of
documented experience in the type of cathodic protection work required for the project.
15642
September,2005 Page 1 of 8
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRANSMISSION PIPELINE FT. ::'ORTH TX MAGNESIUM ANODES
B. Cathodic Protection Tester: Cathodic protection tester shall provide instructions for
installation of anodes, field splices, and thermite welding_ All testing shall be completed
by a NACE International certified corrosion technologist.
C. All materials, fabrication and installations are subject to inspection and testing by the
owner or its designated representative.
E. The drawings for the cathodic protection system are diagrammatic and shall not be scaled
for exact locations unless scales are explicitly stated on the specific drawing. Field
conditions, non-interference with other utilities or mechanical and structural features
shall determine exact locations. Contractor shall note other existing utilities in the area.
Care shall be taken during excavation not to damage these utilities_ Any damaged
utilities shall be repaired to the satisfaction of the owner at the Contractor's expense.
PART 2 ANODES
2.01 SACRIFICIAL ANODES - MAGNESIUM
A. Magnesium Anodes: 32-pound elongated, prepackaged, high potential magnesium anodes
shall be used. The metallurgical composition of the magnesium anodes shall be as
follows:
Element Percent Composition
Aluminum 0.01 Maximum
Manganese 0.50 to 1.3
Oil, Copper 0.02 Maximum
Nickel 0.001 Maximum
Iron 0.03 Maximum
Other- (each) 0.05 Maximum
Other- (total) 0.30 Maximum
Magnesium Balance
B. Magnesium Anode Current Capacity: Magnesium anodes shall have a current capacity of
no less than 500 amp-hours per pound of magnesium.
C. Anode Backfill Material: Chemical backfill material shall be used around all galvanic
anodes installed. Backfill shall provide for a reduced contact resistance to earth, provide
for a uniform environment surrounding the anode, retain moisture around the anode, and
prevent passivation of the anode.
1. All galvanic anodes shall come prepackaged in a backfill material conforming to
the following composition:
a. Ground hydrated gypsum: 75 percent
b. Powdered bentonite: 20 percent
C. Anhydrous sodium sulfate: 5 percent.
2. The backfill shall have a grain size such that 100 percent is capable of passing
through a 20-mesh screen and 50 percent is retained by a 100-mesh screen.
3. The backfill mixture shall completely surround the anode within a cotton bag.
15642
September,2005 Page 2 of 8
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRANSMISSION PIPELINE FT. WORTH, TX MAGNESIUM ANODES
4. For standard cast magnesium ingots, the weight of backfill required shall be as
follows:
Anode Weight Backfill Weight Total Weight
(Pounds) (Pounds) Pounds
32 58 90
D. Anode Lead Wires:
1. The standard lead wire for a magnesium anode shall be a 20-foot length of No. 12
AWG solid copper wire with type TW insulation.
E. Lead Wire Connection to Magnesium Anode:
1. Magnesium anodes shall be cast with a galvanized steel core with the weight of the
core not to exceed 0.10 pounds per linear foot.
2. One end of the anode shall be recessed to expose the core for the lead wire
connection.
3. The lead wire shall be silver-soldered to the core and the connection fully insulated
by filling the recess with an electrical potting compound.
2.02 SPLICING TAPE
00ft Tape used for taping anode lead wire to anode header cable connections shall be Scotch
88 vinyl electrical tape and Scotch 130C rubber splicing tape, as manufactured by Scotch,
3M, or approved equal. Taped splices shall be covered with a coating of Scotchkote
electrical coating.
2.03 CRIMPING LUGS
Crimping lugs used to connect the anode lead wire to anode header cable shall be copper
compression crimpit Catalog No. YClOC10 as manufactured by Burndy or approved
equal.
2.04 ANODE HEADER CABLE
Anode header cables routed between the anode groundbed and the test stations shall be
410 AWG stranded copper conductors with type HMWPE insulation (Black).
2.05 TEST STATIONS
A. The test stations shall be seven terminal, flush-to-grade, type NM-7 with cast iron
lockable lid as manufactured by C. P. Test Services or approved equal.
B. If the area is not paved, the test station shall be installed in a 6" x 24" x 24" square
concrete pad.
15642
September, 2005 Page 3 of 8
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRANSMISSION PIPELINE F f. WORTH, TX MAGNESIUM ANODES
2.06 SHUNT
A. Monitoring shunt shall be a 0.01-ohm Type RS shunt as manufactured by Holloway or
approved equal.
B. Two shunts are required in each magnesium anode groundbed test station.
2.07 TEST LEAD WIRE
A. Test station lead wires shall be #12 AWG stranded copper cable with type THW
insulation (white).
2.08 PERMANENT REFERENCE ELECTRODE.
A. The permanent reference electrode shall be a copper/copper sulfate Permacell as
manufactured by Corrpro Companies or approved equal.
B. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper
wire with blue HMWPE insulation of suitable length to attach to the terminal board of the
test station.
C. The permanent reference electrode shall have a minimum design life of 15 years and a
AW stability of 5 millivolts under a 3.0 microamp load.
2.09 THERMITE WELD EQUIPMENT
Materials required for thermite welding and coating of the welds are described in the
following sections.
A. Charges and Molds: Weld charges and mold size shall be as specified by the
manufacturer for the specific surface configuration. Care shall be taken during
installation to be sure correct charges are used. Welding charges and molds shall be the
product of a manufacturer regularly engaged in the production of such materials.
B. Weld Coating: Coating for all welds shall be Kop-Coat as manufactured by Carboline or
approved equal. The coated weld shall be covered with a plastic weld cap.
PART 3 CATHODIC PROTECTION SYSTEM INSTALLATION
3.01 INSTALLATION OF SACRIFICIAL ANODES
A. Number of Anodes and Location shall be as indicated on the test station schedule on the
project drawings.
Ab,
15642
September,2005 Page 4 of 8
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRAINQ1:4ISSION PIPELINE r r. WORTH, Tx MAGNESIUM ANODES
B. Placement: Each anode shall be installed vertically in an 10 inch diameter by 10 foot
deep hole as shown on the project drawings. Centerline of the anode shall be a minimum
of 10 feet from the centerline of the pipe. Anodes shall be installed within the pipeline
right-of-way as far away from the waterline as possible.
C. Anodes shall be installed on l 0-foot centers.
D. Augured Hole: The hole diameter shall easily accommodate the anode.
E. Backfilling: After the hole is augured, the packaged anode shall be lowered into the hole
and the soil shall be firmly tamped around the package so that it is in intimate contact
with the package.
F. Anode Lead Wire: Lead wires from the anodes shall be run underground at a minimum
depth of 24 inches. Each anode lead wire shall be connected to an anode header cable as
indicated on the project drawings.
G. Handling: Anodes shall be handled in a manner that will avoid damaging anode materials
and wire connections.
3.02 INSTALLATION OF PERMANENT REFERENCE ELECTRODE
A. Location: One permanent copper/copper sulfate reference electrode shall be installed at
each anode groundbed test station and at each isolating flange test station. The permanent
reference electrode shall be within 6" of the pipe at pipe depth. The permanent reference
electrode shall be prepared and installed in strict accordance with the manufacturers
recommendations
B. Placement: The permanent reference electrode shall be placed in the same ditch with the
waterline and carefully covered with the same soil as the pipeline backfill.
C. Lead Wire: The permanent reference electrode lead wire shall be protected during
backfill operations and routed to the test station along with the waterline test leads and
anode ground bed cables.
3.03 INSTALLATION OF WIRE AND CABLE
A. Depth: All underground wire and cable shall be installed at a minimum of 24 inches
below final grade with a minimum separation of 6 inches from other underground
structures.
B. Anode Header Cable: Each anode lead wire shall be connected to a #10 AWG/HMWPE
header cable which shall be routed into a flush-to-grade test station.
C. Anode Lead Wire to Header Cable Connection: Each anode lead wire to header cable
connection shall be made using a copper compression connector. Each connection shall
�. be taped using rubber tape, vinyl tape and coated wi hkote electrical coating as
shown on the project drawings.
i ;$I�� 15642
September, 2005 v U 7 Page 5 of 8
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRANSMISSION PIPELINE Ff. WORTH, TX 11.1AIAGNESIUM ANODES
f D. Anode Connection-To-Pipeline: Each group of ten (10) anodes shall be connected to the
pipeline through a test station. Each group of ten anodes will be divided into two groups
of five (5) anodes. Each group having it's own header cable routed to the test station. A
0.01 ohm shunt shall be used to connect each anode header cable to the pipeline as shown
on the project drawings.
E. A 3" wide yellow non-detectable warning tape labeled "Cathodic Protection Cable
Buried Below" shall be buried at a depth of 18" below the surface and along the length of
all cathodic protection cable trenches.
3.04 TEST LEAD WIRE ATTACHMENT
A. Test lead cables shall be attached to the pipe by thermite welding.
B. The pipe to which the wires are to be attached shall be clean and dry.
C. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt
from the tank over an area approximately 3 inches square. The surface shall be cleaned
to bright metal.
D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation
removed from each end, exposing clean, oxide-free copper for welding.
E. Using the proper size thermite weld mold as recommended by the manufacturer, the wire
shall be placed between the graphite mold and the prepared metal surface. All wires No.
12 AWG size shall use a copper sleeve crimped over the wire.
F. The metal disk shall be placed in the bottom of the mold.
G. The cap from the weld charge container shall be removed and the contents poured into
the mold. Squeeze the bottom of the weld charge container to spread ignition powder
over the charge.
H. Close the mold cover and ignite the starting powder with a flint gun. The mold should be
held firmly in place until all of the charge has burned and the weld has cooled slightly.
I. Remove the thermite weld mold and gently strike the weld with a hammer to remove the
weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the
wire breaks, repeat the procedure.
J. If the weld is secure, coat all bare metal and weld metal with Kop-Coat_ The coated weld
shall be covered with a plastic weld cap.
15642
September,2005 Page 6 of 8
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRANSMISSION PIPELINE FT. WORTH TX MAGNESIUM ANODES
3.05 FLUSH-TO-GRADE TEST STATIONS
A. Flush-to-grade test stations shall be installed as shown on the drawings. Test stations
shall be installed in a 6" x 24" x 24" square concrete pad.
B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to
prevent damage to the leads during backfilling. Additional slack shall be left to allow for
withdrawal of the terminal board a minimum of 12" above the top of the concrete pad for
test purposes.
3.06 POST INSTALLATION BACKFILLING OF CABLES
A. General: During the backfilling operation, cables shall be protected to prevent damage to
the wire insulation and conductor integrity.
3.07 POST INSTALLATION TESTING OF THE CATHODIC PROTECTION
SYSTEMS
A. General: As soon as possible after the cathodic protection equipment has been installed,
the system shall be inspected, energized and adjusted.
B. System Commissioning: The commissioning of the cathodic protection system shall be
performed by a corrosion engineer hired by the contractor to achieve compliance with the
referenced corrosion control standards set forth by NACE International and/or AWWA.
C. Method: The Corrosion Engineer shall:
1. Measure native state structure-to-soil potentials along the waterline using the
permanent reference electrodes at each anode groundbed test station prior to
energizing the cathodic protection system.
2. Energize the cathodic protection system by connecting each magnesium anode
groundbed to the pipeline leads in the test station junction box. Record each anode
groundbed current using the 0.01-ohm shunt.
3. Allow 2 weeks for the pipeline to polarize.
4. Adjust, if necessary, the cathodic protection current output in each anode test station
to satisfy the criteria of a minimum of 100 millivolts of polarization or an "Instant
Off' potential at least as negative as -850 millivolts CSE.
6. Record all final current outputs measured at each test station.
7. Verify that all electrical isolation devices are operating properly including flange
isolators, and casing spacers.
8. Verify that interference does not exist with foreign structures. Perform joint tests
with owners of the foreign structure and mitigate any interference detected. Foreign
line test stations have been provided to facilitate the interference testing and
installation of any necessary resistance bonds. It is the corrosion engineers
responsibility to coordinate the interference testing with the owners of foreign
structures_
15642
September,2005 Page 7 of 8
72" EAGLE MOUNTAIN RAW WATER CORROSION CONTROL
TRANSMISSION PIPELINE Ff. WORTH TX MAGNESIUM ANODES
D. Verification and Responsibilities
1. Contractor shall correct, at his expense, any deficiencies in materials or installation
procedures discovered during the post-installation inspection.
2. Corrosion Engineer shall provide written documentation of any deficiencies
discovered during the post installation inspection.
E. Equipment: All cathodic protection testing instruments shall be in proper working order
and calibrated according to factory specifications.
F. Report: The results of all commissioning procedures along with documentation of anode
groundbed current outputs, pipe-to-soil potentials, results of interference testing, results
of insulated joint tests and as built drawings shall be compiled in a final report and
furnished to the owner along with operating and maintenance instructions.
END OF SECTION
15642
September, 2005 Page 8 of 8
I�
PART F
06W PERFORMANCE BOND #PRF8792921
STATE OF TEXAS §
COUNTY OF TARRANT §
KNOW ALL MEN BY THESE PRESENTS That we (1) Oscar Renda Contracting, Inc.
, a (2) Corporation , of Roanoke, Texas
Fidelity and Deposit Company of Maryland
hereinafter called Principal, and (3) Colonial American Casualty and Surety Company
a corporation organized and existing under the laws of the State and fully authorized to transact business
in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal
corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the
penal sum of:
Seven Million One Hundred Forty Four Thousand Six Hundred and Twenty Five Dollars
($ 7,144,625. ) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County,
Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs,
executors, administrators, and successors,jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a
certain contract with the City of Fort Worth, the Owner, dated the it day of &i A.D.,
Z UU(o , a copy of which is hereto attached and made a part hereof, for the construction of:
Eagle Mountain 72"Raw Water Transmission Pipeline
designated as Project No. (s) P164-060164052005, a copy of which contract is hereby attached, referred
to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and
construction being hereinafter referred to as the "work".
0011,
NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform the work in
accordance with the plans, specifications, and contract documents during the original term thereof, and
any extension thereof which may be granted by the Owner, with or without notice to the Surety, and he
shall satisfy all claims and demands incurred under the contract, and shall fully indemnify and save
harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and
shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good
any default, then this obligation shall be void, otherwise to remain in full force and effect.
PROVIDED, FURTHER that if any legal action be filed upon this bond, venue shall lie in
Tarrant County, State of Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no charge, extension of time, alteration or addition to the terms of the contract or to the work
to be performed thereunder, or the specifications accompanying the same shall in any way affect its
obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration
or addition to the terms of the contract or to the work or to the specifications.
Aw
IN WITNESS WHEREOF, this instrument is executed in eight counterparts each one of which
shall be deemed an original, this the day of_41 I , A.D., 2006.
Oscar Renda Contracting, Inc.
ATTEST: PRINCIPAL (4)
BY: Zr _
(Princ p ) See�eEary4'ss�rl.forru� `
(S AL)
522 Benson Lane, Roanoke, Texas
(Address) 76262
Witness as to Principal
Address Fidelity and Deposit Company o Maryland
Colonial Ameri�n � alty and u ty Company
ure
ATTEST: BY:
Ott,
(Attorney-in-fact) (5)Dianne E. Gass
(Surety) p Witness 8235 Douglas Ave. , Suite 828
Dallas, Te4Addrf§ 5
(SEAL) NOTE: Date of Bond must not be prior to
date of Contract
(1) Correct Name of Contractor
(2) A Corporation, a Partnership or an
Individual, as the case may be
Witness as to Surety (3) Correct name of Surety
(4) If Contractor is Partnership, all Partners
should execute Bond
(Address) (5) A True copy of Power of Attorney shall
be attached to Bond by Attorney-in-fact
..�
..-
.. •,,�
- .�.�
.:
y �'.
Power of Attorney
opb� FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland,by FRANK E.
MARTIN JR.,Vice President, and GREGORY E.MURRAY,Assistant Secretar i u thority granted by
Article V1, Section 2,of the By-Laws of said Companies, which are se t e r se s f and are hereby
certified to be in full force and effect on the date hereof, do co d ohn L.MONDICS,
Arnim I.GERSTENMEIER and Dianne E.G e Q and lawful agent and Attorney-m-
Fact,to make,execute, seal and deliver ° 1 alf act and deed: any and all bonds and
undertakings,EXCEPT b ds to nde t to s,Community Survivors and Community
Guardians. and th o c bs gs in pursuance of these presents, shall be as binding upon said
Companies,as fully g purposes,as if they had been duly executed and acknowledged by the
regularly elected off ® C ny at its office in Baltimore,Md., in their own proper persons.
The said Assistant Zire ry does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2,of the By-Laws of said Companies,and is now in force.
IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY,this 25th day of August,A.D. 2004.
ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
�4� O AYA V
SEAL
hook
By.
Gregory E. Murray Assistant Secretary Frank E. Martin Jr. vice President
State of Maryland
ss..
City of Baltimore
On this 25th day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals
affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
R.H,�YOFZ
.u�ur
Dennis R. Harden Notary Public
My Commission Expires: February 1, 2009
POA-F 168-0055
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2.The Chairman of the Board,or the President,or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President,or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power,by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages....and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of
Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who
executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors
to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY at a meeting duly called and held on the 5th day of May, 1994.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this j day of ADrd l Q
Assistant Secretary
r FJcnnr C�!(ice :1� I; J;cs ici I;n ul liuluiuurc. NIL)
Ji O
MPORT_ANT NOTICE
To obtain information or ivake a complaint:
You may, call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and
Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for
information or to make a complaint at:
1-800-654-5155
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights, or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P.O.Boz 149104
Austin, TX 78714-9104
FAX# (512) 475-1771
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or
about a claim, you should first contact Fidelity,and Deposit Company of Maryland or Colonial
American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO FOUR POLICY: This notice is for information only and does
not become a part or condition of the attached document
PAYMENT BOND #PRF8792921
STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL MEN BY THESE PRESENTS, That we (1) Oscar Renda Contracting, Inc.
(2) Corporation of Roanoke, Texas ,-hereinafter
Fidelity and Deposit Company of Maryland
called Principal, and (3)Coni a 7 AmPri r an Casual t.y and Surety_ Company
a corporation organized and existing under the laws of the State and fully authorized to transact business
in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal
corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and
unto all persons, firms, and corporations who may furnish materials, for or perform labor upon the
building or improvements hereinafter referred to in the penal sum of:
Seven Million One Hundred Forty Four Thousand Six Hundred and Twenty Five Dollars
$ 7,144,625. ) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant
County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our
heirs, executors, administrators, and successors,jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a
Contract with the City or Fort Worth, the Owner, dated the /1 day of_Apr j
A.D. Z oq , a copy of which is hereto attached and made a part hereof, for the construction of:
Eagle Mountain 72" Raw Water Transmission Pipeline
designated as Project No. (s) P164-060164052005, a copy of which contract is hereby attached, referred
to, and made a part hereof as fully and to the same claimants supplying labor and material in the
prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and
all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the
Revised Civil Statues.
PROVIDED FURTHER that if any legal action be filed upon this bond, venue shall lie in Tarrant
County, State of Texas, that said Surety, for value received, hereby stipulates and agrees that no charge,
extension of time, alteration or addition to the terms extent as if copied at length herein, such project and
construction being hereafter referred to as the "work".
NOW, THEREFORE, the condition of this obligation is such that, if the Principal shall promptly
make a payment to all claimants as defined in Article 5160, Revised Civil Statues of Texas, supplying
labor and materials in the prosecution of the work provided for in said Contract, then this obligation
shall be null and void; otherwise it shall remain in full force and effect.
THIS BOND IS MADE AND ENTERED into solely for the protection of all of the contract or to
the work to be performed thereunder or the specifications accompanying the same shall in any way affect
its obligation on this bond, and it does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the contract or to the work or to the specifications.
PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall
abridge the right of any beneficiary hereunder whose claim may be unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in eight counterparts each one of which
shall be deemed an original, this the f/ day of f{a, , A.D., 2006.
Oscar Renda Contracting, Inc.
ATTEST: jPRINCIPAL (4)
BY:'
_ 522 Benson Lane
(Principa� Roanoke, Texas 76262
(SEAL) (Address)
Witness as to Principal
Fidelity and Dep
it Company of Maryland
Address Colonial American Ca alty and ty Company
urety
ATTEST: BY: ��
(Attorney-in-fact) (5) Dianne E. Gass
1
8235 Douglas Ave. , Suite 828
(Surety) Witness (Address)
(SEAL) Dallas, Texas 75225
NOTE: Date of Bond must not be prior to
date of Contract
(1) Correct Name of Contractor
(2) A Corporation, a Partnership or ar,
Witness as to Surety Individual, as the case may be
(3) Correct name of Surety
8235 Douglas Ave. , Suite 828 (4) If Contractor is Partnership, all Partners
(Address) should execute Bond
Dallas, Texas 75225 (5) A True copy of Power of Attorney shall
be attached to Bond by Attorney-in-fact
I �
- � � �
'�
f�
r�
i
�,t
ii
.:�
y.
� �. J
%. __ �.
Power of Attorney
Apb, FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S aryland,by FRANK E.
MARTIN JR.,Vice President,and GREGORY E. MURRAY,Assistant Secreta i u 9@ thority granted by
Article Vl, Section 2,of the By-Laws of said Companies,which are se t e r se si f and are hereby
certified to be in full force and effect on the date hereof,do co d ohn L.MONDICS,
Arnim I.GERSTENMEIER and Dianne E.G e a and lawful agent and Attorney-in-
Fact,to make,execute, seal and deliver ° i alf i act and deed: any and all bonds and
undertakings,EXCEPT b gds 4 nde t to s,Community Survivors and Community
Guardians. and th o c b s gs in pursuance of these presents,shall be as binding upon said
Companies,as fully 1 purposes,as if they had been duly executed and acknowledged by the
regularly elected off CdFh ny at its office in Baltimore,Md., in their own proper persons.
The said Assistant 8ebre does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2,of the By-Laws of said Companies,and is now in force.
IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY,this 25th day of August,A.D. 2004.
ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
'gyp D Po zs
Y
r ° ; SEAL _
wig e
Gregory E. Murray Assistant Secretary Frank E. Martin Jr. Vice President
State of Maryland1 ss:
City of Baltimore f
On this 25th day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals
affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
x.re�aw.+
!03R,o,s-°
Dennis R. Hayden Notapy Public
My Commission Expires: February 1,2009
00,11
POA-F 168-0055
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board,or the President,or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power,by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-.Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages....and to affix the seal of the Company thereto."
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
"Article VI, Section 2.The Chairman of the Board,or the President, or any Executive Vice-President,or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power,by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of
Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who
executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors
to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY at a meeting duly called and held on the 5th day of May, 1994.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this day of A A Z ou
Assistant Secretary
-IIlaJ ,s
�Q FJnmrCtlfice _<<11( }�cswi�t, latiil llalutuurc. tvlJ _'ILII
c�2
LM-PORT-A-NT NOT]
To obtain information or matte a complaint:
You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and
Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for
information or to make a complaint at:
1-500-654-5155
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights, or complaints at:
1-500-252-3439
You may write the Texas Department of Insurance:
P.O.Sox 149104
Austin, TX 78714-9104
FAX# (512) 475-1771
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or
about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial
American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does
not become a part or condition of the attached document.
MAINTENANCE BOND
/` #PRF8792921
THE STATE OF TEXAS 3
COUNTY OF TARRANT 3
KNOW ALL MEN BY THESE PRESENTS: That we (1) Oscar Renda Contracting, Inc.
as Principal, acting herein by and through (2) Corporation
(3 5,idelity and Deposit Company of Maryland
its duly authorized V u,e Pr{i�cl�+ and
Colonial Amer' an Cas alty and Surety Company
a corporation organized and existing under the laws of the State of Mar an as
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 of the State of
Texas, at Fort Worth, in Tarrant County, Texas, the sum of:
St V" M11Jg .OV N� wAA r 4-FC.�/1A A; t1fy h,44d(Q F.t Dollars ($ -7 Nq 4,Z-S-- ), lawful
money of the United States, for the payment of which sum well and truly be made unto said City
of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their
heirs, executors, administrators, and assigns and successors,jointly and severally.
This obligation is conditioned, however; that,
WHEREAS, the Principal has entered into a certain contract with the City of Fort Worth,
the Owner, dated Aa,il 11,..Zo6to for the performance of the following described
public work and the construction of the following described public improvements:
Eagle Mountain 72" Raw Water Transmission Pipeline
all of the same being referred to herein and in said contract as the Work and being designated as
Project No.(s)P 164-060164052005; and said contract, including all of the specifications,
conditions and written instruments referred to therein as contract documents being hereby
incorporated herein by reference for all purposes and made a part hereof, the same as if set out
verbatim herein; 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 the period
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 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 Water Department of
the City of Fort Worth, it is necessary; and,
WHEREAS, said Contractor binds itself, upon receiving notice of the need thereof to
repair or reconstruct said work as herein provided.
NOW THEREFORE, if said Contractor shall keep 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 remain in
full force and effect, and said City shall have and recover from the said Contractor and its surety
damages in the premises as prescribed by said contract.
This obligation shall be continuing one and successive recoveries may be had hereon for
successive breaches until the full amount hereof is exhausted.
WHEREAS, all parties covenant and agree that if any legal action be filed upon this
bond, venue shall lie in Tarrant County, Texas; and,
IN WITNESS WHEREOF, this instrument is executed in Six counterparts,
each one of which shall be deemed an original, dated_Aad //. 20o u
Oscar Renda Contracting, Inc.
ATTEST: PRINCIPAL (4)
BY:
(Principl522 Benson Lane
Roanoke, Texas 76262
(S E A L) (Address)
Witness as to Principal
Fidelity and Deposit Company of Maryland
Colonial American C sualty and Surety Company
Address rety
ATTEST: By:
�
Attorne -in-fact( y ) (5) Dianne E. Gass
8235 Douglas Ave. , Suite 828
(Surety) ztr�K W ss (Address)
Dallas, Texas 75225
(S E A L) NOTE:Date of Bond must not be prior to
date of Contract
(1) Correct Name of Contractor
(2) A Corporation, a Partnership or an
Individual, as the case maybe
Witness as to Surety (3) Correct Name or Surety
(4) If Contractor is Partnership, all
8235 Douglas Ave. , Suite 828 Partners should execute Bond
(Address) (5) A True copy of Power of Attorney
Dallas, Texas 75225 shall be attached to Bond by
Attorney-in-fact
Power of Attorney
JOW FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the S - ZZaryland,by FRANK E.
MARTIN JR.,Vice President,and GREGORY E. MURRAY,Assistant Secretar i u thority granted by
Article VI,Section 2,of the By-Laws of said Companies, which are se t e se si f and are hereby
certified to be in full force and effect on the date hereof,doco d ohn L.MONDICS,
Arnim I.GERSTENMEIER and Dianne E.G 42111- e4 and lawful agent and Attorney-in-
Fact,to make,execute,seal and deliver r alfact and deed: any and all bonds and
undertakings,EXCEPT b dsl@ nde t to s,Community Survivors and Community
Guardians. and th o c b s gs in pursuance of these presents, shall be as binding upon said
Companies, as fully purposes,as if they had been duly executed and acknowledged by the
regularly elected off Cdr ny at its office in Baltimore, Md., in their own proper persons.
The said Assistant Zre does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2,of the By-Laws of said Companies,and is now in force.
IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY,this 25th day of August,A.D. 2004.
ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
'gyp ID)LP0s'v t
4r° SEAL
By:
Gregory E. Murray Assistant Secretary Frank E. Martin Jr. Vice President
State of Maryland
ss..
City of Baltimore
On this 25th day of August, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals
affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
�a�5 R.HYO
.un.e
Dennis R. Hayden Notary Public
My Commission Expires: February 1, 2009
POA-F 168-0055
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
_ftp.�.
"Article VI, Section 2.The Chairman of the Board, or the President,or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
"Article VI, Section 2.The Chairman of the Board,or the President, or any Executive Vice-President,or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power,by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of
Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who
executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors
to appoint any Attomey-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY at a meeting duly called and held on the 5th day of May, 1994.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this ` day of A p f y I Z0Q --.
l
Assistant Secretary
' �1
r -
Q l�j�ll � �li�`� L)�-� , ;11 ��I11�1!iil ?S
� }-inmr ��llice :t�11i�1_c:,wcc1. i:r<��i lialuaurc. h4� _.�Il
LNIP'ORT 4NT NOTICE
To obtain information or nuke a complaint:
You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and
Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for
information or to make a complaint at;
1-800-654-5155
You may, contact the Texas Department of Insurance to obtain information on companies,
coverages, rights, or complaints at:
r
1-800-25-3439
You may write the Texas Department of Insurance:
P.Q.Sox 149104
Austin, TX 78714-9104
FAX# ($12) 475-1771
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning the premium or
about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial
American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does
not become apart or condition of the attached document.
opmh'
/p",
PART G
City of Fort Worth
Eagle Mountain Raw Water Transmission Pipeline
CERTIFICATE OF INSURANCE
(INSERT STANDARD ACORD FORM)
.►
Part F-Insurance F-1 3/14/06
ACORDD lDD/
,,,, CERTIFICATE OF LIABILITY INSURANCE
3/27//27/200606
PRODUCER FAX (817)737-4947 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
S Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
nk Siddons Ins. Fort Worth ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
4021 Hwy 377 South
Fort Worth TX 76116 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: Zurich Insurance
Oscar Renda Contracting, Inc. INSURER B: Great American Insurance
522 Benson Lane INSURERC Hanover Insurance Compan
INSURER D
Roanoke TX 762626397 INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY
REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION
LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE(MM/DD/YY) DATE(MM/DD/YY) LIMITS
A GENERAL LIABILITY EACH OCCURRENCE E 1,000,000
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED 300 000
PREMISES Ea occurrence =
CLAIMS MADE FX OCCUR MED EXP An one person $ 5,000
PERSONAL 8 ADV INJURY $ 1,000,000
CPO 5916936-00 11/01/2005 11/01/2006 GENERAL AGGREGATE $ 2,000,000
GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000
7X POLICY X PROT LOC
A AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT = 1,000,000
X ANY AUTO (Ea accident)
ALL OWNED AUTOS BODILY INJURY =
SCHEDULED AUTOS (Par person)
X HIREDAUTOS BODILY INJURY $
X NON-0WNEDAUTOS
(Per acddenQ
BAP 5916935-00 11/01/2005 11/01/2006 PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY AUTO ONLY EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
B EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE 5 10,000,000
X OCCUR F-I CLAIMS MADE AGGREGATE S 10,000,000
S
DEDUCTIBLE $
X RETENTION $10,000 E
A WORKERS COMPENSATION ANDY TORY LIAMITS OER
EMPLOYERS'LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT E 1,000,000
OFFICER/MEMBEREXCLUDED? WC 5916937-00 11/01/2005 11/01/2006 E.L.DISEASE-EA EMPLOYEE E 1,000,000
If yes,describe under
SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000
C OTHER Contractor's IHD8163047 11/01/2005 11/01/2006 All Risk Subject to policy
Equipment limitations & exclusions,
esductibles are various.
DESCRIPTION OF OPERATK)NS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Additional Insured in favor or Certificate Holder, its officers, employees, and servants as respects General
Liability, Automobile Liability and Workers Compensation. Additonal Insured in favor of Ki-ley-Horn and Associates,
Inc., Tarrant Reginal Water District, and Freese and Nichols, Inc as respects General Liability and Automobile
Liability. Waiver of Subrogation in favor of Certificate Holder as respects Workers Compensation.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Fort Worth EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
1000 Throckmorton Street 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT
Fort Worth, TX 76102 FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
INSURER,ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
Steven Siddons/BILLY
ACORD 25(2001108) aACORD CORPORATION 1988
Iucn,jR,-, ,— A\AC VUP UM.—C,J,li— I— /Rnn%1A77-n1,eR P—1,41
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.
Oscar Renda Contracting, Inc.
Contractor
Name: Frank Renda
Title: Vice President
Date: 3-30-06
STATE OF TEXAS
COUNTY OF TARRANT
BEFORE ME, the undersigned authority, on this day personally appeared
Frank Renda , 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 nsrar RPnda Contracting- Inr- the
purposes and consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this_'�a day of
2006.
+o; ELVA MARTINEZ
Notary Public,State of Texas No ary Public in and or the of Texas
MV Commission Expires
February 24, 2010
F-2
VENDOR COMPLIANCE TO STATE LAW
t
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 (give state), 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 vendors in (give state), or principal place of business, are not
required to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas. ]
BIDDER:
Oscar Renda Contracting, Inc. By: Frank Renda
Company (please print)
522 Benson Lane Signature:
Roanoke, TX 76262 Title: Vice Pr sident
City State Zip
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
F-3
PART G - CONTRACT
THE STATE OF TEXAS
COUNTY OF TARRANT
THIS CONTRACT, made and entered into the I I day of Zoo to
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 Oscar Renda Contracting of the City of
Roanoke , County of Denton 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
Eagle Mountain 72" Raw Water Transmission Pipeline
Project No. P164-060164052005
ASW 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.
The 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.
AWhh
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 Fir
By:
Mark Ott, ss' tant City nager _
Contra A th r ' zatioa _
ATTEST:
Date
Marty Hendrix, C Secretary
(SEAL)
WITNESS:
AW
Oscar Renda Contracting
522 Benson Lane
Roanoke, TX 76262
(Contracto )
By:
Title: Vice President
Approved for F rt Worth City Water Department:
S. Frank Crumb, Director Water Department
Approved as t Form and Legality:
G-2 � v �:
_ I