HomeMy WebLinkAboutContract 53038CITY SECRETARY
...... ('.~·~:\rTNO. 53D3g
ORTH
SMALL DIAMETER WATER MAIN EXTENSIONS, REPLACEMENTS
& RELOCATIONS CONTRACT 2019
City Project No. 102197
r ;
,
.
.
*-·---,,.-
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FoRTWoujj
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
Betsy Price
Mayor
City Project No. 102197
Chris Harder
Water Director
Prepared for
The City of ]Fort Worth
WATER DEPARTMENT
2019
David Cooke
City Manager
I
I
APPROVED
APPROVED
CITY OF FORT WORTH, TEXAS
WA, TER DEPARTMENT
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS L&
RELOCATIONS CONTRACT 2019
City Project No. 102197
CMRIS HARDER
DIRECTOR
WATER DEPARTMENT
2019
CHRI.S HARDER, P.E., ASSISTANT DIRECTOR, WATER DEPARTMENT
TONYSITOLOLA, PE:, ENGINEERING MANAGER, WATER DEPARTMENT
4
F RECOMMENDED DATA'
City of Fort Worth
Standard Construction specification
Documents
Adopted September 2011
00 00 00 - 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
0005 10
Mayor and Council Communication
0005 15
Addenda
00 11 13
Invitation to Bidders
0021 13
Instructions to Bidders
0035 13
Conflict of Interest Affidavit
00 41 00
Bid Form
00 42 43
Proposal Form Unit Price
0043 13
Bid Bond
0043 37
Vendor Compliance to State Law Nonresident Bidder
0045 11
Bidders Prequalifications
0045 12
Prequalification Statement
0045 13
Bidder Prequalification Application
00 45 26
Contractor Compliance with Workers' Compensation Law
00 45 40
Minority Business Enterprise Goal
00 45 41
Small Business Enterprise Goal
00 52 43
Agreement
0061 13
Performance Bond
0061 14
Payment Bond
0061 19
Maintenance Bond
00 61 25
Certificate of Insurance
00 72 00
General Conditions
007300
Supplementary Conditions
Division 01 - General Requirements
01 11 00
Summary of Work
01 25 00
Substitution Procedures
01 31 19
Preconstruction Meeting
0132 16
Construction Progress Schedule
01 32 33
Preconstruction Video
0133 00
Submittals
01 35 13
Special Project Procedures
01 45 23
Testing and Inspection Services
01 5000
Temporary Facilities and Controls
01 5526
Street Use Permit and Modifications to Traffic Control
01 57 13
Storm Water Pollution Prevention Plan
01 58 13
Temporary Project Signage
01 6000
Product Requirements
01 6600
Product Storage and Handling Requirements
01 70 00
Mobilization and Remobilization
01 7123
Construction Staking and Survey
01 74 23
Cleaning
01 77 19
Closeout Requirements
01 78 23
Operation and Maintenance Data
01 78 39
Project Record Documents
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 2, 2016
Page I of 4
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
000000-2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 4
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 02 - Existing Conditions
0241 14 Utility Removal/Abandonment
Division 32 - Exterior Improvements
3201 17
Permanent Asphalt Paving Repair
3201 18
Temporary Asphalt Paving Repair
32 17 23
Pavement Markings
3231 13
Chain Fences and. Gates
3231 26
Wire Fences and Gates
32 31 29
Wood Fences and Gates
Division 33 -Utilities
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade
33 12 10 Water Services 1-inch to 2-inch
33 12 11 Large Water Meters
33 1225 Connection to Existing Water Mains
33 1240 Fire Hydrants
Division 34 - Transportation
3471 13 Traffic Control
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's Buzzsaw site at:
laths://proiegMoint.buzzsaw.com/client/fortes 14hgov/Resources/02%20-
%20_Co_nstruction%2ODocuments/SMcifications
Division 02 - Existing Conditions
0241 15 Paving Removal
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 34 16 Concrete Base Material for Trench Repair
Division 26 - Electrical
None
Division 31- Earthwork
31 37 00 Riprap
Division 32 - Exterior Improvements
32 01 29
Concrete Paving Repair
321123
Flexible Base Courses
32 13 20
Concrete Sidewalks, Driveways and Barrier Free Ramps
32 14 16
Brick Unit Paving
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revised February 2, 2016
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City ProjecL No. 102197
00 00 00 - 3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
32 16 13 Concrete Curb and Gutters and Valley Gutters
3292 13 Hydra -Mulching, Seeding, and Sodding
32 93 43 Trees and Shrubs
Division 33 - Utilities
33 04 30
Temporary Water Services
33 04 40
Cleaning and Acceptance Testing of Water Mains
33 05 10
Utility Trench Excavation, Embedment, and Baekfill
3305 16
Concrete Water Vaults
33 05 20
Auger Boring
33 05 22
Steel Casing Pipe
33 0523
Hand Tunneling
33 0524
Installation of Carrier Pipe in Casing or Tunnel Liner Plate
33 05 26
Utility Markers/Locators
33 0530
Location of Existing Utilities
33 1105
Bolts, Nuts, and Gaskets
33 11 10
Ductile Iron Pipe
33 11 11
Ductile Iron Fittings
33 1112
Polyvinyl Chloride (PVC) Pressure Pipe
33 1220
Resilient Seated Gate Valve
33 1250
Water Sample Stations
Division 34 - Transportation
None
Appendix
GC-4.01
Availability of Lands
GC-4.02
Subsurface and Physical Conditions
GC-4.04
Underground Facilities
GC-4.06
Hazardous Environmental Condition at Site
GC-6.06.1)
Minority and Women Owned Business Enterprise Compliance
GC-6.07
Wage Rates
GC-6.09
Permits and Utilities
GC-6.24
Nondiscrimination
GR-01 60 00
Product Requirements
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 2, 2016
Rage 3 of 4
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
City of Fort Worth, Texas
May®r and Council communication
DATE: 09/17/19 M&C FILE NUMBER: M&C 19-0164
LOG NAME: 60SMALLDWMERR2019-TEJASC
SUBJECT
Authorize Execution of a Contract with Tejas Commercial Construction, LLC, in the Amount of $750,000.00 for the Small Diameter Water Main
Extensions, Replacements and Relocations Contract 2019, Provide for Project Costs and Contingencies for a Project Amount of $900,000.00 and
Adopt Appropriation Ordinance (ALL COUNCIL DISTRICTS)
i RECOMMENDATION:
It is recommended that the City Council:
1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund
from available funds in the amount of $900,000.00; and
2. Authorize execution of a contract with Tejas Commercial Construction, LLC, in the amount of $750,000.00 for the Small Diameter Water
Main Extensions, Replacements and Relocations Contract 2019, with up to two renewals. (City Project No. 102197)
DISCUSSION:
The work to be performed under this contract consists of extending, replacing and/or relocating small diameter water mains, service lines, and
other pertinent construction required to upgrade existing small diameter water mains or as required to provide water service to individual
customers or developers. While funding for this project comes from the Water and Sewer Capital Projects Fund, the Water Department issues
work orders to the Contractor after payment of applicable estimated costs by the Customer and/or Developer.
The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and that the amount budgeted for the
project is $750,000.00. Final payments will be made based on actual measured quantities. The bid documents also included a stipulation giving
the City the option to renew (subject to appropriated funding) this contract two times under the same terms, conditions and unit prices.
In addition to the contract amount, $150,000.00 is required for real property acquisition, material testing, inspection, project management and
utility coordination.
This project will have no impact on the Water Department's operating budget when completed. Construction is expected to start November 2019
and be completed when the contract amount is exhausted.
M1WBE OFFICE: Tejas Commercial Construction, LLC, is in compliance with the City's BDE Ordinance by committing to five percent MBE
participation on this project. The City's MBE goal on this project is five percent. Additionally, Tejas Commercial Construction, LLC, is a certified
M/WBE firm.
The project is located in ALL COUNCIL DISTRICTS.
The appropriation is for funding of the FY2019 CIP.
FISCAL INFORMATION 1 CERTIFICATION:
The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds
will be available in the Fiscal Year 2019 capital budget, as appropriated, of the Water and Sewer Capital Projects Fund. The Fiscal Year 2019
Water and Sewer Operating Fund budget includes appropriations of $23,865,180.00 within the Water Operating Budget for the purpose of
providing Pay -As -You -Go funding for Water Capital projects. After this transfer for Fiscal Year 2019, the balance will be $2,898,918.00.
Appropriations for the Small Diameter Water Main Extensions, Replacements and Relocations Contract 2019 Project are depicted in the table
below:
Fund
W&S Capital Projects
Fund 56002
Existing
Appropriations
$0.00
Additiona[�
Appropriations
$900,000.00
Project
Total*
$900,000,00
Project Total
$0.00
$900,000.00
$900,000.00
*Numbers rounded for presentation purposes.
Submitted for City Manager's Office by.- Dana Burghdoff 8018
Originating Business Unit Head: Chris Harder 5020
a
Additional Information Contact; Adolfo Lopez 7829
cn
m
m
m
m
cn
m
m
(37
Ul
cn
Cn
m
cn
(n
CA
�]
W
W
W
W
C3�
W
CSC
CA
Cf�
CA
CA
CA
C�
O
O
O
O
O
CD
(D
C)O
O
C?
Q
O
0
0
-
Ca
Q
Q
Q
Q
Q
n
Q
Cl
0
0
0
0
0
0
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
Q
O
O
C]
0
0
a
O
Q
Q
Q
C]
Q
C]
O
CA
W
W
CY7
D7
W
D�
CA
�
CA
O
Cn
C3�
d7
Cn
�
0
0
O
C7
0
Co
Q
Q
Q
C]
O
Q
C7
Q
C)
Q
Q
C7
C]
C7
0
0
0
Q
C]
0
0
0
0
0
-A
Z�
-A
-P
-N
J�-
4&
-V�
4h�
•P
.P
-A
-P
-P
-P
W
W
co
co
co
W
co
W
W
co
W
W
W
W
W
Q
O
O
O
O
O
O
O
O
C]
Q
C]
Q
O
Q
cn
cn
(n
CT1
Ul
(P
(Yi
Cn
(.n
(M
cn
01
m
Co
P
-1
W
W
—1
CM
M
W
W
W
'J
W
W
Q
-1
W
—
.A
m
.Q
W
-a
w
—
W
"
m
Q
C)
C)
C)cn
O
m
w
O
m
Q
(n
W
C)
Q
Q
(n
-1
n
O
n
m
O
C]
"
O
Cn
0
O
O
O
O
N
1
0
(D
0
a
C)
Q
1
3
—31
O
--X
Q
O
O
O
O
O
C7
0
0
0
Q
O
Q
C7
CD
co
(D
CD
CD
(D
co
Q
co
CD
(D
O
CD
cD
cD
v
v
�
�
-4
�
-4
�
�
V
�
-,J
y
�
�
Q
C7
O
O
O
O
CD
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Q
O
Q
Q
Q
W
W
Cb
OD
CD
C0
W
W
-p
-P
t-
W
W
W
m
.A
-P
O
0
0
0
0
0
0
0
Q
Q
Q
N
N
N
N
N
N
N
N
IV
fV
N
N
N
N
N
e
O
O
C7
Ca
O
C7
Q
Q
Q
C3
1
0
�
C7
C7
C]
O
(D
co
CD
(D
(D
CD
CD
co
(D
(D
co
/`�1
(p
(D
CD
co
4
(n
—
' V /
cn
V!
IIq
V
O
O
Nivo.-g-Cqo,-69
-Eft .N69ao
Ol
O
O
O
-s
CD
O
cn
M
C)
W
C)
(Dcn
Q
Q
0
C7
CCD:)
O
o
0
0
0
0
0
0
0
C]
C7
0
0
0
0
0
Q
O
Q
Q
Q
O
0
C7
0000aooCaooin000'CD
O
0
C7
0
C)
0
0
0
0
0
0
0
0
0
0
rn
0
N
D
r
r
rn
N
CD
F�
LO
rn
D
'T1
Q
--f
c
v'
Co
Black, Doug
From- Lafferty, Scott
Sent: Monday, November 4, 2019 13:42
To: Black, Doug
Cc: Lopez, Adolfo; Sholola, Tony
Subject: RE: Tejas - Small Diameter Water Main Extensions Misc. Contract
Doug,
The original first advertisement date was June 27, 2019 (as shown on the "Invitation to Bidders" section). Star
Telegram failed to publish the advertisement on that date. As far as I can tell from the emails I kept regarding
this contract they agree to publish the first advertisement on June 29"'
The project was advertised for bids on June 29 2019 and July 4, 2019 in the Fort Worth Star Telegram. On july
25, 20 t % the following bids were received:
Bidders
Tejas Commercial Construction
Second Low
Third Low
There were no other bidders for this contract.
Let me know if there is anything else you need.
Thanks,
Scott
Amount
$2,863,625.00
From: Black, Doug
Sent: Monday, November 04, 2019 1:08 PM
To: Lafferty, Scott <Scott. Laffe rty@fo rtwo rthtexas.gov>; Sholola, Tony <Anthony.Sholola@fortworthtexas.gov>
Cc: Lopez, Adolfo <Adolfo. Lopez @fo rtworthtexa s.gov>
Subject: Tejas - Small Diameter Water Main Extensions Misc. Contract
Importance: High
Somehow we missed putting this in the M&C.
Please complete the missing information in your reply to me.
The project was advertised for bids on , 2019 and , 2019 in the Fort Worth
Star Telegram. On , the following bids were received:
IBidders Amount
ejas Commercial Construction $
Second Low $
Third Low J $
1 $
Thanks,
Douglas W Black
Senior Assistant City Attorney
200 Texas Street
Fort Worth, Texas 76102
817-392-7615 Direct
Doug. Black a,fortworthtexas.p-ov
City of Fort Worth — Working together to build a strong community.
FoRTWORTH-
RECIPIENTS - PLEASE CONTACT ME PRIOR TO FORWARDING MESSAGES DESIGNATED AS
ATTORNEY -CLIENT COMMUNICATIONS.
This e-mail and any files transmitted with it are confidential and are intended solely for the use of the individual or entity
to which they are addressed. This communication may contain material protected by the attorney -client privilege. If you
are not the intended recipient or the person responsible for delivering the e-mail to the intended recipient, be advised that
you have received this e-mail in error and that any use, dissemination, forwarding, printing, or copying of this e-mail is
strictly prohibited. If you have received this e-mail in error, please immediately notify Doug Black at the City of Fort
Worth City Attorney's Office (817) 392-7615.
000515-1
ADDENDA
Page i of 1
1 SECTION 00 05 15
2 ADDENDA
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23 EN® OF SECTION
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised July 1, 2011 RELOCATIONS CONTRACT 2019
City Project No. 102197
0011 13-1
INVITATION TO BIDDERS
Page I of
I SECTION 00 11 13
2 INVITATION TO BIDDERS
3 RECEIPT OF BIDS
4 Scaled bids for the construction of SMALL DIAMETER WATER MAIN EXTENSIONS,
5 REPLACEMENTS & RELOCATIONS CONTRACT 2019, City Project no. 102197 will be
6 received by the City of Fort Worth Purchasing Office:
7
8 City of Fort Worth
9 Purchasing Division
10 200 Texas Street
I 1 Fort Worth, Texas 76102
12 until 1:30 P.M. CST, Thursday, July 25, 2019, and bids will be opened publicly and read aloud at
13 2:00 PM CST in the Council Chambers.
14
15 GENERAL DESCRIPTION OF WORK
I6 The major work wi1l consist of the (approximate) following:
17
18 Extension, Replacement & Relocation of Small Diameter Water Mains (12-inch and Less)
19 and Water Services.
20
21 TIME PERIOD AND RENEWALS
22 The time period of this Agreement will be for one calendar year or the expiration of the funding,
23 whichever occurs last. The City reserves the right to renew the contract for up to two (2)
24 additional one calendar year time periods or up to two (2) additional funded expenditures of
25 $750,000.00 under the same terms, conditions and unit prices. The City shall provide at least
26 sixty (60)days' notice to the Contractor of the City's intent to renew.
27
28 PREQUALIF.ICATION
29 The improvements included in this project must be performed by a contractor who is pre-
30 qualified by the City at the time of bid opening. The procedures for qualification and pre-
31 qualification are outlined in the Section 00 21 13 INSTRUCTIONS TO BIDDERS.
32
33 DOCUMENT EXAMINATION AND PROCUREMENTS
34 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City
35 of Fort Worth's Purchasing Division website at hLtp://www.fortworthtexas.gov/purchasin and
36 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The
37 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or
38 suppliers. The contractor is required to fill out and notarize the Certificate of Interested
39 Parties Form 1295 and the form must be submitted to the Project Manager before the
40 contract will be presented to the City Council. The form can be obtained at
41 https://www.ethics.state.tx.us/tedl295-Info.htm.
42
43 Copies of the Bidding and Contract Documents may be obtained from:
44 Adolfo Lopez
45 Water Department, Design Services
46 927 Taylor Street
47 Fort Worth, Texas 76102
48
49
CITY OF FORT WORTB SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 22, 2016 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
00 11 13-2
INVITATION TO BIDDERS
Page 2 of 2
There is no cost for Bidding and Contract Documents
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject bids.
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Attn: Adolfo Lopez, City of Fort Worth
Email: adolfo.lopez@fortworihtexas.gov
Phone: (817) 392-7829
AND/OR
Attn. Lawrence Hamilton,P.E., City of Fort Worth
Email: Lawrence.hami[ton@fortworthtexas.gov
Phone: 817-392-7803
ADVERTISEMENT DATES
June 27, 2019
July 4, 2019
20 END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 22, 2016
SMALL DL4,METER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
I9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
0021 13 - 1
INSTRUCTIONS TO BIDDERS
Page 1 of 9
1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72
00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations
resulting from the Bidders use of incomplete sets of Bidding Documents.
2.2. City and Engineer in making copies of Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Pregaalification of Bidders (Prime Contractors and Subcontractors)
3.1. All Bidders and their subcontractors are required to be prequalified for the work types
requiring prequalification at the time of bidding. Bids received from contractors who are
not prequalified (even if inadvertently opened) shall not be considered. Prequalification
requirement work types and documentation are as follows:
3.1.1. Water and Sanitary Sewer — Requirements document located at,
https://projectpoir►t.buzzsavv.com/fortworthgov/Resources/02%20-
%2OConstruction%2ODocurnents/Contractor°/o20Preq ualification/Water%20and%2
OSanitary%2OSewer%2OContractor%2OPreclualification%2OProgram/WSS%20pre
gual%20requirements.do0public
3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within
seven (7) calendar days prior to Bid opening, the documentation identified in Section 00
45 11, BIDDERS PREQUALIFICATIONS.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 21, 2015
SMALL DIAMCTER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0021 13 - 2
INSTRUCTIONS TO BIDDERS
Page 2 of 9
1 3.2.1. Submission of and/or questions related to prcqualification should be addressed to
2 the City contact as provided in Paragraph 6.1.
3
5 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low
6 bidder(s) for a project to submit such additional information as the City, in its sole
7 discretion may require, including but not limited to manpower and equipment .records,
8 information about key personnel to be assigned to the project, and construction schedule,
9 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to
10 deliver a quality product and successfully complete projects for the amount bid within
11 the stipulated time frame. Based upon the City's assessment of the submitted
12 information, a recommendation regarding the award of a contract will be made to the
13 City Council. Failure to submit the additional information, if requested, may be grounds
14 for rejecting the apparent low bidder as non -responsive. Affected contractors will be
15 notified in writing of a recommendation to the City Council.
16
17 3.4.In addition to prequalification, additional requirements for qualification may be required
18 within various sections of the Contract Documents.
19
20 4. Examination of Bidding and Contract Documents, Other Related Data, and Site
21
22 4.1. Before submitting a Bid, each Bidder shall:
23
24 4.1.1. Examine and carefully study the Contract Doclments and other related data
25 identified in the Bidding Documents (including "technical data" referred to in
26 Paragraph 4.2. below). No information given by City or any representative of the
27 City other than that contained in the Contract Documents and officially
28 promulgated addenda thereto, shall be binding upon the City.
29
30 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and
31 site conditions that may affect cost, progress, performance or furnishing of the
32 Work.
33
34 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost,
35 progress, performance or furnishing of the Work.
36
37 4.1.4. Not Used
38
39 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or
40 contiguous to the Site and all drawings of physical conditions relating to existing
41 surface or subsurface structures at the Site (except Underground Facilities) that
42 have been identified in the Contract Documents as containing reliable "technical
43 data" and (ii) reports and drawings of hazardous Environmental Conditions, if any,
44 at the Site that have been identified in the Contract Documents as containing
45 reliable "technical data."
46
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 21, 2015
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0021 13 - 3
INSTRUCTIONS TO BIDDERS
Page 3 of
1 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of
2 the information which the City will furnish. All additional information and data
3 which the City will supply after promulgation of the formal Contract Documents
4 shall be issued in the form of written addenda and shall become part of the Contract
5 Documents just as though such addenda were actually written into the original
6 Contract Documents. No information given by the City other than that contained in
7 the Contract Documents and officially promulgated addenda thereto, shall be
8 binding upon the City.
9
10 4.1.7. Perform independent research, investigations, tests, borings, and such other means
I I as may be necessary to gain a complete knowledge of the conditions which will be
12 encountered during the construction of the project. On request, City may provide
13 each Bidder access to the site to conduct such examinations, investigations,
14 explorations, tests and studies as each Bidder deems necessary for submission of a
15 Bid. Bidder must fill all holes and clean up and restore the site to its former
16 conditions upon completion of such explorations, investigations, tests and studies.
17
18 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the
19 cost of doing the Work, time required for its completion, and obtain all information
20 required to make a proposal. Bidders shall rely exclusively and solely upon their
21 own estimates, investigation, research, tests, explorations, and other data which are
22 necessary for full and complete information upon which the proposal is to be based.
23 It is understood that the submission of a proposal is prima -facie evidence that the
24 Bidder has made the investigation, examinations and tests herein required. Claims
25 for additional compensation due to variations between conditions actually
26 encountered in construction and as indicated in the Contract Documents will not be
27 allowed.
28
29 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
30 between the Contract Documents and such other related documents. The Contractor
31 shall not take advantage of any gross error or omission in the Contract Documents,
32 and the City shall be permitted to make such corrections or interpretations as may
33 be deemed necessary for fulfillment of the intent of the Contract Documents.
34
35 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of
36
37 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
38 the site which have been utilized by City in preparation of the Contract Documents.
39 The logs of Soil Borings, if any, on the plans are for general information only.
40 Neither the City nor the Engineer guarantee that the data shown is representative of
41 conditions which actually exist.
42
43 4.2.2. those drawings of physical conditions in or relating to existing surface and
44 subsurface structures (except Underground Facilities) which are at or contiguous to
45 the site that have been utilized by City in preparation of the Contract Documents.
46
Cfr Si OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 21, 2015
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0021 13 -4
INSTRUCTIONS TO BIDDERS
Page 4 of 9
1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder
2 on request. Those reports and drawings may not be part of the Contract
3 Documents, but the "technical data" contained therein upon which Bidder is entitled
4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified
5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
6 responsible for any interpretation or conclusion drawn from any "technical data" or
7 any other data, interpretations, opinions or information.
8
9 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i)
10 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
11 exception the Bid is premised upon performing and furnishing the Work required by the
12 Contract Documents and applying the specific means, methods, techniques, sequences or
13 procedures of construction (if any) that may be shown or indicated or expressly required
14 by the Contract Documents, (iii) that Bidder has given City written notice of all
15 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
16 written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
17 etc., have not been resolved through the interpretations by City as described in
18 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
19 and convey understanding of all terms and conditions for performing and furnishing the
20 Work.
21
22 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated.
23 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
24 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
25 Documents.
26
27 S. Availability of Lands for Work, Etc.
28
29 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for
30 access thereto and other lands designated for use by Contractor in performing the Work
31 are identified in the Contract Documents. All additional lands and access thereto
32 required for temporary construction facilities, construction equipment or storage of
33 materials and equipment to be incorporated in the Work are to be obtained and paid for
34 by Contractor. Easements for permanent structures or permanent changes in existing
35 facilities are to be obtained and paid for by City unless otherwise provided in the
36 Contract Documents.
37
38 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
39 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
40 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel
41 the award of contract at any time before the Bidder begins any construction work on the
42 project.
43
44 5.3. The Bidder shall be prepared to commence construction without all executed right-of-
45 way, easements, and/or permits, and shall submit a schedule to the City of how
46 construction will proceed in the other areas of the project that do not require permits
47 and/or easements.
48
49
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 21, 2015
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0021 13 - 5
INSTRUCTIONS TO BIDDERS
Page 5 of 9
1 6. Interpretations and Addenda
2
3 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to
4 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions
5 received after this day may not be responded to. Interpretations or clarifications
6 considered necessary by City in response to such questions will be issued by Addenda
7 delivered to all parties recorded by City as having received the Bidding Documents.
8 OnIy questions answered by formal written Addenda will be binding. Oral and other
9 interpretations or clarifications will be without legal effect.
10
11 Address questions to:
12
13 City of Fort Worth
14 1000 Throckmorton ,Street
15 Fort Worth, TX 76102
16 Attn: Adolfo Lopez, Water Department
17 Fax: (817) 392-2527
18 Email: adolfo.Iopez@fortworthtexas.gov
19 Phone: (817) 392-7829
20
21
22 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
23 City.
24
25 6.3. Addenda or clarifications may be posted via Buzzsaw at:
26 h s:// rojec oint.buzzsaw.com/client/FortWorth ov/Infrastructure%2OProjects/10099
27 3 %20-
28%20Small%2ODiameter%2OWater�'/o2OMain%2OExtensions %2ORe lacements%20%26
29%20Relocations%2OContract%2O2Ol7Bid%2ODocuments%20Packa e
30
31 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or
32 INVITATION TO BIDDERS. Representatives of City will be present to discuss the
33 Project. Bidders are encouraged to attend and participate in the conference. City will
34 transmit to all prospective Bidders of record such Addenda as City considers necessary
35 in response to questions arising at the conference. Oral statements may not be relied
36 upon and will not be binding or legally effective.
37
38 7. Bid Security
39
40 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five
41 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting
42 the requirements of Paragraphs 5.01 of the General Conditions.
43
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised August 21, 2015 RELOCATIONS CONTRACT 2019
City Project: No. 102197
0021 13 -6
INSTRUCTIONS TO BIDDERS
Page 6 of 9
1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award
2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete
3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in
4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited.
5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all
6 other Bidders whom City believes to have a reasonable chance of receiving the award
7 will be retained by City until final contract execution.
9 8. Contract Times
10 The number of days within which, or the dates by which, Milestones are to be achieved in
11 accordance with the General Requirements and the Work is to be completed and ready for
12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
13 attached Bid Form.
14
15 9. Liquidated Damages
16 Provisions for liquidated damages are set forth in the Agreement.
17
18 10. Substitute and "Or-Fqual" Items
19 The Contract, if awarded, will be on the basis of materials and equipment described in the
20 Bidding Documents without consideration of possible substitute or "or -equal" items.
21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-
22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to
23 City, application for such acceptance will not be considered by City until after the Effective
24 Date of the Agreement. The procedure for submission of any such application by Contractor
25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
26 Conditions and is supplemented in Section 01 25 00 of the General Requirements.
27
28 11. ,Subcontractors, Suppliers and Others
29
30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-
31 12-201 ]. (as amended), the City has goals for the participation of minority business
32 and/or small business enterprises in City contracts. A copy of the Ordinance can be.
33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and
34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor
35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint
36. Venture Form as appropriate. The Forms including documentation must be received
37 by the City no later than 2:00 P.M. CST, on the second business days after the bid
38 opening date. The Bidder shall obtain a receipt from the City as evidence the
39 documentation was received. Failure to comply shall render the bid as non-
40 responsive.
41
42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
43 or organization against whom Contractor has reasonable objection.
44
45 12. Bid Form
46
47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be
48 obtained from. the City.
49
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised August 21, 2015 RELOCATIONS CONTRACT 2019
City Project No. 102197
0021 13-7
INSTRUCTIONS TO BIDDERS
Page 7 of 9
1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form
2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing
3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit
4 price item listed therein. In the case of optional alternatives, the words "No Bid,"
5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices,
6 written in ink in both words and numerals, for which the Bidder proposes to do the
7 work contemplated or famish materials required. All prices shall be written legibly.
8 In case of discrepancy between price in written words and the price in written
9 numerals, the price in written words shall govern.
10
11 12.3. Bids by corporations shall be executed in the corporate name by the president or a
12 vice-president or other corporate officer accompanied by evidence of authority to
13 sign. The corporate seal shall be affixed. The corporate address and state of
14 incorporation shall be shown below the signature.
15
16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a
17 partner, whose title must appear under the signature accompanied by evidence of
18 authority to sign. The official address of the partnership shall be shown below the
19 signature.
20
21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a
22 member and accompanied by evidence of authority to sign. The state of formation of
23 the firm and the official address of the firm shall be shown.
24
25 12.6. Bids by individuals shall show the Bidder's name and official address.
26
27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner
28 indicated on the Bid Form. The official address of the joint venture shall be shown.
29
30 12.8. All naives shall be typed or printed in ink below the signature.
31
32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
33 which shall be filled in on the Bid Form.
34
35 12.10. Postal and e-mail addresses and telephone number for communications regarding the
36 Bid shall be shown.
37
38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
40 to State Law Non Resident Bidder.
41
42 13. Submission of Bids
43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents,
14 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS,
45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed
46 envelope, marked with the City Project Number, Project title, the name and address of
47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent
48 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate
49 envelope with the notation "BID ENCLOSED" on the face of it.
50
CITY OF FORT WORTH SMALL. DL42AETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised August 21, 2015 RELOCATIONS CONTRACT 2019
City Project No. 102197
002113-8
INSTRUCTIONS TO BIDDERS
Page 8 of 9
1 14. Modification and Withdrawal of Bids
2
3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office
4
cannot be withdrawn prior to the time set for bid opening. A request for withdrawal
5
must be made in writing by an appropriate document duly executed in the manner
6
that a Bid must be executed and delivered to the place where Bids are to be submitted
7
at any time prior to the opening of Bids. After all Bids not requested for withdrawal
8
are opened and publicly read aloud, the Bids for which a withdrawal request has been
9
properly filed may, at the option of the City, be returned unopened.
10
11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the
12 time set for the closing of Bid receipt.
13
14 15. Opening of Bids
15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. Al
16 abstract of the amounts of the base Bids and major alternates (if any) will be made available
17 to Bidders after the opening of Bids.
18
19 16. Bids to Remain Subject to Acceptance
20 All Bids will remain subject to acceptance for the time period specified for Notice of Award
21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at
22 City's sole discretion, release any Bid and nullify the Bid security prior to that date.
23
24 17. Evaluation of Bids and Award of Contract
25
26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights
27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
28 and to reject the Bid of any Bidder if City believes that it would not be in the best
29 interest of the Project to make an award to that Bidder, whether because the Bid is
30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
31 meet any other pertinent standard or criteria established by City. City also reserves
32 the right to waive informalities not involving price, contract time or changes in the
33 Work with the Successful Bidder. Discrepancies between the multiplication of units
34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies
35 between the indicated sum of any column of figures and the correct sum thereof will
36 be resolved in favor of the correct sum. Discrepancies between words and figures
37 will be resolved in favor of the words.
38
39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
40 among the Bidders, Bidder is an interested party to any litigation against City,
41 City or Bidder may have a claim against the other or be engaged in litigation,
42 Bidder is in arrears on any existing contract or has defaulted on a previous
43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or
44 Bidder has uncompleted work which in the judgment of the City will prevent or
45 hinder the prompt completion of additional work if awarded.
46
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 21, 2015
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0021 13 - 9
INSTRUCTIONS TO BIDDERS
Page 9 of 9
1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and
2 other persons and organizations proposed for those portions of the Work as to which
3 the identity of Subcontractors, Suppliers, and other persons and organizations must
4 be submitted as provided in the Contract Documents or upon the request of the City.
5 City also may consider the operating costs, maintenance requirements, performance
6 data and guarantees of major items of materials and equipment proposed for
7 incorporation in the Work when such data is required to be submitted prior to the
8 Notice of Award.
9
10 17.3. City may conduct such investigations as City deems necessary to assist in the
I 1 evaluation of any Bid and to establish the responsibility, qualifications, and financial
12 ability of Bidders, proposed ,Subcontractors, Suppliers and other persons and
13 organizations to perform and furnish the Work in accordance with the Contract
14 Documents to City's satisfaction within the prescribed time.
I5
16 17.4. Contractor shall perform with his own organization, work of a value not less than
17 35% of the value embraced on the Contract, unless otherwise approved by the City.
18
19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
20 responsive Bidder whose evaluation by City indicates that the award will be in the
21 best interests of the City.
22
23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a
26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
27 comparable contract in the state in which the nonresident's principal place of
28 business is located.
29
30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is
3I to be awarded, City will award the Contract within 90 days after the day of the Bid
32 opening unless extended in writing. No other act of City or others will constitute
33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by
34 the City.
35
36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
37
38 IS. Signing of Agreement
39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the
40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter
41 Contractor shall sign and deliver the required number of counterparts of the Agreement to
42 City with the required Bonds, Certificates of Insurance, and all other required documentation.
43 City shall thereafter deliver one fully signed counterpart to Contractor.
44
45
46
47 END OF SECTION
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised August 21, 2015 RELOCATIONS CONTRACT 2019
City Project No. 102197
0035 13 - 1
CONFLICT OF INTEREST AFFIDAVIT
Page I of 1
1 SECTION 00 35 13
2 CONFLICT OF INTEREST AFFIDAVIT
3
4 Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth
5 (also referred to as "City") procurement are required to complete Conflict of Interest
6 Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure
7 Statement (the attached CIS Form) below pursuant to state law, This affidavit will certify that the
8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on
9 City Work. The referenced forms may be downloaded from the website links provided below.
10
I 1 fttL.-//ww v,ethics.state,tx,us/forins/C[Q.]2df
12 --
13 htta:!/www.ethics.statc.tx,us/fold/CIS,pclf
14
15 X CIQ Form is on file with City Secretary
16
17 0 CIQ Form is being provided to the City Secretary
18
19 0 CIS Formm is on File with City Secretary
20
21 0 CIS Form is being provided to the City Secretary
22
23
24
25 BIDDER:
RW
27 Telas,. Commercial. Construction, LLC By: Chado D _Ailed
28 Company (Please Print)
29�J �-
30 P.Q._Box 10395 _ _...... Signature:
31 Address
32
33 River.Qaks,_"IX 76114 _ Title: Vice President
34 City/State/Zip (Please Print)
35
36
37 END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 27, 2012
SMALL DIAMETER WATER MAIN
.EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No, 102197
0041 00
BID FORM
Page 1 of 3
SECTION 00 4100
BID FORM
TO: The Purchasing Manager
c/o. The Purchasing Division
1000 Throckmorton Street
City of Fort Worth, Texas 76102
FOR: SMALL DIAMETER WATER MAIN EXTENSIONS,
REPLACEMENTS & RELOCATIONS CONTRACT 2019
City Project No.: 102197
Units/Sections: Water Improvements
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and
conditions of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices incompeting for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-
competitive levels.
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
SMALL DIAMETER WATER MAIN
CITY OF FORT WORTH EXTENSIONS, REPLACEMENTS AND
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2017
Form Revised 20150821 City Project r 2IY7
Contract.
3. Prequalification
0041 00
BID FORM
Page 2 of 3
The Bidder acknowledges that the following work types must be performed only by prequaiified contractors and
subcontractors:
a. Water Improvements - Replacement of Small Diameter Water Mains (12-inch and Less)
b.
C.
H
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 365 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 4100
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h_ Any additional documents that may be required by Section 12 of the Instructions to Bidders
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In
the space provided below, please enter the total bid amount for this project. Only this figure will be read
publicly by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
SMALL DIAMETER WATER MAIN
CITY OF FORT WORTH EXTENSIONS, REPLACEMENTS AND
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2017
Form Revised 20150821 City Project No. jay 4 /?;p
6.3, Total Bid Amount
Total Bid
7. Bid Submittal
This Bid is submitted on July 25th, 2019
s
Respectfully submitted,
(Signature)
i
Charles D. Allen
(Printed Name)
Title: Vice President
Company: Texas Commercial Construction, LLC
Address: P.O. Box 10395
River Oaks, TX
State of Incorporation: Texas
Email cal lengteiasconstruction.net
Phone: 817-901-8499
END OF SECTION
f
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
1 Farm Revised 20150821
00 41 00
RID FORM
Page 3 of 3
$2, 863,625.00
by the entity named below.
Receipt is acknowledged of thel
following Addenda:
Initial
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Corporate Seal:
i "01%litlif1JJjJtt1/"i
f,��fflfffflltl199t4�A�,
SMALL DIAMETER WATER MAIN
EXTENSIONS. REPLACEMENTS AND
RELOCATIONS CONTRACT 2017
City Project No. _,
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
1.
0170.0102
100
Ea.
Work Order Mobilization
01 70 00
$
$2,000.00
$
$ 200,000.00
Per Each:
Two Thousand Dollars and No Cents
2.
0170,0103
25
Ea.
Work Order Emergency Mobilization
017000
$
$2,500.00
$
$ 62,500.00
Per Each:
Two Thousand Five Hundred Dollars
and No Cents
3.
3311.0061
200
Lf.
4" PVC Water Pipe
331112
$
$45.00
$
$ 9,000.00
Per Linear Foot:
Forty Five Dollars and No Cents
4.
3311.0161
800
Lf.
6" PVC Water Pipe
331112
$
$55.00
$
$ 44,000.00
Per Linear Foot:
Fifty Five Dollars and No Cents
S.
3311.0261
1200
Lf;
8" PVC Water Pipe
331112
$
$60.00
$
$ 72,000.00
Per Linear Foot:
Sixty Dollars and No Cents
6.
3311.0361
400
Lf.
10" PVC Water Pipe
331112
$
$65.00
$
$ 26,000.00
Per Linear Foot:
Sixty Five Dollars and No Cents
7.
3311.0461
400
Lf.
12" PVC Water Pipe
33 11 12
$
$91.00
$
$ 36,400.00
Per Linear Foot:
Ninety One Dollars and No Cents
8.
3311.0051
100
Lf.
4" DIP Water
331110
$
$60.00
$
$ 6,000.00
Per Linear Foot:
Sixty Dollars and No Cents
9.
3311.0151
100
Lf.
6" DIP Water
33 11 10
$
$70.00
$
$ 7,000.00
Per Linear Foot:
'
Seventy Dollars and No Cents
B-1
ITEM
BID LIST
NO.
ITEM NO.
10.
3311.0251
11.
3311.0351
12. 3311.0451
13. 3305.2002
14.
3305.2003
15. 3305.2004
16. 3305.1002
17. 3305.1003
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
100 Lf.
8" DIP Water
331110
$
$85.00
$ $ 8,500.00
Per Linear Foot:
Eighty Five Dollars and No Cents
100 Lf.
10" DIP Water
331110
$
$90.00
$ $
9,000.00
Per Linear Foot:
Ninety Dollars and No Cents
100 Lf.
12" DIP Water
331110
$
$95.00
$ $
9,500.00
Per Linear Foot:
Ninety Five Dollars and No Cents
100 Lf.
8" Water Carrier Pipe (DI w/ SS Casing
33 05 24
Spacers)
$
$100.00
$ $
10,000.00
Per Linear Foot:
One Hundred Dollars and No Cents
100 Lf.
10" Water Carrier Pipe (DI w/ SS Casing
33 05 24
Spacers)
$
$105.00
$ $
10,500.00
Per Linear Foot:
One Hundred Five Dollars and No Cents
100 Lf.
12" Water Carrier Pipe (DI w/ 55 Casing
33 05 24
Spacers)
$
$120.00
$ $
12,000.00
Per Linear Foot:
One Hundred Twenty Dollars and No
Cents
100 Lf.
16" Casing By Open Cut (Welded Steel)
33 05 22
$
$120.00
$ $
12,000.00
Per Linear Foot:
One Hundred Twenty Dollars and No
Cents
100 Lf.
20" Casing By Open Cut (Welded Steel)
33 05 22
$
$130.00
$ $
13,000.00
Per Linear Foot:
One Hundred Thirty Dollars and No
Cents
B - 2
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
18.
3305.1004
100
Lf.
24" Casing By Open Cut (Welded Steel)
33 05 22
$
$140.00
$
$ 14,000.00
Per Linear Foot:
One Hundred Forty Dollars and No
Cents
19.
3305.1005
100
Lf.
30" Casing By Open Cut (Welded Steel)
33 05 22
$
$200.00
$
$ 20,000.00
Per Linear Foot:
Two Hundred Dollars and No Cents
20.
3305.1102
100
Lf.
16" Casing By Other Than Open Cut
33 05 22
(Welded Steel w/ Grout)
$
$425.00
$
$ 42,500.00
Per Linear Foot:
Four Hundred Twenty Five Dollars and
No Cents
21.
3305.1103
100
Lf.
20" Casing By Other Than Open Cut
33 05 22
(Welded Steel w/ Grout)
$
$450.00
$
$ 45,000.00
Per Linear Foot:
Four Hundred Fifty Dollars and No
Cents
22,
3305.1104
100
Lf.
24" Casing By Other Than Open Cut
33 05 22
(Welded Steel w/ Grout)
$
$450.00
$
$ 45,000.00
Per Linear Foot:
Four Hundred Fifty Dollars and No
Cents
23.
3305.1105
100
Lf.
30" Casing By Other Than Open Cut
33 05 22
(Welded Steel w/ Grout)
$
$550.00
$
$ 55,000.00
Per Linear Foot:
•
Five Hundred Fifty Dollars and No
Cents
24.
3312.3001
20
Ea.
4" Gate Valve
33 12 20
$
$800.00
$
$ 16,000.00
Per Each:
Eight Hundred Dollars and No Cents
25.
3312.3002
25
Ea.
6" Gate Valve
331220
$
$1,100.00
$
$ 27,500.00
Per Each:
One Thousand One Hundred Dollars
and No Cents
B-3
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY,
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
26.
3312.3003
25
Ea.
8" Gate Valve
33 12 20
$
$1,500.00
$
$ 37,500.00
Per Each:
One Thousand Five Hundred Dollars
and No Cents
27.
3312.3004
10
Ea.
10" Gate Valve
33 12 20
$
$2,400.00
$
$ 24,000.00
Per Each:
Two Thousand Four Hundred Dollars
and No Cents
28.
3312.3005
10
Ea.
12" Gate Valve
33 12 20
$
$2,800.00
$
$ 28,000.00
Per Each:
Two Thousand Eight Hundred Dollars
and No Cents
29.
3312.3101
5
Ea.
4" Cut -in Gate Valve
33 12 20
$
$1,600.00
$
$ 8,000.00
Per Each:
One Thousand Six Hundred Dollars and
No Cents
30.
3312.3102
5
Ea.
6" Cut -in Gate Valve
33 12 20
$
$2,500.00
$
$ 12,500.00
Per Each:
Two Thousand Five Hundred Dollars
and No Cents
31.
3312.3103
5
Ea,
8" Cut --in Gate Valve
33 1220
$
$3,000.00
$
$ 15,000.00
Per Each:
Three Thousand Dollars and No Cents
32.
3312.3104
5
Ea.
10" Cut -in Gate Valve
33 12 20
$
$3,500,00
$
$ 17,500.00
Per Each:
Three Thousand Five Hundred Dollars
and No Cents
' 33.
3312.3105
5
Ea.
12" Cut -in Gate Valve
331220
$
$4,500.00
$
$ 22,500.00
Per Each:
Four Thousand Five Hundred Dollars
and No Cents
34.
0241.1301
5
Ea.
Remove 4" Water Valve
02 41 14
$
$300.00
$
$ 1,500.00
Per Each:
Three Hundred Dollars and No Cents
B-4
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
35.
0241.1302
5
Ea.
Remove 6" Water Valve
02 41 14
$
$350.00
$ $ 1,750.00
1
Per Each:
Three Hundred Fifty Dollars and No
Cents
36.
0241.1303
5
Ea.
Remove 8" Water Valve
024114
$
$400.00
$ $ 2,000.00
Per Each:
Four Hundred Dollars and No Cents
_ 37.
0241.1304
5
Ea.
Remove 10" Water Valve
024114
$
$450.00
$ $ 2,250,00
Per Each:
Four Hundred Fifty Dollars and No
Cents
38.
0241.1305
5
Ea.
Remove 12" Water Valve
02 41 14
$
$800.00
$ $ 4,000.00
Per Each:
Eight Hundred Dollars and No Cents
39.
3311.0001
15
Tn.
Ductile Iron Water Fittings w/ Restraint
331111
$
$8,000.00
$ $ 120,000.00
Per Tan:
Eight Thousand Dollars and No Cents
40,
3312.0001
20
Ea.
Fire Hydrant
33 12 40
$
$4,200.00
$ $ 84,000.00
r
Per Each:
Four Thousand Two Hundred Dollars
-
and No Cents
41.
3305.0101
20
Vf.
Fire Hydrant Stem Extension
330514
$
$450.00
$ $ 9,000.00
Per Vertical Foot:
Four Hundred Fifty Dollars and No
Cents
_ 42,
0241.1510
5
Ea.
Salvage Fire Hydrant
024114
$
$800.00
$ $ 4,000.00
Per Each:
Eight Hundred Dollars and No Cents
43.
3312.4001
1
Ea.
6" x 4" Tapping Sleeve & Valve
33 12 25
$
$3,000.00
$ $ 3,000.00
Per Each:
Three Thousand Dollars and No Cents
B - 5
ITEM
BID LEST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO,
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
44.
3312.4002
1 Ea.
6" x 6" Tapping Sleeve & Valve
33 12 25
$
$3,000.00
$
$ 3,000.00
Per Each:
Three Thousand Dollars and No Cents
45.
3312.4003
1 Ea.
8" x 4" Tapping Sleeve & Valve
33 12 25
$
$3,500.00
$
$ 3,500.00
Per Each:
Three Thousand Five Hundred Dollars
and No Cents
46.
3312.4004
1 Ea.
8" x 6" Tapping Sleeve & Valve
33 12 25
$
$4,500.00
$
$ 4,500.00
Per Each:
Four Thousand Five Hundred Dollars
and No Cents
47.
3312.4005
1 Ea.
8" x 8" Tapping Sleeve & Valve
33 12 25
$
$4,000.00
$
$ 4,000.00
Per Each:
Four Thousand Dollars and No Cents
48.
3312.4101
1 Ea.
10" x 4" Tapping Sleeve & Valve
33 12 25
$
$4,000.00
$
$ . 4,000.00
I
Per Each:
IFour
Thousand Dollars and No Cents
f
49.
3312.4102
1 Ea.
10" x 6" Tapping Sleeve & Valve
33 12 25
$
$4,000.00
$
$ 4,000.00
+1
Per Each:
I
Four Thousand Dollars and No Cents
[ 50.
3312.4103
1 Ea,
10" x 8" Tapping Sleeve & Valve
33 12 25
$
$4,000.00
$
$ 4,000.00
Per Each:
Four Thousand Dollars and No Cents
51.
3312.4104
1 Ea.
10" x 10" Tapping Sleeve & Valve
33 12 25
$
$4,000.00
$
$ 4,000.00
Per Each:
Four Thousand Dollars and No Cents
52.
3312.4105
1 Ea.
12" x 4" Tapping Sleeve & Valve
331225
$
$4,000.00
$
$ 4,000.00
Per Each:
Four Thousand Dollars and No Cents
B - 6
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
53.
3312.4106
1
Ea.
12" x 6" Tapping Sleeve & Valve
331225
$
$4,500.00
$
$ 4,500.00
Per Each:
Four Thousand Five Hundred Dollars
and No Cents
54.
3312.4107
1
Ea.
12" x 8" Tapping Sleeve & Valve
33 12 25
$
$4,500.00
$
$ 4,500.00
Per Each:
Four Thousand Five Hundred Dollars
and No Cents
55.
3312.4108
1
Ea.
12" x 10" Tapping Sleeve & Valve
33 1225
$
$4,500.00
$
$ 4,500.00
Per Each:
Four Thousand Five Hundred Dollars
`
and No Cents
56.
3312.4109
1
Ea.
12" x 12" Tapping Sleeve & Valve
33.1225
$
$4,500.00
$
$ 4,500.00
Per Each:
Four Thousand Five Hundred Dollars
and No Cents
57.
3312.4110
1
Ea.
16" x 4" Tapping Sleeve & Valve
331225
$
$4,500.00
$
$ 4,500.00
Per Each:
Four Thousand Five Hundred Dollars
_
and No Cents
58.
3312.4111
1
Ea.
16" x 6" Tapping Sleeve & Valve
33 12 25
$
$4,500.00
$
$ 4,500.00
Per Each:
Four Thousand Five Hundred Dollars
and No Cents
59.
3312.4112
1
Ea.
16" x 8" Tapping Sleeve & Valve
33 12 25
$
$4,500.00
$
$ 4,500.00
Per Each:
'
Four Thousand Five Hundred Dollars
and No Cents
60.
3312.4113
1
Ea.
16" x 10" Tapping Sleeve & Valve
33 12 25
$
$6,000.00
$
$ 6,000.00
Per Each:
Six Thousand Dollars and No Cents
61.
3312.4114
1
Ea.
16" x 12" Tapping Sleeve & Valve
33 12 25
$
$6,500.00
$
$ 6,500.00
Per Each:
Six Thousand Five Hundred Dollars and
No Cents
B - 7
ITEM BID LIST
NO. ITEM NO.
62.
63.
1
64.
W,
66.
i
67
68. 3312.2004
69. 3312.2002
70.
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
25
Ea.
3/4" Water Tap to Main
$
$500.00
$
$ 12,500.00
Per Each:
Five Hundred Dollars and No Cents
100
Lf.
3/4" Copper Service Line
$
$25.00
$
$ 2,500.00
Per Linear Foot:
Twenty Five Dollars and No Cents
100
Lf.
3/4" Private Water Service
$
$50.00
$
$ 5,000.00
Per Linear Foot:
Fifty Dollars and No Cents
50
Lf.
3/4" Bored Water Service
$
$35.00
$
$ 1,750.00
Per Linear Foot:
Thirty Five Dollars and No Cents
25
Ea.
1" Water Tap to Main
$
$1,250.00
$
$ 31,250.00
Per Each:
One Thousand Two Hundred Fifty
Dollars and No Cents
100
LE
1" Copper Service Line
$
$44.00
$
$ 4,400.00
Per Linear Foot:
Forty Four Dollars and No Cents
100
Lf,
1" Private Water Service
331210 $
$50.00
$
$ 5,000.00
Per Linear Foot:
Fifty Dollars and No Cents
50
Lf.
1" Bored Water Service
33 12 10 $
$65.00
$
$ 3,250.00
Per Linear Foot:
Sixty Five Dollars and No Cents
25
Ea.
1 1/2" Water Tap to Main
$
$2,400.00
$
$ 60,000.00
Per Each:
Two Thousand Four Hundred Dollars
and No Cents
B - 8
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
71.
100
Lf.
1 1/2" Copper Service Line
$
$55.00
$
$
5,500.00
Per Linear Foot:
Fifty Five Dollars and No Cents
72.
3312.2104
100
Lf.
11/2" Private Water Service
33 12 10
$
T
$50.00
$
$
5,000.00
Per Linear Foot:
Fifty Dollars and No Cents
73.
3312.2102
50
Lf.
1 1/2" Bored Water Service
33 12 10
$
$70,00
$
$
3,500.00
Per Linear Foot:
Seventy Dollars and No Cents
i 74.
25
Ea.
2" Water Tap to Main
$
$2,700.00
$
$
67,500.00
Per Each:
Two Thousand Seven Hundred Dollars
and No Cents
75.
100
Lf.
2" Copper Service Line
$
$55.00
$
$
5,500.00
Per Linear Foot:
Fifty Five Dollars and No Cents
76.
3312.2204
100
Lf.
2" Private Water Service
33 12 10
$
$60.00
$
$
6,000.00
Per Linear Foot:
Sixty Dollars and No Cents
77.
3312.2202
50
Lf.
2" Bored Water Service
331210
$
$80.00
$
$
4,000.00
Per Linear Foot:
Eighty Dollars and No Cents
78.
25
Ea.
Class A PVC Meter Box (Furnish & Set)
$
$250.00
$
$
6,250,00
Per Each:
Two Hundred Fifty Dollars and No
Cents
79.
25
Ea.
Class B PVC Meter Box (Furnish & Set)
$
$400.00
$
$
10,000.00
Per Each:
Four Hundred Dollars and No Cents
B - 9
ITEM BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO. ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
80.
10
Ea.
Class C PVC Meter Box (Furnish & Set)
$
$350.00
$
$
3,500.00
Per Each:
Three Hundred Fifty Dollars and No
Cents
81.
5
Ea.
Class A Conc. Meter Box (Furnish & Set)
$
$350.00
$
$
1,750.00
Per Each:
Three Hundred Fifty Dollars and No
Cents
82.
5
Ea.
Class B Conc. Meter Box (Furnish & Set)
$
$500.00
$
$
2,500.00
Per Each:
Five Hundred Dollars and No Cents
83.
2
Ea.
1" Multiple Service Branch
$
$550.00
$
$
1,100.00
Per Each:
Five Hundred Fifty Dollars and No
'
Cents
84.
2
Ea.
11/2" Multiple Service Branch
$
$550.00
$
$
1,100.00
Per Each:
Five Hundred Fifty Dollars and No
Cents
' 85.
2
Ea.
2" Multiple Service Branch
$
$700.00
$
$
1,400.00
Per Each:
Seven Hundred Dollars and No Cents
86.
5
Ea.
Relocate 3/4" Water Meter
$
$600.00
$
$
3,000.00
Per Each:
Six Hundred Dollars and No Cents
87.
5
Ea.
Relocate 1" Water Meter
$
$600.00
$
$
3,000.00
Per Each:
'
Six Hundred Dollars and No Cents
B-10
ITEM BID LIST
NO. ITEM NO.
88.
89.
90.
91. 3304.0102
92. 3312.2801
93. 3312.2802
94. 3312. 2803
95. 3312.2804
96. 3312.2805
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
5 Ea.
Relocate 1 1/2" Water Meter
$
$600.00
$
$ 3,000.00
Per Each:
Six Hundred Dollars and No Cents
5 Ea.
Relocate 2" Water Meter
$
$700.00
$
$ 3,500.00
Per Each:
Seven Hundred Dollars and No Cents
5 Ea.
Sprinkler System Backflow Preventer
Relocation
$
$1,000.00
$
$ 5,000.00
Per Each:
One Thousand Dollars and No Cents
1500 Lf.
2" Temporary Water Services
33 04 30 $
$8.00
$
$ 12,000.00
Per Linear Foot:
Eight Dollars and No Cents
10 Ea.
Meter Vault for 3" Meter
331211 $
$10,000.00
$
$ 100,000.00
Per Each:
Ten Thousand Dollars and No Cents
10 Ea.
Meter Vault for 4" Meter
331211 $
$15,000.00
$
$ 150,000.00
Per Each:
Fifteen Thousand Dollars and No Cents
10 Ea.
Meter Vault for 6" Meter
331211 $
$16,000.00
$
$ 160,000,00
Per Each:
Sixteen Thousand Dollars and No Cents
5 Ea.
Meter Vault for 8" Meter
331211 $
$18,000.00
$
$ 90,000.00
Per Each:
Eighteen Thousand Dollars and No
Cents
5 Ea.
Meter Vault for 10" meter
33 12 11 $
$20,000.00
$
$ 100,000.00
Per Each:
Twenty Thousand Dollars and No
Cents
B-11
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
97.
0241.1602
5
Ea.
Remove Concrete Water Vault
02 41 14
$
$2,000.00
$
$
10,000.00
Per Each:
Two Thousand Dollars and No Cents
98,
3312.0002
5
Ea.
Water Sampling Station
33 12 50
$
$2,100.00
$
$
10,500.00
Per Each:
Two Thousand One Hundred Dollars
and No Cents
99.
0241.1218
10
Ea,
2" or Smaller Water Abandonment Plug
02 41 14
$
$700.00
$
$
7,000.00
Per Each:
I
Seven Hundred Dollars and No Cents
1 100.
0241.1218
10
Ea.
4"-12" Water Abandonment Plug
02 41 14
$
$800.00
$
$
8,000.00
Per Each:
Eight Hundred Dollars and No Cents
! 101.
5
Ea.
16" Water Pressure Plug
$
$1,200.00
$
$
6,000.00
Per Each:
_
One Thousand Two Hundred Dollars
and No Cents
102.
I
50
Lf.
Water Main Extra Depth (>than 1')
$
$10.00
$
$
500.00
Per Linear Foot:
Ten Dollars and No Cents
103.
3305.0109
100
Lf.
Trench Safety
33 05 10
$
$8.00
$
$
800.00
Per Linear Foot:
Eight Dollars and No Cents
104.
3305.0103
5
Ea,
Exploratory Excavation of Existing
33 05 30
Utilities (0' - 5')
$
$1,400.00
$
$
7,000.00
Per Each:
`
I
One Thousand Four Hundred Dollars
and No Cents
B-12
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
105.
3305.0103
5
Ea.
Exploratory Excavation of Existing
33 05 30
Utilities (5' - 10' j
$
$1,800m
$
$ 9,000.00
Per Each:
1
One Thousand Eight Hundred Dollars
and No Cents
106.
3305.0103
5
Ea.
Exploratory Excavation of Existing
33 05 30
Utilities (-10'- 20')
$
$3,000.00
$
$ 15,000.00
Per Each:
Three Thousand Dollars and No Cents
r 107.
3305.0116
25
Cy.
Concrete Encasement for Utility Pipes
33 05 10
f
$
$165.00
$
$ 4,125.00
Per Cubic Yard:
One Hundred Sixty Five Dollars and No
Cents
108.
3305.0203
100
Cy.
Imported Embedment/Backfill, CLSM
33 05 10
(Fiowable Fill)
$
$150.00
$
$ 15,000.00
Per Cubic Yard:
One Hundred Fifty Dollars and No
Cents
109.
100
Cy.
Imported Embedment/Backfill, Type B
$
$35.00
$
$ 3,500.00
Per Cubic Yard:
Thirty Five Dollars and No Cents
110.
3137.0101
10
Sy.
Concrete Riprap
313700
$
$150.00
$
$ 1,500.00
_
Per Square Yard:
One Hundred Fifty Dollars and No
Cents
Ill.
3137,0102
10
Sy.
Large Stone Riprap, dry
313700
$
$125.00
$
$ 1,250.00
Per Square Yard:
One Hundred Twenty Five Dollars and
No Cents
112.
3137.0103
10
Sy.
Large Stone Riprap, grouted
313700
$
$225.00
$
$ 2,250.00
Per Square Yard:
Two Hundred Twenty Five Dollars and
No Cents
B-13
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
113,
3212,1110
100
Sy,
Block Sod Placement
32 92 13
$
$10-00
$
$
1,000.00
Per Square Yard:
Ten Dollars and No Cents
114.
3292.0400
100
Sy.
Seeding, Hydromulch
32 92 13
$
$10.00
$
$
1,000.00
Per Square Yard:
Ij
Ten Dollars and No Cents
I115.
3201.0151
200
Lf.
Asphalt Pvmt Repair, Water Service
32 01 17
$
$50.00
$
$
10,000.00
Per Linear Foot:
Fifty Dollars and No Cents
116.
3201.0111
300
Lf.
4' Wide Asphalt Pvmt Repair,
32 0117
Residential
$
$60.00
$
$
18,000.00
Per Linear Foot:
4
Sixty Dollars and No Cents
117.
32.01,0112
300
Lf.
5' Wide Asphalt Pvmt Repair,
32 01 17
Residential
$
$70.00
$
$
21,000.00
Per Linear Foot:
Seventy Dollars and No Cents
118.
3201.0113
300
Lf.
6' Wide Asphalt Pvmt Repair,
320117
Residential
$
$85.00
$
$ 25,500.00
Per Linear Foot:
Eighty Five Dollars and No Cents
119.
3201.0121
300
Lf.
4' Wide Asphalt Pvmt Repair, Arterial
320117
$
$65.00
$
$
19,500.00
Per Linear Foot:
Sixty Five Dollars and No Cents
120.
3201.0122
300
Lf.
5' Wide Asphalt Pvmt Repair, Arterial
32 01 17
$
$75.00
$
$
22,500.00
Per Linear Foot:
Seventy Five Dollars and No Cents
B-14
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
121.
3201.0123
300
Lf.
6' Wide Asphalt Pvmt Repair, Arterial
320117
$
$90.00
$
$ 27,000.00
Per Linear Foot:
Ninety Dollars and No Cents
122.
3201.0131
300
Lf,
4' Wide Asphalt Pvmt Repair, Industrial
320117
$
$65.00
$
$ 19,500.00
Per Linear Foot:
Sixty Five Dollars and No Cents
123.
3201.0132
300
Lf.
5' Wide Asphalt Pvmt Repair, Industrial
32 01 17
$
$75.00
$
$ 22,500.00
Per Linear Foot:
Seventy Five Dollars and No Cents
124.
3201.0133
300
Lf.
6' Wide Asphalt Pvmt Repair, Industrial
32 01 17
$
$90.00
$
$ 27,000.00
Per Linear Foot:
Ninety Dollars and No Cents
125.
3201.0201
300
Sy.
Asphalt Pvmt Repair Beyond Defined
32 01 17
Width, Residential
$
$40.00
$
$ 12,000.00
Per Square Yard:
Forty Dollars and No Cents
126,
3201.0202
300
Sy.
Asphalt Pvmt Repair Beyond Defined
33 01 17
Width, Arterial
$
$45.00
$
$ 13,500.00
Per Square Yard:
Forty Five Dollars and No Cents
127.
3201.0203
300
Sy.
Asphalt Pvmt Repair Beyond Defined
34 01 17
Width, Industrial
$
$65.00
$
$ 19,500.00
Per Square Yard:
Sixty Five Dollars and No Cents
128.
3201.0301
100
Sy.
2" Extra Width Asphalt Over Exist. Base
320117
$
$21.00
$
$ 2,100.00
Per Square Yard:
Twenty One Dollars and No Cents
B-15
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
12.9.
3201.0302
100
Sy.
3" Extra Width Asphalt Over Exist. Base
320117
$
$25XO
$
$ 2,500.00
i
Per Square Yard:
Twenty Five Dollars and No Cents
130.
3201.0303
100
Sy.
4" Extra Width Asphalt Over Exist. Base
32 01 17
$
$35.00
$
$ 3,500.00
Per Square Yard:
Thirty Five Dollars and No Cents
131.
3201.0400
100
Lf.
Temporary Asphalt Paving Repair
320118
$
$21.00
$
$ 2,100.00
t
Per Linear Foot:
Twenty One Dollars and No Cents
132.
3211.0211
SO
Sy.
6" Flexible Base, Type B, GR-1
32 11 23
$
$30.00
$
$ 1,500.00
Per Square Yard:
Thirty Dollars and No Cents
- 133.
3211.0212
50
Sy.
6" Flexible Base, Type B, GR-2
32 11 23
$
$30.00
$
$ 1,500,00
Per Square Yard:
!
Thirty Dollars and No Cents
134.
200
Sy.
High Early Strength Conc.
$
$160.00
$
$ 32,000.00
Per Square Yard:
One Hundred Sixty Dollars and No
Cents
135.
3201.0614
300
Sy.
Conc Pvmt Repair, Residential
320129
$
$90.00
$
$ 27,000.00
Per Square Yard:
Ninety Dollars and No Cents
136.
3201.0616
300
Sy.
Conc Pvmt Repair, Arterial/Industrial
320129
$
$95.00
$
$ 28,500.00
Per Square Yard:
Ninety Five Dollars and No Cents
B-16
l
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
137.
300
Sy.
Conc. Pvmt Over Exist. Base, Residential
$
$85.00
$
$ 25,500.00
Per Square Yard:
Eighty Five Dollars and No Cents
138.
100
Sy.
Conc. Pvmt Over Exist. Base,
Arterial/Industrial
$
$90.00
$
$ 9,000.00
Per Square Yard:
Ninety Dollars and No Cents
139.
3214.0300
100
Sy.
Brick Pvmt Repair
321416 $
$160.00
$
$ 16,000.00
Per Square Yard:
One Hundred Sixty Dollars and No
i
Cents
140.
3214.0600
100
Sy.
Brick Pvmt Repair (City Supplied Brick)
321416
$
$150.00
$
$ 15,000.00
Per Square Yard:
One Hundred Fifty Dollars and No
Cents
141,
3216.0101
300
Lf.
6" Conc Curb and Gutter (Replaced)
32 16 13 $
$40.00
$
$ 12,000.00
1
Per Linear Foot:
Forty Dollars and No Cents
' 142.
300
Lf.
6" Conc Curb and Gutter Attached to
Conc. Pvmt (Replaced)
$
$25.00
$
$ 7,500.00
i
Per Linear Foot:
1
Twenty Five Dollars and No Cents
143.
3216.0301
50
Sy.
9" Conc Valley Gutter, Residential
32 16 13 $
$90.00
$
$ 4,500.00
t
Per Square Yard:
Ninety Dollars and No Cents
144.
3216.0302
50
Sy.
11" Conc Valley Gutter,
321613
Arterial/Industrial
$
$95.00
$
$ 4,750.00
Per Square Yard:
Ninety Five Dollars and No Cents
B-17
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
' 145.
3213.0301
300
Sf.
4" Conc Sidewalk
321320
$
$10.00
$
$ 3,000.00
Per Square Foot:
Ten Dollars and No Cents
146.
3213.0351
200
Sf.
4" Conc Sidewalk, Exposed Aggregate
32 13 20
$
$15.00
$
$ 3,000.00
Per Square Foot:
iFifteen
Dollars and No Cents
147.
3213.0401
300
Sf.
6" Concrete Driveway
32 13 20
$
$12.00
$
$ 3,600.00
i
Per Square Foot:
jl
Twelve Dollars and No Cents
148.
3213.0451
200
Sf.
6" Concrete Driveway, Exposed
32 13 20
Aggregate
$
$15.00
$
$ 3,000.00
Per Square Foot:
Fifteen Dollars and No Cents
149.
3331.4112
50
Lf.
6" DIP Sewer Pipe (Replc. At Variable
33 11 10
Depth)
$
$85.00
$
$ 4,250.00
Per Linear Foot:
Eighty Five Dollars and No Cents
150.
50
Lf.
6" PVC Sewer Pipe (Replc. At Variable
Depth)
$
$75.00
$
$ 3,750.00
Per Linear Foot:
ISeventy
Five Dollars and No Cents
151,
3331.4119
50
Lf.
8" DIP Sewer Pipe (Replc. At Variable
33 11 10
Depth)
$
$90.00
$
$ 4,500.00
Per Linear Foot:
-
Ninety Dollars and No Cents
1
152.
50
Lf.
8" PVC Sewer Pipe (Replc. At Variable
f
Depth)
$
$80.00
$
$ 4,000.00
Per Linear Foot:
+
I
Eighty Dollars and No Cents
B-18
ITEM
BID LIST
DESCRIPTION OF ITEMS WITH BID
SPECIFICATION
UNIT
TOTAL.
NO.
ITEM NO.
QTY.
PRICES WRITTEN IN WORDS
SECTION NO.
PRICE
AMOUNT
153.
3331.4205
50
Lf,
10" DIP Sewer (Repfc. At Variable
331110
Depth)
$
$100.00
$ $
5,000.00
Per Linear Foot:
One Hundred Dollars and No Cents
154.
50
Lf.
10" PVC Sewer Pipe (Repfc. At Variable
Depth)
$
$90.00
$ $
4,500.00
Per Linear Foot:
Ninety Dollars and No Cents
155.
3331.4212
50
Lf.
12" DIP Sewer (Repfc. At Variable
33 11 10
Depth)
$
$110.00
$ $
5,500.00
Per Linear Foot:
One Hundred Ten Dollars and No Cents
156.
50
Lf.
12" PVC Sewer Pipe (Repfc. At Variable
Depth)
$
$90.00
$ $
4,500.00
Per Linear Foot:
Ninety Dollars and No Cents
157.
3331.4222
50
Lf.
16" DIP Sewer (Repfc. At Variable
33 11 10
Depth)
$
$130.00
$ $
6,500.00
Per Linear Foot:
One Hundred Thirty Dollars and No
Cents
158.
50
Lf.
15" PVC Sewer Pipe (Repfc. At Variable
Depth)
$
$100.00
$ $
5,000.00
Per Linear Foot:
One hundred Dollars and No Cents
159.
3471.0003
50
Ea.
Traffic Control
347113 $
$1,500.00
$ $
75,000.00
Per Each:
One Thousand Five Hundred Dollars
and No Cents
B-19
j ITEM BID LIST
J NO. ITEM NO. QTY.
160. 50 Ea.
1
6
DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL,
PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT
Street Use Permit $ 100.00 $ $ 5,000.00
Per Each:
One Hundred Dollars and No Cents
TOTAL AMOUNT BID
$
2,863,625.00
B-20
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 or 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This
law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. W"'
BIDDER:
Tejas Commercial Construction, LLC
P.O. Box 10395
0
River Oaks, TX
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20110627
By: Charles D. Allen
(Signature)
Title: Vice President
Date:
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS AND
RELOCATIONS CONTRACT2B#7 t W 11
City Project No. *0099.3-
® Z9-7
0045 11 -1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
I SECTION 00 4511
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. All contractors are required to be prequalified by the City prior to submitting
5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification
6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is
7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder
8 Prequalification Application in accordance with the requirements below.
9
10 The prequalification process will establish a bid limit based on a technical evaluation and
11 financial analysis of the contractor. The information must be submitted seven (7) days prior
12 to the date of the opening of bids. For example, a contractor wishing to submit bids on
13 projects to be opened on the 7th of .April must file the information by the 31 st day of March
14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's
15 Prequalification Application, the following must accompany the submission.
16 a. A complete set of audited or reviewed financial statements.
17 (1) Classified Balance Sheet
18 (2) Income Statement
19 (3) Statement of Cash Flows
20 (4) Statement of Retained Earnings
21 (5) Notes to the Financial Statements, if any
22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
23 of Incorporation, Articles of Organization, Certificate of Formation, LLC
24 Regulations, Certificate of Limited Partnership Agreement).
25 c. A completed Bidder Prequalification Application.
26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas
27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification
28 number visit the Texas Comptroller of Public Accounts online at the
29 following web address www.window.state.tx,us/taUermi and fill out the
30 application to apply for your Texas tax ID.
31 (2) The firm's e-mail address and fax number.
32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number
33 is used by the City for required reporting on Federal Aid projects. The DUNS
34 number may be obtained at www.dnb.com.
35 d. Resumes reflecting the construction experience of the principles of the firm for firms
36 submitting their initial prequalification. These resumes should include the size and
37 scope of the work performed.
38 e. Other information as requested by the City.
39
40 2. Prequalification. Requirements
41 a. Financial Statements. Financial statement submission must be provided in
42 accordance with the following.
43 (1) The City requires that the original Financial Statement or a certified copy
44 be submitted for consideration.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised ]uly 1, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
004511-2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
1 (2) To be satisfactory, the financial statements must be audited or reviewed
2 by an independent, certified public accounting firm registered and in
3 good standing in any state. Current Texas statues also require that
4 accounting firms performing audits or reviews on business entities within
5 the State of Texas be properly licensed or registered witb the Texas ,State
6 Board of Public Accountancy.
7 (3) The accounting firm should state in the audit report or review whether
8 the contractor is an individual, corporation, or limited liability company.
9 (4) Financial Statements must be presented in U.S. dollars at the current rate
10 of exchange of the Balance Sheet date.
11 (5) The City will not recognize any certified public accountant as
12 independent who is not, in fact, independent.
13 (6) The accountant's opinion on the financial statements of the contracting
14 company should state that the audit or review has been conducted in
15 accordance with auditing standards generally accepted in the United
16 States of America. This must be stated in the accounting firm's opinion.
I7 It should: (1) express an unqualified opinion, or (2) express a qualified
18 opinion on the statements taken as a whole.
19 (7) The City reserves the right to require a new statement at any time.
20 (8) The financial statement must be prepared as of the last day of any month,
21 not more than one year old and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph 1.
23 (9) The City will determine a contractor's bidding capacity for the purposes
24 of awarding contracts. Bidding capacity is determined by multiplying the
25 positive net working capital (working capital = current assets — current
26 liabilities) by a factor of 10. Only those statements reflecting a positive
27 net working capital position will be considered satisfactory for
28 prequalification purposes.
29 (10) In the case that a bidding date falls within the time a new financial
30 statement is being prepared, the previous statement shall be updated with
31 proper verification.
32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be
33 submitted along with audited or reviewed financial statements by firms wishing to be
34 eligible to bid on all classes of construction and maintenance projects. Incomplete
35 Applications will be rejected.
36 (1) In those schedules where there is nothing to report, the notation of
37 "None" or "NIA" should be inserted.
38 (2) A minimum of five (5) references of related work must be provided.
39 (3) Submission of an equipment schedule which indicates equipment under
40 the control of the Contractor and which is related to the type of work for
41 which the Contactor is seeking prequalification. The schedule must
42 include the manufacturer, model and general common description of
43 each piece of equipment. Abbreviations or means of describing
44 equipment other than provided above will not be accepted.
45
46 3. Eligibility to Bid
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may reject, suspend, or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20I t
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
004511-3
BIDDERS PREQUALIFICATIONS
Page 3 of
1 c. The City will issue a letter as to the status of the prequalification approval.
2 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid
3 the prequalified work types until the expiration date stated in the letter.
4
5
6
7
8
9 END OF SECTION
10
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by identifying the prequalified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work Type
Contractor/Subcontractor Company Name
Prequalification
Expiration Date
Water Improvements -
Replacement of Small
Tejas Commercial Construction, LLC
8/31/2020
Diameter Water Mains (12-
inch and Less)
0
C+�iriprly Name Here rat gpwa
Duty I-lar�: Of
gpfl o
0
_
{. ornpainy Nams3 I leFe o space
I_]r,tf� I'lor�r or ,
!7.r j a
0
0Urnpafly IJUM01 IL -re ar Apare
Date
slai�Ge
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified for the work types listed.
BIDDER:
Tejas Commercial Construction, LLC By: Charles D. Allen
P.O. Box 10395
0 (Signature)
River Oaks, TX
Title: Vice President
Date: -, 7! 2- !>
END OF SECTION
SMALL DIAMETER WATER MAIN
CITY OF FORT WORTH EXTENSIONS, REPLACEMENTS AND
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2019
Form Revised 20120120 City Project No. 102197
FORT Wopaj4
SECTION 00 4513
BIDDER PREQUALIFICATION APPLICATION
Date of Balance Sheet
Name under which you wish to qualify
Post Office Box
City
Marls only one:
Individual
Limited Partnership
General Partnership
Corporation
Limited Liability Company
State Zip Code
Street Address (required) City State Zip Code
Telephone Fax Email
Texas Taxpayer Identification No.
Federal Employers Identification No.
DUNS No. (if applicable)
MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO:
CITY OF FORT WORTH TEXAS
1000 THROCKMORTON STREET
FORT WORTH, TEXAS 76102-6311
AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION"
0045 13 - 2
BIDDER PREQUALIFiCATION APPLICATION
Page 2 of 9
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
(Check the block(s) which are applicable Block 3 is to be left blank if Block I and/or Block 2 is
checked)
Has fewer than 100 employees
and/or
Has less than $6,000,000.00 in annual gross receipts
OR
❑ Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to
become prequalifted.
MAJOR WORK CATEGORIES
Water Department
Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneling -- 36-Inches — 60 ---inches, and 350 LF or less
Tunneling - 36-inches --- 60 ----inches, and greater than 350 LF
Tunneling — 66" and greater, 350 LF and greater
Tunneling 66" and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban. and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission., Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 18-inches — 36-inches
Server Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smaller
CCTV, 24-inches and smaller
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0045 13 - 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
BIDDER PREQUALIMCATION APPLICATION
Page 3 of 9
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0045 13 - 4
BIDDER PREQUAL.IFICATION APPLICATION
Page 4 of 9
MAJOR WORK CATEGORIES, CONTENUED
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smaller
Sewer CIPP, All Sizes
Sewer Collection System, Development, 8-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inches and smaller
Sewer Collection System, Development, 12-inches and smaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning, 24-inches and smaller
Sewer Cleaning, 42-inches and smaller
Sewer Cleaning, All Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Transportation Public Works
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance (UNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)
Roadway and Pedestrian Lighting
CITY OF FORT WORTH SMALL DIAMETFR WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
004513-5
BIDDER PREQUALIFICATION APPLICATION
Page 5 of 9
1. List equipment you do not own but which is available by renting
f DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER I
2. How many years has your organization been in business as a general contractor under your present
name?
List previous business names:
3. How many years of experience in construction work has your organization
had:
(a) As a General Contractor:.
(b) As a Sub -Contractor:
4. *What projects has your organization completed in Texas and elsewhere?
CONTRACT
AMOUNT
CLASS
OF
WORK
DATE
COMPLETED
LOCATION
CITY -COUNTY-
STATE
NAME AND DETAILED
ADDRESS OF OFFICIAL TO
WHOM YOU REFER
*If requalifying only show work performed since last statement.
5.Have you ever failed to complete any work awarded to you?_
If so, where and why?
b. Has any officer or owner of your organization ever been an officer of another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and
7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?
If so, state the name of the individual, name of owner and reason.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
00F4513-6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of 9
&. In what other lines of business are you financially interested?
9. Have you ever performed any work for the City?,
If so, when and to whom do you refer?
10. State names and detailed addresses of all producers from whom you have purchased principal
materials during the last three years.
NAME OF FIRM OR COMPANY I DETAILED ADDRESS
11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship
to this person or firm.
12. What is the construction experience of the principal individuals in your organization?
NAME
PRESENT
POSITION OR
OFFICE
YEARS OF
EXPERIENCE
MAGNITUDE
AND TYPE OF
WORK
IN WHAT
CAPACITY
13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the
same household with a City employee, please list the naive of the City employee and the relationship. In
addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or
director who does not live in the same household but who receives care and assistance from that person as
a direct result of a documented medical condition. This includes foster children or those related by
adoption or marriage.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
00 45 13 - 7
BIDDER PREQUALIFICATION APPLICATION
Page 7 of
CORPORATION BLOCK
PARTNERSE" BLOCK
If a corporation:
If a partnership:
Date of Incorporation
State of Organization
Charter/File No.
Date of organization
President
Is partnership general, limited, or registered limited
liability partnership?
Vice Presidents
File No. (if Limited
Partnership)
General Partners/Officers
,Secretary
Limited Partners (if applicable)
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No.
1 Individuals authorized to sign for Partnership
Officers or Managers (with titles, if any)
Except for limited partners, the individuals listed in the blocks above are presumed to have full
signature authority for your firm unless otherwise advised. Should you wish to grant signature
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes, partnership agreement, power of attorney or other legal documentation which
grants this authority.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
14. Equipment
004513-8
BIDDER PREQUALIkICATION ,APPLICATION
Page 8 of 9
TOTAL
ITEM
QUANTITY
ITEM DESCRIPTION
BALANCESHEET
VALUE
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Various -
TOTAL
Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment,
you may show these 30 types and show the remainder as "various". The City, by allowing you to show
only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment.
The equipment list is a representation of equipment Linder the control of the firin and which is related to
the type of work for which the firm is seeking qualification. In the description include, the manufacturer,
model, and general common description of each.
CITY OF FORT WORT14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
00 45 13 - 9
BIDDER PREQUALIFICATION APPLICATION
Page 9 of 9
BIDDER. ]PREQUALI FICATION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depository, vendor or any other
agency herein named is hereby authorized to supply each party with any information, while this statement
is in force, necessary to verify said statement.
, being duly sworn, deposes and says that
he/she is the of , the entity
described in and which executed the foregoing statement that he/she is familiar with the books of the said
entity showing its financial condition; that the foregoing financial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
Prequalification Application are correct and true as of the date of this affidavit.
Firm Name:
Signature:
Sworn to before me this
day of
Notary Public
Notary Public must not be an officer, director, or stockholder or relative thereof.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 20I2 RELOCATIONS CONTRACT 2019
City Project No. 102197
00.4526 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW.
Page I of 1
1 SECTION 00 45 26
2 CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW
3
4 Pursuant to Texas Labor Code Section 406.096(a), as. amended, Contractor certifies that it
5 provides worker's compensation insurance coverage for al] of its employees employed on City
6 Project No. 10219'7. Contractor further certifies that, pursuant to Texas Labor Code., Section
7 406-096(b), as amended, it will,provide to City its subcontractor's certificates of compliance with
8 worker's compensation coverage,
9
10 CONTRACTOR:
13 Company (Please Print)
14
15 �� a`7'��x � �a��� ...._- Signatures
1.6 Address
17 �� p
18 • a0..� i� Title:.. C{ �, .. .
19 City/State/Zip f� j tom% (Please Print)
20 j
21
22 THE STATE OF TEXAS §
23
24 COUNTY OF TARRANT §.
25
26 BEFO ME, the ndersigned authority; on this day personalty appeared.
27 'ems 'C5 4 e known to mire to he the -person whose name is
28 subscribed to the foregoing instrument, and acknowledged to me that he/she :executed the same as
29 the act and deed of 1'or1ri tee {c° purposes
(o .:... for the and
30 consideration therein expressed and in the capacity therein stated..
31
32 GIVEbT LI DER MY 1 AND AND SEAT, OF OFFICE this C� �' I� day of
33 c� �i 20 { .
34 __..
35-
„�„
36 00 PAEJL1 CJONES
37 ': Notary Public, State of Teas Notary Public in. an �^NratIe Mate of Texas
"= Notary ID At 1256131�1-g
....�aS a MV Commi, i. FYnlr®e
39 - -END'OF SECTION
46
CITY OF FORT WORTFI SMALL DLkMP-T8R WATERMAIN
STANDARD CONSTRUCTION SPBGWICATION DOCUMENTS I; 'ENSIGNS, "PLACEMENTS &
Revised July 1, 2011 RELOCATIONS CONMACT 2¢19
City Project CIO. 102197
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
004540-1
Minority Business Enterprise Specifications
Page 1 of 2
SECTION 00 45 40
Minority Business Enterprise Specifications
APPLICATION OF POLICY
If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is
applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority
Business Enterprises (MBE) in the procurement of all goods and services. All requirements and
regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid.
MBE PROJECT GOALS
The City's MBE goal on this project is 5 % of the total bid value of the contract (Base bid applies to
Parks and Community Services).
Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror
must submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to
comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following.
1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or
3. Good Faith Effort documentation, or;
4. Prime Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Purchasing Division, within the following times
allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror small
deliver the MBE documerttatien in person to the approptiAle ciriployec of [lie purcligsing division and
obtain a dateA nie- r"tBIp1. SLi01 reecipl shall be ovideuee that the City received the do%mir-pitation Lt tie
time allocated, A faxed aiidInr ¢mailed copy will not be accept -1
1. Subcontractor Utilization Form, if
received no later than 2:00 p.m., on the second City business
goal is met or exceeded:
day after the bid opening date, exclusive of the bid opening
date.
2. Good Faith Effort and
received no later.than 2:00 p.m., on the second City business
Subcontractor Utilization Form, if
day after the bid opening date, exclusive of the bid opening
participation is less than stated goal:
date.
3. Good Faith Effort and
received no later than 2:00 p.m., on the second City business
Subcontractor Utilization )form, if no
day after the bid opening date, exclusive of the bid opening
MBE participation:
date,
4. Prime Contractor Waiver Form,
received no later than 2:00 p.m., on the second City business
if you will perform all
day after the bid opening date, exclusive of the bid opening
contracting/supplier work.
date.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 9, 20I5
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
S
9
10
II
00 45 40 - 2
Minority Business Enterprise Specifications
Page 2 of
5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business
or exceeded. day after the bid opening date, exclusive of the bid opening
date.
FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE
WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS.
FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID
BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR
BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR
PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS.
Any Questions, Please Contact The M/WBE Office at (817) 212-2674.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 9, 20I5
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
005243-1
Agreement
Page I of 5
1 SECTION 00 52 43
2 AGREEMENT
3
4 THIS AGREEMENT, authorized on SEP 17, 2014 is :made by and between the City of
5 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City
6 Manager, ("City"), and Texas Commercial Construction, LLC , authorized to do
7 business in Texas, acting by and through its duly authorized representative, ("Contractor").
8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
9 follows:
10 Article 1. WORK
11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the
12 Project identified herein.
13 Article 2. PROJECT
14 The project for which the Work under the Contract Documents may be the whole or only a part is
15 generally described as follows:
16 Small Diameter Water Main Extensions, Replacements & Relocations Contract 2019
17 City Project No.102197
18 Article 3. CONTRACT PRICE
19 City agrees to pay Contractor for performance of the Work in accordance with the Contract
20 Documents an amount, in current funds, of Seven Hundred Fifty Thousand Dollars
21 ($50,000.00 ).
22 Article 4. CONTRACT TIME
23 4.1 Final Acceptance.
24 The Work will be complete for Final Acceptance within 365 days after the date when the
25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions,
26 plus any extension thereof allowed in accordance with Article 12 of the General
27 Conditions. -Tf j� cvn
ew:, w ni /P S _
28 4.2 Liquidated Datnnages
29 Contractor recognizes that time is of the essence for completion of Milestones, if any, and
30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is
31 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also
32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding,
33 the actual loss suffered by the City if the Work is not completed on time. Accordingly,
34 instead of requiring any such proof, Contractor agrees that as liquidated damages for
35 delay (but not as a penalty), Contractor shall pay City Three Hundred Fifteen and
36 001100 Dollars ($315.00) for each day that expires after the time specified in Paragraph
37 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance.
CITY Or FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 11.15.17
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 10207
005243-2
Agreement
Page 2 of 5
38 Article 5. CONTRACT DOCUMENTS
39 5.1 CONTENTS
40 A. The Contract Documents which comprise the entire agreement between City and
41 Contractor concerning the Work consist of the following:
42 1. This Agreement.
43 2. Attachments to this Agreement:
44 a. Bid Form
45 1) Proposal Form
46 2) Vendor Compliance to State Law Non -Resident Bidder
47 3) Prequalification Statement
48 4) State and Federal documents (project specific)
49 b. Current Prevailing Wage Rate Table
50 c. Insurance ACORD Form(s)
51 d. Payment Bond
52 e. Performance Bond
53 f. Maintenance Bond
54 g. Power of Attorney for the Bonds
55 h. Worker's Compensation Affidavit
56 i. MBE and/or SBE Utilization Form
57 3. General Conditions.
58 4. Supplementary Conditions.
59 5. Specifications specifically made a part of the Contract Documents by attachment
60 or, if not attached, as incorporated by reference and described in the Table of
61 Contents of the Project's Contract Documents.
62 6. Drawings.
63 7. Addenda.
64 8. Documentation submitted by Contractor prior to Notice of Award.
65 9. The following which may be delivered or issued after the Effective Date of the
66 Agreement and, if issued, become an incorporated part of the Contract Documents:
67 a. Notice to Proceed.
68 b. Field Orders.
69 c. Change Orders.
70 d. Letter of Final Acceptance.
71
72 Article 6. INDEMNIFICATION
73 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
74 expense, the city, its officers, servants and employees, from and against any and all
75 claims arising out of, or alleged to arise out of, the work and services to be performed
76 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
77 under this contract. This indemnification provision is specifically intended to operate
78 and be effective even if it is alleged or proven that all or some of the damages being
79 sought were caused in whole or in part, by any act omission or negligence of the ci
80 This indemnity provision is intended to include, without limitation, indemnity for
81 costs, expenses and legal fees incurred by the city in defending against such claims and
82 causes of actions.
83
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised 11.15.17 RELOCATIONS CONTRACT 2019
City Project No, 102197
00 52 43 - 3
Agreement
Page 3 of 5
84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
85 the city, its officers, servants and employees, from and against any and all loss, damage
86 or destruction of property of the city, arising out of, or alleged to arise out of, the work
87 and services to be performed by the contractor, its officers, agents, employees,
88 subcontractors, licensees or invitees under this contract. This indemnification
89 provision is specifically intended to operate and be effective even if it is alleged ar
90 proven that all or some of the damages beinu sou ht were caused in whole or in part
91 by any act, omission or negligence of the city.
92
93 Article 7. MISCELLANEOUS
94 7.1 Terms.
95
Terms used in this Agreement which are defined in Article I of the General Conditions will
96
have the meanings indicated in the General Conditions.
97
7.2
Assignment of Contract.
98
This Agreement, including all of the Contract Documents may not be assigned by the
99
Contractor without the advanced express written consent of the City.
100
7.3
Successors and Assigns.
101
City and Contractor each binds itself, its partners, successors, assigns and legal
102
representatives to the other party hereto, in respect to all covenants, agreements and
103
obligations contained in the Contract Documents.
104
7.4
Severability.
105
Any provision or part of the Contract Documents held to be unconstitutional, void or
106
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
107
remaining provisions shall continue to be valid and binding upon CITY and
108
CONTRACTOR.
109
7.5
Governing Law and Venue.
110
This Agreement, including all of the Contract Documents is performable in the State of
III
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
112
Northern District of Texas, Fort Worth Division.
113
7.6
Authority to Sign.
114
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
115
than the duly authorized signatory of the Contractor.
116
117
7.7
Prohibition On Contracts With Companies Boycotting Israel.
118
Contractor ackr owledges that in accordance with Chapter 2270 of the Texas Government
119
Code, the City is prohibited from entering into a contract with a company for goods or
120
services unless the contract contains a written verification from the company that it: (1)
121
does not boycott Israel; and (2) will not boycott Israel during the term of the contract.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised 11.15.17 RELOCATIONS CONTRACT 2019
City Project No. I02197
00 52 43 -,4
Agreement
Page 4 of 5
122 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms
123 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor
124 certifies that Contractor's signature provides written verification to the City that
125 Contractor: (I) does not boycott Israel, and (2) will not boycott Israel during the term of
126 the contract.
127
128 7.8 Immigration Nationality Act.
129 Contractor shall verify the identity and employment eligibility of its employees who
130 perform work under this Agreement, including completing the Employment EIigibility
131 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of
132 all I-9 forms and supporting eligibility documentation for each employee who performs
133 work under this Agreement. Contractor shall adhere to all Federal and State Iaws as well as
134 establish appropriate procedures and contTols, so that no services will be performed by any
135 Contractor employee who is not legally eligible to perform such services.
136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS
137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF
138 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES,
139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to
140 Contractor, shall have the right to immediately terminate this Agreement for violations of
141 this provision by Contractor.
142
143 79 No Third -Party Beneficiaries.
144 This Agreement gives no rights or benefits to anyone other than the City and the Contractor
145 and there are no third -party beneficiaries.
146
147 7.10 No Cause of Action Against Engineer.
148 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
149 sureties, shall maintain no direct action against the Engineer, its officers, employees, and
150 subcontractors, for any claim arising out of, in connection with, or resulting from the
151 engineering services performed. Only, the City will be the beneficiary of any undertaking by
152 the Engineer. The presence or duties of the Engineer's personnel at a construction site,
153 whether as on -site representatives or otherwise, do not make the Engineer or its personnel
154 in any way responsible for those duties that belong to the City and/or the City's construction
155 contractors or other entities, and do not relieve the construction contractors or any other
156 entity of their obligations, duties, and responsibilities, including, but not limited to, all
157 construction methods, means, techniques, sequences, and procedures necessary for
158 coordinating and completing all portions of the construction work in accordance with the
159 Contract Documents and any health or safety precautions required by such construction
160 work. The Engineer and its personnel have no authority to exercise any control over any
161 construction contractor or other entity or their employees in connection with their work or
162 any health or safety precautions.
163
164 SIGNATURE PAGE TO FOLLOW
165
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 11.15.17
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0052A3-5
Agreement
Page 5 of 5
166
167 IN WITNESS WHEREOF, City and Contractor have each executed thi Agreement to be
168 effective as of the date subscribed by the City's designated Assistant Ci anager ("Effective
169 Date").
170
Contractor: -TeJ as Co+mrvterG f 0L (
C'D1'18'i'YL"ovi1 LLC,
(Signature)
GLs-Ae< -0.
(Printed Name)
Title: of cam. Prat J----`f'
Address:
3 mot'
-76//y
City/State/Zip:
1orfL it
Date
City of Fort Worth
By: f
Dan urghd
Assi/stars City Mea
ger
Date f 16 / I �, , ,
Attest:
City SE
(Seal)
M&C _ 19-0164
Date: 09/17/19
0..
"' ��No
0 .
Iaorm 1295 No. 2019-526567 `e `
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
regljirements.
Lawrence Hamilton, P.E.
Senior Professional Engineer
Ap ove&sFormn and Legality. -
Douglas W. Black
Assistant City Attorney
171
172
APPROVAL RECO LADED:
173
174
175
Chris Harder, AE.
176
DIRECTOR,
177
Water Department
178
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 11.15.17
OFFIC-All, RECORD
C11Y SECRETARY
IFTDfAAfATER�W�A�TEEW MWH AIN
RELOCATIONS CONTRACT 2019
City Project No. 102197
006113-1
PERFORMANCE BOND
Page I of -I
i
SECTION 00 6113
2
PERFORMANCE BOND #4422885
3
5
4
THE STATE OF TEXAS §
5
§ KNOW ALL BY THESE PRESENTS:
6
COUNTY OF TARRANT §
]
7
8
That we, Tejas Commercial Construction, LLC knownas
9
"Principal" herein and SureTec Insurance Company a corporate
10
11
surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as
"Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
12
municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal
13
sum of, Seven Hundred Fifty Thousand Dollars
14
{$ 750,000.00 , lawful money of the United States, to be paid in Fort Worth,
15
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind
16
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
{
17
firmly by these presents.
18
WHEREAS, the Principal has entered into a certain written contract with the City
19
awarded the day of _SEP 17��? , 20^, which Contract is hereby referred to and
20
made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment
21
labor and other accessories defined by law, in the prosecution of the Work, including any Change
22
Orders, as provided for in said Contract designated as Small Diameter Water Main Extensions,
23
.Replacements & Relocations Contract 2019; City Project No.102197
24
NOW, THEREFORE, the condition of this obligation is such that if the said Principal
25
shall faithfully perform it obligations under the Contract and shall in all respects duly and
26
faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
27
specifications, and contract documents therein referred to, and as Well during any period of
28
extension of the Contract that may be granted on the part of the City, then this obligation shall be
29
and become null and void, otherwise to remain in full force and effect.
i�r
1' CITY OF FORT WORT14 SMALL DIAMETER WATER MAIN
' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMETNS &
Revised July 1, 2011 RELOCATIONS CONTRACT 2019
City Project No. 102197
00 61 13 - 2
PERFORMANCE BOND
Page 2 of 3
1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
2 Tan -ant County, Texas or the United States District Court for the Northern District of Texas, Fort
3 Worth Division.
i
4 This bond is made and executed in compliance vvitll the provisions of Chapter 2253 of the
5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
11
!1
rL
UL
7
10
11
12
13
14
15
16
17
18
I9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
accordance with the provisions of said statue.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
this instrument by duly authorized agents and officers on this the
SEP 17 I'll
., 20
ATTEST:
(Principal) Secretary
Witness as VPrincipal
4
Witness Sure y
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
day of
PRINCIPAL:
Tejas Commercial Construction, LLC
BY:
Signature
Charles Allen, Vice -President
Name and Title
Address: P.O. Box 10395
River Oaks, Texas 76114
SURETY:
SureTec Insurance Company
BY: Ask
Signature
Chris Lynn Holt, Attor_n_e3 -In_-Fact
Name and Title
Address: 9737 Great HiIIs Trail, Suite 32o
Austin, Texas 78759
Telephone Number: 817-287-3228
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMETNS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
fJ
i
f
I
006113-3
PERFORMANCE BOND
Page 3 of 3
I *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
2 from the by-laws showing that this person has authority to sign such obligation. If
3 Surety's physical address is different from its mailing address, both must be provided.
4. The date of the bond shall not be prior to the date the Contract is awarded.
5
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMETNS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
ppp : 4221828
SureTec Insurance Company
LUM=4 POWER OF ATTORNEY
Know Ail Men by nese Presence. That SURETHC INSURANCE CONTANY (tile "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Hougtan, Harris County, Texas, do&-; by these presents
risks, cans#ltete arld appoint
ChNs Lynn 1-16t, Mark Mitchell, Natalie R- McCalment, Jim 1-1- Barr.
Russell Board. Roger & Redden, Rhonda Wells
its truer anti lawful Attorney-in-fke:i, with full power and aelthorily hereby conferred in its name, glace attd OnK to r~xeeute, acknowledge
and deliver any and all bonds, reccgni non undcrtakingx tar other instt•mmenta or contracts of suretyship to include waiwWaa to the
conditions of contracts and parts.enls of sur. ty for, pmviding tltc bond penalty does no>i exceed
Five MI111an and =100 Oullar ( ,QOCI,400,DO)
asrad to hired the Company thacby as fatly and to the 54M6 extent as if shell bond were signed by the CEO, sealed with [he corporate seal
of the Company and duly attested by ILq Sd=tary, hereby ratifying usrd co4t`treing all drat the said Attomey-in-Fact may der in the
pro: raises. Said appointment is made under and by authority of the fbEowing resolutions of the Board of Direcwrs of the SareT�-.c
[tisurance Company:
Ba it R &ohred That the President, imy V les -President, any Assistant Viet -President, any Seueuary or any Awisl=L ScCrcrary shall ba and is
hereby vasted wJth full power and authority to appoint any uno or mare suitgble p+sraans as Al1orrley(s)-1n-Fact to rrptescnt and act for and on
behitifbf the Company subject to the following provisions;
Atiorngy-N-Fact my W given full p(iwcr turd authhrity for and In thoname of and of behalf of the Compatly. to exemnute, imI nowtedge mid
deliver, any and all bonds, reaognixanccs, contrcmts, nsmornc❑ts or indemnity and other renditional or obligatory urldu utkings mud any and ail
notices and decumonts canaoeiing or tarmtnriting the C❑mpaDy's- liability thcrcuador. " any. suoh lintTwntmin w executed by auy such
Attorney -in -Far# shall be bhsding upon the CompmV ms ifsigrred by the Prosidml and & lore and er[=ed by the Corporate Secretary,
Be it RnaotwA that the signnture-of any autherinad affloar acid seal of [he Company hcratuforo or hereafter afrmed to -any power of aRarrmy or
any cerilf sate rclaung those+ by raca€mlle, and tiny }rower ofgtprney or certificate' bDaring fscsimi€e signanurrr or fhosimile seal sieall be v03id
d binding upote the Compol3y with resprct to any bond or undertaking to which ft is attached. (Adcpred at a meerfng laid on 20, a��iprif.
1999,)
In WUneis Whereaf. SURETEC WCJRANCF .COMYAWY has caused [here presents to be Signed by its CEO, arid its corporate seal to
be harato affiLxed this, loan day of Auqusf , A.D. 2018 .
�}a+1fr STIRLITEC 1148 PA
ICY
u w Joltm Kno ., C_L
State of Texas ss; ?p r
County of i�arrl s
On this tsan day of "ust , A_D_ 2019 bcforri we persurial-l}' came John 1-:rrex Jr„ to the known.. who, hamg by me dilly sworn. did depose srtd sfiy,
Ihu[ he res€das in HouiLM n, Texas, lbH1 ho is CEO of SURETEC INSURANCE COMPANY, tim campmy douTibW in wW whIrIL cxecutad rho ahawc
irt9trinmrnti that he kltpws the seal of saiti Company; that the se�l-aFfixed to said instrrunew is sudr sorpormo-seal. dish It was So aeflixed 4Y QMrT of the
Bowd of Directors of ntid a; ornpany; and that he signed his name thmvtP by tike order,
,x,F+tiM+T IAAola--YN CF1CFKLFAF
''kk 'r. 1ht+rlIffy Vh111111J, .Sgfle 13 ln;raG
,-AN\N�
Jaeek yn Gr-ecultaf, Ala€ory Public
My commiss ion expires May 18, 2021
1, M. Brent Beaty, Assistan t Swreta of SURETEC INSIF NCE COMPANY, do hereby aellify that the ahava and farcgoing is et true wfJ airrect ropy
of a Power of Anarnry, ozeetlled by said Company. which J.s sd li in ful I force and efrmt: and furthermore- the rasolutions of the Board of Directors, sat
uut In 1 ho Power of JArtornay nee In full foreas and effect
Given wader my hand and the Beal of said Compaety at Houston, Texas this day of 7;4!2�_
A-D.
A
. Rrerlf Beaty, A ldan€ ScObtary
Any Ita8trumant 3ssud3d In axrass of the ponality stated above is totally Vold and without arry validity.
i`or vorJficatlUri of thu HUIhaalty of than power y u u may tall i713) 912-01100 any bualnnss clay betwoon 810 am arrd S-N }err! CST,
SureTec Insurance Company
THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION
Statutory Complaint Notice/Filing of Claims
To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a
complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at:
SureTec Insurance Company
9737 Great Hills Trail, Suite 320
Austin, Tx 78759
You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-
3439. You may write the Texas Department of Insurance at
PO Box 149104
Austin, TX 78714-9104
Fax#: 512-490-1007
Web: http://www.tdi.state.tx.us
Email: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the
Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance.
Texas Rider 06042014
E � .
0061 14 -1
1 PAYMENT BOND
Page 1 of 2
J 1 SECTION 00 6114
2 PAYMENT BOND #4422885
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we Teas Commercial Construction, LLC
known as
9 "Principal" herein, and SureTec Insurance Company a
10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as
11 "Surety" herein (whether one or more), are held and filmly bound unto the City of Fort Worth, a
44 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein,
1 13 in the penal sum of Seven Hundred Fifty Thousand Dollars
14 ($ 750,000.00 ), lawful money of the United States, to be paid in Fort Worth,
15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves,
16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
17 Presents:
18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
19 day of SEP 17106
y _ , 20 ,which Contract is hereby referred to .and
20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment,
1 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in
1
22 said Contract and designated as Small Diameter Water Main Extensions Replacements &
} 23 Relocations Contract 2019; City Project No. 102197
l
24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
i 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
28 force and effect.
29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
P P
30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
31 accordance with the provisions of said statute. -
32
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised July 1, 2011 RELOCATIONS CONTRACT 2019
City Project No. 102197
O
0061 14 - 2
PAYMENTBOND
Page 2 of 2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the day of
3 _ SEP 17 20 , 20
4
I
PRINCIPAL:
Teas Commercial Construction, LLC
ATTEST: BY:
Signature
Charles Allen, Vice -President
(Principal) Secretary Name and Title
Address: P.O. Box 10395
River Oaks, Texas 76114
Witness a o Principal
I�SURETY:
J SureTec Insurance Company
ATTEST: BY: �� ._...
Signature
Chris Lynn Holt, Attorney -In -Fact
(Surety) Secretary Name and Title
Address: 9737 Great Hills Trail, Suite 320
Austin, Texas 78759
itne=p4 Surety
Telephone Number: 817-287-3228
5
?
6
Note: If signed by an officer of the Surety, there must be on file a certified extract from the
7
bylaws showing that this person has authority to sign such obligation. If Surety's physical
8
address is different from its mailing address, both must be provided.
9
10
The date of the bond shall not be prior to the date the Contract is awarded.
f 1
END OF SECT -ION
12
CITY OF FORT WORTH
SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised July 1, 2011 RELOCATIONS CONTRACT 2019
City Project No. I02197
POA p: 4221928
SnreTec Insurance Company
LIMITED POWER F ATTORNEY
Know All Men by These PreignA, That SURET'EC iNSURANCE COMPANY (dio "Company"), a corporntion duly organizod and
existing and f the laws of the State of'texas,-and raving its prillcipul offer in Houoor� Harris County, Texas, does by these presents
make, constitute and appoint
Chrls Lynn Mott. Metk Mitchell, hiatelle R. McCalrnenl, .11m H. Barr.
Russell Board, Roper A. Redden, Rhonda Wells
its tme aad 1awfuI Attorney -in -fact, with full power and authority hereby conNrred fn its name. pInce and stead, to exeoute, acknowledge
and deliver any and ad bonds, reoagnixancos, undertakings or other hlstruntmnts or contracis of suretyahip to include waivers to the
conditions of contracts and conseots cif surety for, Voviding the bond penalty does not exceed
F[ve Million and OO11DO R)Ilars ($5,000,000.00).
and w bind the Octnpnny thereby as fLdly and to the same owmt as if sui;h bond were-sigried by the GEO, sealed witty the corpamle seal
of the Company tend duly attested by Iv; Secrmtary, hereby ratifying and confirming all that the said Attorney -in -fact rnny do in the
premism. Said appointment is made under and by authority of the following reaokations of the Hoard of Directors of the SnreTec
insuranov ompany:
Re if R,3soived, that the Presidont, arty Vice -President, itny Assistant Vice restdc it, any Secretory or any Assistant Se"Clary shall be and is
hereby vested with Fall Prover and authority to appoint any cma or mom suitable persons o Atitmey(s)-In-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Ane wvay-In-lace may be given 041 power and siuflwHty't*ar and in the narne.of ur d of befi f of tho Company, to tnmutc, acknowKime And
dellver, any and all beads; rcmgiiizaoces, cvntnmts, agreeineiita or Indemnity and other conditional or obligatory undertakings and any and atl
noutices and dIXLMt TS C$noeI4 or tormin$ting tU Coirrpany's liahNty t#izraundcr, and any such in5trumortts out exer,wed by any such
Attorney -in -Fact shall be binding upon Lb Company ux if signed by the President and scaled mid cMcteti by tho Cnrpomte Secretary,
Be it Resolved. that the slgnsium of any anthmircd oft3 r and and of the f onaPsny harat.affiru or hcrrnfl r Afitxed to any power of tutornay or
any ce:rttfisatp relating therata by fiicsinailc, and any grower of attorney or certificate bearing fecsimi la signatum of #ltcstmile scat iftil N valid
and binding upon the Company with Mpmt to imy bond or undertaking to which it is attauhed. (Adopted at a meesing hold uR 20'6 of.4prd,
199°9.)
in aG gmess N'J emf., SURETEC INSURANCE COMPANY has. caused these presents to be signed by its CEO, and ita corporate sea[ to
be hrxnto affrxod this lave day of Ae,yust + A.D. MIS .
Sf A4ETEC INS PANY
k Hy.
iu John K1313r., C-
State of Texas as; 4 ,r
County ofTTWT1.'g
on this 181h day CT AU0431 , A_f]_ 20IR before me personally came John Knox Jr to ate known, who, boing by me duly swum, did depose bnd say,
that he resides in Houston, Texas, that tit is CM of Si RETEC [NSUR.ANCE CUWANY, thrF company ckaurlbtd in aril wh10i executed the aboves
it3str mmti that ho knom the sea[ of said Company that Ihasertj lofted to said 1nsinrrrmnt is such corpormt seal; that it was so siiixed by order of the
S'DW of Directors ref said Conipany-, and mat Ire sighed his name thcmw by W<e order.
1AC11t1Cl_Y�1 1; 1=Fb1LF]A]f�
ni(Anoy I'tilrll+j. Stntaol In/'�4n�r�141 Ytyir�4(JJ1-tti-k!tl
f ? ts510 f629
,-Amor
JneqVelyii Greenlear. Notary Public
Myconunisskmexpires May18,2021
t, JVL $rent Bcaty, Assi start Secretary of S['lRETEC n+t: UIUNCE COWANY. du hemby certify that the abuvc cent Tomping Is a 1 nm and Correct copy
of a Power of Atlnrney, executed by said Cmrnptwy, which is rd It In full rorce and c0cut; and turthermoro, tNc resolutionn of ills i3ourd of oirectars, wr
out In the Puwerr of Mtornay ere in full retee and effect_
Given under my hand and the seal of sdd Campaay at Houstan. Texas t]iis. _day of �'t� - 4-D,
. Brent Beaty, AM. Ntaret S1!C*t9Ty
Any Nstrumunt I Muod Ire excess of the penalty stubear above Is toraVy void and without any uallttlty.
For verlffeatton of the authority of this pourer you may Bail (713) 812-0800 any Itui l read day bakwaen a:30 am and 5:00 pm CST,
SureTec Insurance Company
THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION
Statutory Complaint Notice/Filing of Claims
To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a
complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at:
SureTec Insurance Company
9737 Great Hills Trail, Suite 320
Austin, Tx 78759
You may contact the Texas Department of Insurance t6 obtain information on companies, coverage, rights or complaints at 1-800-252-
3439. You may write the Texas Department of Insurance at
PO Box 149I04
Austin, TX 78714-9104
Fax#:512-490-1007
Web: http://www.tdi.state.tx.us
Email: ConsumerProtection@tdi.texas.gov
tdi.texas.gov
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the
Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance.
Texas Rider 06042014
i�
J
0061 19 -1
MAINTENANCE BOND
Page 1 of
1 SECTION 00 6119
2 MAINTENANCE BOND #4422885
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we Tejas Commercial Construction, LLC known as
9 "Principal" herein and SureTec Insurance Company
a corporate surety
10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as
11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein,
13 in the sum of Seven Hundred Fifty Thousand Dollars
14 ($ 750,000.00 ), Iawful money of the United States, to be paid in Fort Worth,
15 Tarrant County, Texas, for payment of which sutra well and truly be made unto the City and its
16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
17 and severally, firmly by these presents.
18
19 WHEREAS, the Principal has entered into a certain written contract with the City awarded
20 the day of $EP 17 2019 , 20 , which Contract is hereby
21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
22 materials, equipment labor and other accessories as defined by law, in the prosecution of the
23 Work, including any Work resulting from a duly authorized Change Order (collectively herein,
24 the "Work") as provided for in said contract and designated as Small Diameter Water Main
25 Extensions, Replacements & Relocations Contract 2019; City. Project No102197; and
26
27 WHEREAS, Principal hinds itself to use such materials and to so construct the Work in
28 accordance with the plans, specifications and Contract Documents that the Work is and will
29 remain free from defects in .materials or workmanship for and during the period of two (2) years
30 after the date of Final Acceptance of the Work by the City ("Maintenance Period'); and
31
32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
33 upon receiving notice from the City of the need therefor at any time within the Maintenance
34 Period.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1. 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
R
0061 19 - 2
MAINTENANCE BOND
Page of
1
2 NOW THEREFORE, the condition of this obligation is such that if Principal shall
3 remedy any defective Work, for which timely notice was provided by City, to a completion
4 satisfactory to the City, then this obligations shall become null and void; otherwise to remain in
5 full force and effect.
6
7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to
9 be repaired and/or reconstructed with all associated costs thereof being bo e by the Principal and
10 the Surety under this Maintenance bond; and
11
12 PROVIDED FURTHER, that if any legal action be fled on this Bond, venue shall lie in
13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
14 Worth Division; and
15
16 PROVIDED FURTHER, that this obligation shall be continuous in nature and
17 successive recoveries may be had hereon for successive breaches.
18
19
20
C
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
il
I'
J
006119-3
MAINTENANCE BOND
Page 3 of 3
I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2
3
4
5
6
7
8
9
10
11
12
I3
14
I5
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
instrument by duly authorized agents and officers on this the day of
SEP Y 120V , 20
ATTEST:
(Principal) Secretary
Witness as VM
ATTEST;
i 32 ( ety) Secretary
33
34
35 i ess as urety
J
PRINCIPAL:
. Tejas Commercial Construction, LLC
BY�
Signature
Charles Allen, Vice -President
Name and Title
Address: P.O. Box 10395
SURETY;
SureTec Insurance Comnan
BY:
ignature
Chris Lynn Holt, Attorney -In -Fact
Name and Title
Address:. 9737 Great Hills Trail, Suite 320
_Austin, Texnc 78759
Telephone Number: 817-287-3228
36
37 `Note: If signed by an officer of the Surety Company, there must be on file a certified extract
38 from the by-laws showing that this person has authority to sign such obligation. If
39 Surety's physical address is different from its mailing address, both must be provided.
40 The date of the bond shall not be prior to the date the Contract is awarded.
41
CITY OF FONT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised July 1, 2011 RELOCATIONS CONTRACT 2019
l� City Project No. 102197
paA a: 4221 S28
SurcTcc Insurance Company
LUMTED POWER OF ATT RNE
Xanw All Mart by Tbege Prr.YeAls, That SURETEC INSURANCE COMPANY (the "Company % a. corporvainn duty organimd and
existing under the laws of the State of Texas, and having its pr'trrcipal office in Houstun, Harris County, Texas, doc~s by these Msents
make, constitute and appoint
Chris Lynn Holt, Mark Mitchell. Natalie R- McCa3meri Jim H- Barr,
Russell Board, Roger A, Redden. Rhonda Walls
its true and lawful Atturnay-in-feat, with fitll power and suthorq horaby oonfined in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, rvi;0grei=crA, undertakings or other instruments or contracts of murctyship to include wnivers to the
coudit ions of writracts and conaamis of surety for, providing the bond penalty does not enc d
Five Million and W100 Dollars ($5,D00.1 00.00)
and to bind the Company thereby as Fully and to the same extent as ff such bond were sighed by the CEO. seated with the corporate sea]
of the Comp> ny and duly attested by its Secretary, Hereby rntifying and confirming all thW the said Attorney -in -Fact may do in the
premises- Said appolntmeni is made [ruder and by authority of the following re8txMions of the Board of Diractars of the SureTec
Insurance Company:
Ra it Resolved, that the Preslctm any Yice-President, any Assistant Vice-F'rwideot, any 9ccrctary or a.ny Assistant 5carclwy shall be and is
hereby ve-#cd with full power and aulhority to appnint uny one or mart snitch] a persons ifs Atiorney(s)-in-Fact to repreml and act far and an
bchnlfofthe Cr impauy wbjcei to the followIng pruv;slnns,
rlftorrRaq�{n F uc't may be given Ful I power and authority for and in the name of and of behalf of the Compaq, to avLcuutc, acknowledge and
dcllvex, any and ell bonds rccogssxaam, contrasts, agreemepts or indemnity and other caoditionat or ubliprory undonakings and any and ail
noticea pad documents cmrcclIng. or terminating the Company's Ilability thereunder, and any such instrtimcasc su axccuecd by any such
Attorney -ill -Fact shah be bindJng upon the Company as ifsigned by the President and sea lad and effecled by the Crnpornic Sc=Cary.
He. it Resplmd. tliw the signature of omy twThurizod officer and seal ofthe Company heretufora or hereafter affixed to any pawcr ofatton-my or
amy certifloate relation tixreto by foe;slmile, and any power of atte}rney or cartif eats bearing. facsimile Mymul re or fuosimila Kcal shal I be vsl id
and bind ing upon the Company with respwc to any bond ar undertaking ter which it Js attached. (AdoMed at o meeh'ng held are 2 ' of ilwif,
1999,)
In W tmrss Jtfrhgmf. S4JiiETF-C INSURANCE COADANY has caused these presents to be sigried by Its CFO, and its curprxzmc &ml to
be hereto affixed this ifitn day of AvRL nt , AD. 20 tfi ,
Ck
SlJll:']'l�" IL15 Pr1hIY
w .Jokn Ktoo .,
Slate tatTcxas NEIr.1 � V
Comay of Hams
On this IfM day of rya , A-D, 2nm Ware me per8slttbliy cmrkc Rahn Knox Jr., to nie blown, who, being by mr duly sworn, did depesc and q4y,
chat he Tssides in H1DU4Mir Texas+ thus he Js cps orsuRi;7'CC INSURANCE COJ1+iPANY, tho 4umpany dczrlbbd In and whloh nxtrwtd the above
instrument; that he ki;wws the weal of said Company: that the seal efxcd trn Iftid Instnimant is st,ah corporate seal: that it was.so efftxed by order ur the
Huard of Dfmwrs of mid Cnmpauy; and that he signed his nmve thereto by hkc order.
.aAC:C1t FKYN ii!11F #JLFAF
t++r 4
_F �' Nt�lnry i• 1wia, st m. ai rm,o
Vr
%;1.r ` yJ ill I:'lit�if3Dt3
ff I I I L1y5 I'14j t&
.-AMN7
JacqVelyn GmonleaL Notary Public
My commissi.an expires May 18, 2021
t, Nt Been i Beaty, Assl sEan c Secretary afSURIETEC TNSURANCS CDMPAN Y, do hereby certify that the above Fmd J:orcgoing is a hue and correct copy
of a Power of Attorney, oxGouted by said [:ampany, which is still hi full farce seed effect: and furthemiara, the resoluticros of the Board of €)itcutvrs, 3%
auk in the Fovmr of Attorney Bra in Full force and affect,
Given undrr my hand and the ieai of said C6rnpany at Hoti9tun, Texas this day of mn
��, ,A-D.
Brett I Beaty, A Stith SeAktary ---
ATty titistrument is sated i n excess[ of the "patty ataterd above is totally Ynid and without any valldlty.
For verilicatlon or the oulhadty OF this power you may Gall (713) $42-bR1313 any business day between 1 :10 am and 5-00 urn CST.
SureTeG Insurance Company
THIS BOND BIDER CON IAINS IMPORTANT COVERAGE INFORMATION
Statutory Complaint Notice/Filing of Claims
To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a
complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at:
SureTec Insurance Company
9737 Great Hills Trail, Suite 320
Austin, Tx 78759
You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-
3439. You may write the Texas Department of Insurance at
` PO Box 149104
Austin, TX 78714-9104
Fax#: 512-490-1007
Web: http://www.tdi.state.tx.tis
Email: ConsumerProtection a tdi.texas.gov
PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the
Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance.
Texas Rider 06042014 1
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCI NIENTS
Revision: Febnjwy2, 201 G
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT .
TABLE OF CONTENTS
Page
Article 1 — Definitions and Terminology.......................................................................................................... I
1.01 Defined Terms............................................................................................................... ....1
1.02 Terminology..................................................................................................................................6
Article 2 --
Preliminary Matters......................................................................
...... ... 7
2.01
Copies of Documents............................•----...................................................................................7
2.02
Conunencement of Contract Time; Notice to Proceed................................................................
7
2.03
Starting the Work..........................................................................................................................8
2.04
Before Starting Construction........................................................................................................
8
2.05
Preconstruction Conference..........................................................................................................
8
2.06
Public Meeting..............................................................................................................................
8
2.07
Initial Acceptance of Schedules....................................................................................................8
Article 3 Contract Documents: Intent, Amending, Reuse............................................................................ 8
3.01 Intent...................................................................................
3.02 Reference Standards...........................................................
3.03 Reporting and Resolving Discrepancies ............................
3.04 Amending and Supplementing Contract Documents........
3.05 Reuse of Documents..........................................................
3.06 Electronic Data...................................................................
......................................................... 8
......................................................... 9
......................................................... 9
.......................................................10
................................ I ...................... 10
....................................................... I I
Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points........................................................................................................... ll
4.01 Availability of Lands..................................................................................................................11
4.02 Subsurface and Physical Conditions..........................................................................................12
4.03 Differing Subsurface or Physical Conditions.............................................................................12
4.04 Underground Facilities...............................................................................................................13
4.05 Reference Points................................................................................................... ..14
4.06 Hazardous Environmental Condition at Site..............................................................................14
Article 5 — Bonds and Insurance.....................................................................................................................16
5.01 Licensed Sureties and Insurers...................................................................................................16
5.02 Performance, Payment, and Maintenance Bonds.......................................................................16
5.03 Certificates of Insurance.............................................................................................................16
5.04 Contractor's Insurance..................................................................................................... ...18
5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19
Article 6 — Contractor's Responsibilities ................
6.01 Supervision and Superintendence.......
CITY OF FORT WORTH
STANDARD CONS`I'RCiC1ION SPECIFICATION DOCUMENTS
Revision; Febniary2, 2016
....................................................................I....19
.........................................................................19
6,02
Labor; Working Hours................................................................................................................20
6.03
.............................
Services, Materials, and Equipment......................................................... .....
20
6.04
Project Schedule.................................................................................................................:........21
6.05
Substitutes and "Or-Equals"....................................................................................................... 21
6.06
Concerning Subcontractors, Suppliers, and Others....................................................................24
6.07
Wage Rates..................................................................................................................................
25
6.08
Patent Fees and Royalties........................................................................................................... 26
6.09
Permits and Utilities....................................................................................................................
27
6.10
Laws and Regulations.................................................................................................................
27
6.11
Taxes...........................................................................................................................................
28
6.12
Use of Site and Other Areas.......................................................................................................
28
6.13
.......................................................
Record Documents....................................................... ........29
6.14
Safety and Protection ............................................ .................................................. I...................
29
6.15
Safety Representative...............................................................................................•..................30
6.16
Hazard Communication Programs............................................................................................. 30
6.17
Emergencies and/or Rectification................................................................................................
30
6.18
Submittals....................................................................................................................................31
6.19
Continuing the Work...................................................................................................................
32
6.20
Contractor's General Warranty and Guarantee..........................................................................
32
6.21
Indemnification.........................................................................................................................33
6.22
Delegation of Professional Design Services..............................................................................34
6.23
Right to Audit..............................................................................................................................
34
6.24
Nondiscrimination.......................................................................................................................35
Article7 - Other Work at the Site...................................................................................................................35
7.01 Related Work at Site............................................................................ .........35
7.02 Coordination................................................................................................................................ 36
Article 8 -
City's Responsibilities...................................................................................................................36
8.01
Communications to Contractor...................................................................................................36
8.02
Furnish Data................................................................................................................................
36
8.03
Pay When Due............................................................................................................................36
8.04
Lands and Easements; Reports and Tests...................................................................................36
8.05
Change Orders.............................................................................................................................36
8.06
Inspections, Tests, and Approvals................................................................. ...
36
8.07
Limitations on City's Responsibilities.......................................................................................37
8.08
Undisclosed Hazardous Environmental Condition....................................................................37
8.09
Compliance with Safety Program...............................................................................................
37
Article 9 - City's Observation Status During Construction...........................................................................37
9.01 City's Project Manager............................................................................................................37
9.02 Visits to Site................................................................................................................................ 37
9.03 Authorized Variations in Work.................................................................................................. 38
9.04 Rejecting Defective Work..........................................................................................................38
9.05 Determinations for Work Performed..........................................................................................38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmkuy2,2016
Article 10 - Changes in the Work; Claims; Extra Work
10.01 Authorized Changes in the Work ...............
10.02 Unauthorized Changes in the Work ...........
10.03 Execution of Change Orders .......................
10.04 Extra Work ..................................................
10.05 Notification to Surety ..................................
10.06 Contract Claims Process .............................
................................................................................ 38
... ................. I... ............................................ 38
................................................................................ 39
................................................................................ 39
......................... ............................................ I ..... I.... 39
................................................................................ 39
....................... ............ ............................................. 40
Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41
11.01 Cost of the Work......................................................................................................................... 41
11.02 Allowances.................................................................................................................... .. 43
11.03 Unit Price Work......................................................................................................44
11.04 Plans Quantity MeasLIrement......................................................................................................45
Article 12 - Change of Contract Price; Change of Contract Time................................................................. 46
12.01 Change of Contract Price ............................................................................................................ 46
12.02 Change of Contract Time............................................................................................................47
12.03 Delays...........................................................................•-•----..........---•.................----•------..............47
Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48
13.01 Notice of Defects........................................................................................................................48
13.02 Access to Work........................................................................................................................... 48
13.03 Tests and Inspections..............................................................................................48
13.04 Uncovering Work........................................................................................................................49
13.05 City May Stop the Work.............................................................................................................49
13.06 Correction or Removal of Defective Work................................................................................ 50
13.07 Correction Period........................................................................................................................ 50
13.08 Acceptance of Defective Work................................................................................................... 51
13.09 City May Correct Defective Work.----•.......................................................................................51
Article 14 Payments to Contractor and Completion....................................................................................52
14.01 Schedule of Values...................................................................................................................... 52
14.02 Progress Payments......................................................................................................................52
14.03 Contractor's Warranty of Title................................................................................................... 54
14.04 Partial Utilization..........................................................................•---•-------.......--•---........-----........55
14.05 Final Inspection...........................................................................................................................55
14.06 Final Acceptance.........................................................................................................................55
14.07 Final Payment..............................................................................................................................56
14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56
14.09 Waiver of Claims.....................................................•------...........-----..............................-•---.........57
Article 15 -- Suspension of Work and Termination........................................................................................ 57
15.01 City May Suspend Work............................................................................................................. 57
15.02 City May Terminate for Cause................................................................................................... 58
15.03 City May Terminate For Convenience ................................ .. 60
.....................................................
Article 16 - Dispute Resolution ........................................
16.01 Methods and Procedures ...............................
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmary2,2016
......................................................................... 61
......................................................................... 61
Article17 — Miscellaneous.............................................................................................................................. 62
17.01 Giving Notice.............................................................................................................................. 62
17.02 Computation of Times................................................................................................................ 62
17.03 Cumulative Remedies................................................................................................................. 62
17.04 Survival of Obligations............................................................................................................... 63
17.05 Headings......................................................................................................................................63
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmary2,2016
007200-I
GENERAL CONDITIONS
Page I of 63
ARTICLE I — DEFINITIONS AND TERABNOILOCY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agreement —The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Payment —The form acceptable to City which is to be used by Contractor
during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents.
4. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
S. Award — Authorization by the City Council for the City to enter into an Agreement.
6. Bid The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
7. Bidder —The individual or entity who submits a Bid directly to City.
8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Business Day A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
11. Buzzsaw City's on-line, electronic document management and collaboration system.
12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCT IV ENTS
Revision: Febrmy2,2016
00 72 00 - 1
GENERAL CONDITIONS
Page 2 of 63
13. Change Order —A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
14. City— The City of Fort North, Texas, a home -rule municipal corporation, authorized and
chartered under the Texas State Statutes, acting by its governing body through its City
Manager, his designee, or agents authorized under his behalf, each of which is required by
Charter to perform specific duties with responsibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whom Contractor has entered into the Agreement and for whom the Work is to be
performed.
15. City Attorney The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
16. City Council -The duly elected and qualified governing body of the City of Fort Worth,
Texas.
17. City Manager — The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with respect to the terms of the
Contract. A demand for money or services by a third party is not a Contract Claim.
19. Contract --The entire and integrated written document between the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, or agreements, whether written or oral.
20. Contract Documents Those items so designated in the Agreement. All items listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
21. Contract Price The moneys payable by City to Contractor for completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the
provisions of Paragraph 11.03 in the case of Unit Price Work).
22. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.
23. Contractor The individual or entity with whom City has entered into the Agreement.
24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febn ry2, 2016
007200-1
GENERAL CONDITIONS
Page 3 of 63
25. Damage Claims — A demand for money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
27. Director of Aviation — The officially appointed Director of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
28. Director of Parks and Community Services — The officially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
29. Director of Planning and Development -- The officially appointed Director of the Planning
and Development Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
30. Director of Transportation Public Works — The officially appointed Director of the
Transportation Public Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
31. Director of Water Department --- The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
32. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
34. Engineer The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
35. Extra Work — Additional work made necessary by changes or alterations of the Contract
Documents or of quantities or for other reasons for which no prices are provided in the
Contract Documents. Extra work shall be part of the Work.
36. Field Order A written order issued by City which requires changes in the Work but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time of award.
37. Final Acceptance — The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnary 2, 2016
007200-1
GENERAL COND1TiON5
Page 4 of 63
38. Final Inspection Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
39. General Requirements Sections of Division 1 of the Contract Documents.
40. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
41, Hazardous Waste —Hazardous. waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended from time to time.
42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
44. Major Item — An Item of work included in the Contract Documents that has a total cost equal
to or greater than 5% of the original Contract Price or $25,000 whichever is less.
45. Milestone —A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
46. Notice of Award --The written notice by City to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deliver the Agreement.
47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the
Contract Time will commence to run and on which Contractor shall start to perform the
Work specified in Contract Documents.
48. PCBs —Polychlorinated biphenyls.
49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non -Hazardous Waste and crude oils.
50. Plans — See definition of Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnuuy 2, 2016
00 72 00 - l
GENERAL CONDITIONS
Page 5 of 63
51. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
52. Project --The Work to be performed under the Contract Documents.
53. Project Manager The authorized representative of the City who will be assigned to the
Site.
54. Public Meeting — An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.
56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
57. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
58. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
59. Schedule of values —A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Work is to be performed, including rights -of -way, permits, and easements for
access thereto, and such other lands furnished by City which are designated for the use of
Contractor.
61.S pecifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and wokamanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto. Specifications
may be specifically made a part of the Contract Documents by attachment or, if not attached,
may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00)
of each Project.
62. Subcontractor --An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmwy2, 2016
007200-1
GENERAL CONDITIONS
Page 6 of 63
63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superintendent -- The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. Supplementary Conditions —That part of the Contract Documents which amends or
supplements these General Conditions.
67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television,
water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems.
69. Unit Price Work- ce Paragraph 11.03 of these General Conditions for definition.
70. Weekend Working .Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
71. Work The entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result of performing or
providing all labor, services, and documentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract Docluments.
72. Working Day A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Intent of Certain Terms or Adjectives:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febany2,2016
00 72 00 - I
GENERAL CONDITIONS
Page 7 of 63
1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the 'information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c, has been damaged prior to City's written acceptance.
D. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
f m ishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2 -- PRELIMINARY MATTERS
2.01 Copies of Documents
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
2.02 Commencement of Contract Time; Notice to Proceed
The Contract Time will commence to ran on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given at any time within 14 days after the Effective Date of the Agreement.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S
Revision: Febnkuy2, 20I 6
007200-1
GENERAL CONDITIONS
Page 8 of 63
2.03 Starling the Work
Contractor shall start to perform the Work on the date when the Contract Time commences to run.
No Work shall be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Starting Construction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.06 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
2.07 Initial Acceptance of Schedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Documents are complementary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereof) to be constructed in accordance With the Contract Documents. Any labor,
documentation, services, materials, or equipment that reasonably may be inferred from the
Contract Documents or from prevailing custom or trade usage as being required to produce the
indicated result will be provided whether or not specifically called for, at no additional cost to
City.
C. Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Specification sections may be
written in varying degrees of streamlined or declarative style and some sections may be
relatively narrative by comparison. Omission of such words and phrases as "the Contractor
shall," "1n conformity with," "as shown," or "as specified" are intentional In streamlined
sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions
may appear in various parts of a section or articles within a part depending on the format of the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCOMENTS
Revision: Febnumy2, 2016
007200-1
GENERAL CONDITIONS
Page 9 of 63
section. The Contractor shall not take advantage of any variation of form, format or style in
snaking Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading "Related
Sections include but are not necessarily limited to:" and elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3,02 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or employees, from those set forth in the Contract
Documents. No such provision or instruction shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct the performance of the Work or any duty or authority
to undertake responsibility inconsistent with the provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor's Review of Contract Documents During Performance of Work: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not
proceed with the Work affected thereby (except in an emergency as required by Paragraph
CITY OF FOItr WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
007200_1
GENERAL. CONDITIONS
Page 10 of 63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Discrepancies:
I. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier (whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
f
1. A Field Order;
2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or
3. City's written interpretation or clarification.
3.05 Reuse of Documents
A. Contractor and any Subcontractor or Supplier shall not:
1, have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereo fl prepared by or bearing the seal of Engineer,
including electronic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other project without written consent of City and specific written
verification or adaptation by Engineer.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnnry2,2016
007200-1
GENERAL CONDITIONS
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
3.06 Electronic Data
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the
printed copies included in the Contract Documents (also known as hard copies) and other
Specifications referenced and located on the City's Buzzsaw site. Files in electronic media
format of text, data, graphics, or other types are fiunished only for the convenience of the
receiving party. Any conclusion or information obtained or derived from such electronic files
will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard
copies, the hard copies govern.
B. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents resulting
from the use of software application packages, operating systems, or computer hardware
differing from those used by the data°s creator.
ARTICLE 4 -- AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Availability of Lands
A. City shall filrnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor must comply
in performing the Work. City will obtain in a timely manner and pay for easements for
permanent structures or permanent changes in existing facilities.
1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or
easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Project
Schedule submitted by the Contractor in accordance with the Contract Documents must
consider any outstanding right-of-way, and/or easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted
by the Contractor in accordance with the Contract Documents must consider any outstanding
utilities or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable written request, City shall furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be performed.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCTIMEWS
Revision: Febnwy2, 2016
007200-1
GENERAL CONDITIONS
Page 12 or 63
C. Contractor shall provide for all additional Iands and access thereto that may be required for
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary Conditions identify:
1. those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized- Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be employed by Contractor, and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions, and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to
rely as provided in Paxagraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differs materially from that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnuuy2, 2016
00 72 00 - I
GENERAL CONDITIONS
Page 13 of 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if-
1 . Contractor knew of the existence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or .Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on
information and data furnished to City or Engineer by the owners of such Underground
Facilities, including City, or by others. Unless it is otherwise expressly provided in the
Supplementary Conditions:
1. City and Engineer shall not be responsible for the accuracy or completeness of any such
information or data provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underground Facilities shown or indicated in the Contract Documents;
c. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
B. Not Shown or Indicated:
1. zf an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming
aware thereof and before further disturbing conditions affected thereby or performing any
CITY OF FOIST WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnmry2,2016
007200-1
GENERAL CONDITIONS
Page 14 of 63
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice to that owner and to City.
City will review the discovered Underground Facility and determine the extent, if any, to
which a change may be required in the Contract Documents to reflect and document the
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. If City concludes that a change in the Contract Documents is required, a Change Order may
be issued to reflect and document such consequences.
3. Verification of existing utilities, structures, and service lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Reference Points
A. City shall provide engineering surveys to establish reference points for construction, which in
City's judgment are necessary to enable Contractor to proceed with the Work. City will provide
construction stakes or other customary method of marking to establish line and grades for
roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall
protect and preserve the established reference points and property monuments, and shall make no
changes or relocations. Contractor shall report to City whenever any reference point or property
monument is lost or destroyed or requires relocation because of necessary changes in grades or
locations. The City shall be responsible for the replacement or relocation of reference points or
property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall
notify City in advance and with sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full
cost for replacing such points plus 25% will be charged against the Contractor, and the full
amount will be deducted from payment due the Contractor:
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings
known to City relating to Hazardous Environmental Conditions that have been identified at the
Site.
B. Limited Reliance by Contractor on Technical Data Authorized. Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPDCIFICATION DOCUMENTS
Revision: Febmary2,2016
007200-1
GENERAL CONDITIONS
Page 15 of 63
construction to be employed by Contractor and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible
for a Hazardous Environmental Condition created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affected thereby (except in an emergency as required by
Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing).
City may consider the necessity to retain a qualified expert to evaluate such condition or take
corrective action, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related thereto and delivered
written notice to Contractor: (i) specifying that such condition and any affected area is or has
been rendered suitable for the resumption of Work; or (ii) specifying any special conditions
under which such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special
conditions, then City may order the portion of the Work that is in the area affected by such
condition to be deleted from the Work. City may have such deleted portion of the Work
performed by City's own forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for whom Contractor is
responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any
individual or entity from and against the consequences of that individual's or entity's oven
negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision.: Febmwy2,2016
007200-1
GENERAL CONDITIONS
Page 16 of 63
ARTICLE 5 — BONDS AND INSURANCE
5.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security for the faithful performance and payment of all of Contractor's obligations under the
Contract Documents.
B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security
to protect the City against any defects in any portion of the Work described in the Contract
Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final
Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certificates oflnsurance
Contractor shall deliver to City, with copies to each additional insured and loss payee identified in
the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested
by City or any other additional insured) which Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as "Additional Insured" on all liability policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Fe6ma<y2, 2016
007200-1
GENERAL CONDITIONS
Page 17 of 63
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
5. Failure of the City to demand such certificates or other evidence of full compliance with the
insurance requirements or failure of the City to identify a deficiency from evidence that is
provided shall not be construed as a waiver of Contractor's obligation to maintain such lines
of insurance coverage.
7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, not decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febniary2, 203 6
007200-I
GENERAL CONDITIONS
Page 18 of 63
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
12. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
13. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
14. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
5.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Work and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
CITY OF FORT WORTH
STANDARD CONSTRUCrION SPECIFICATION DOCUMENTS
Revision: FebmayZ2016
007200-1
GENERAL CONDITIONS
Page 19 of 63
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations, contractual, personal injury, or advertising injury, which are
normally contained with the policy, unless the City approves such exclusions in writing.
For construction projects that present a substantial completed operation exposure, the City may
require the contractor to maintain completed operations coverage for a minimum of no less than
three (3) years following the completion of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto %
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
D. Railroad Protective Liability. if any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the requirements -identified in the
Supplementary Conditions.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
5.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing
within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor
shall provide to the City such additional information in respect of insurance provided as the City may
reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance
required by the Contract Documents, the City shall notify the Contractor in writing of such failure
prior to the start of the Work, or of such failure to maintain prior to any change in the required
coverage.
ARTICLE 6 — CONTRACTOR'S OAFS RESPONSIBILITIES
6.01 Supervision and Superintendence
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPBCiF1CATION DOCUMENTS
Revision: Febuaty 2, 2016
007200-1
GENERAL. CONDITIONS
Page 20 of 63
B. At all times during the progress of the Work, Contractor shall assign a competent, EngIish-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
6.02 Labor; Dorking Hours
A. Contractor shall provide competent, suitably qualified personnel to perform constriction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Worldng Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction equipment
and machinery, tools, appliances, fuel, power, light heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by ' City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOMMENTS
Revision: Februmy2, 2016
00 72 00 - 1
GENERAL CONDITIONS
Page 21 of 63
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All items of standard equipment to be incorporated into the Work shall be the latest model at the
time of bid, unless otherwise specified.
6.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project Schedule that will not result
in changing the Contract Time. Such adjustments will comply with any provisions of the
General Requirements applicable thereto.
2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification 01 32 16.
3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 12. Adjustments in Contract Time
may only be made by a Change Order.
6.05 Substitutes and "Or -Equals"
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For. the purposes of this Paragraph 6.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. the City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febniazy2,2036
007200-1
GENERAL CONDITIONS
Page 22 of 63
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify that the proposed substitute item will:
a) perform adequately the functions and achieve the results called for by the general
design;
b) be similar in substance to that specified;
c) be suited to the same use as that specified; and
2) will state.
a) the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
b) whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmary2, 2016
e
007200-1
GENERAL CONDITIONS
Page 23 of 63
c) whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: if a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may Ruvish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 6.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized -until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents (or in the
provisions of any other direct contract with City) resulting from the acceptance of each proposed
substitute.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or equal" at Contractor's expense.
C1T'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febwaty2, 20I6
007200-1
GENERAL CONDITIONS
Page 24 of 63
G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a
substitute shall be incorporated to the Contract by Change Order.
H. Time Extensions. No additional time will be granted for substitutions.
6.06 Concerning Subcontractors, Suppliers, and Others
A. Contractor shall perform with his own organization, work of a value not less than 35% of the
value embraced on the Contract, unless otherwise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Contractor shall
not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable
participation by Minority Business Enterprises (MBE) in the procurement of goods and services
on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required
to comply with the intent of the City's MBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MBE. Material misrepresentation of any nature will be grounds for
termination of the Contract in accordance with Paragraph 15.02.A. Any such
misrepresentation may be grounds for disqualification of Contractor to bid on future
contracts with the City for a period of not less than three years.
E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCIIIaIENTS
Revision: Febmary2,2016
007200_1
GENERAL CONDITIONS
Page 25 of 63
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
F. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractor.
H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract
Documents for the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 225 8.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts
being subtracted from successive progress payments pending a final determination of the
violation.
CITY" OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUWNTS
Revision: Febuary2, 2016
007200-1
GENERAL CONDITIONS
Page 26 of 63
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the l l th day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of any invention, design, process,
product, or device which is the subject of patent rights or copyrights held by others. if a
particular invention, design, process, product, or device is specified in the Contract Documents
for use in the performance of the Work and if, to the actual knowledge of City, its use is subject
to patent rights or copyrights calling for the payment of any license fee or royalty to others, the
existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City
to disclose such information does not relieve the Contractor from its obligations to pay for the
use of said fees or royalties to others.
B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
CITY OF FORT WORTFI
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febniary2, 20I6
007200-1
ORNRRAL CONDITIONS
Page 27 of 63
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution
of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B.
City shall pay all charges of utility owners for connections for providing permanent service to the
Work.
B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as
provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's
responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the
Contract and the City approves the changes, the Contractor is responsible for obtaining
clearances and coordinating with the appropriate regulatory agency. The City will not reimburse
the Contractor for any cost associated with these requirements of any City acquired permit. The
following are permits the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. 1Texas Commission on Environmental Quality Permits
4. Railroad Company Permits
C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding
permits and licenses.
6.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnary 2, 2016
00 72 00 - 1
GFNERAL CONDITIONS
Page 28 of 63
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract
Price or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may
purchase, rent or lease all materials, supplies and equipment used or consumed in the
performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax,
said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption
certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the
provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the
Texas Tax Code, Subchapter H.
B. Texas Tax permits and information may be obtained from:
1. Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX 7871 l; or
2. http://www.window.state.tx.ushaxinfo/taxforms/93-forms.html
6.12 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnracy2, 2016
007200-1
GENERAL CONDITIONS
Page 29 of 63
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor
fails to correct the unsatisfactory procedure, the City may take such direct action as the City
deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written
notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of
such costs, shall be deducted from the monies due or to become due to the Contractor.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
6.14 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Rovision: Febm iry 2, 2016
007200-I
GENERAL CONDITIONS
Page 3 D of 63
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
6.15 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
6.16 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or among
employers in accordance with Laws or Regulations.
6.17 Emergencies andlor Rectification
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written notice if Contractor believes that any significant
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febamry2,2016
00 72 00 - 1
GENERAL CONDITIONS
Page 31 of 63
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in the Contract Documents is
required because of the action taken by Contractor in response to such an emergency, a Change
Order may be issued.
B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identified as City may require.
l . Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 6.18.C.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnaay2,2016
007200-I
GENERAL. CONDITIONS
Page 32 of 63
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City- City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Coniract
Documents.
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and acceptance
of a separate item as such will not indicate approval of the assembly in which the item
functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
6.19 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreements with City. No Work shall be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision; Febmmy2,2016
007200-1
GENERAL CONDITIONS
Page 33 of 63
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to perform
the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
famish a good and sufficient maintenance bond, complying with the requirements of Article
5.02.B. The City will give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against any and all claims
arising out of, or alleged to arise out of, the work and services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO
OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL
OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN
----------------------- -
ART BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. This indemnity
provision is intended to include, without limitation, indemnity for costs, expenses and legal
fees incurred by the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the
City, its officers, servants and employees, from and against any and all loss, damage or
destruction of property of the City, arising out of, or alleged to arise out of, the work and
services to be performed by the Contractor, its officers, agents, employees, subcontractors,
licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS
CITY OF FORT WORTII
STANDARD CONSTRUC nON SPECIFICATION DOCUMENTS
Revision: February 2, 2016
007200-1
GENERAL CONDITIONS
Page 34 of 63
SPECIFICALLY IIoiTENDED TO OPERATE AND BE EFFECTIVE EVERY IF IT IS
ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BMG SOUGHT
WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR
NEGLIGENCE OF THE CITY.
6.22 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services axe
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified by
such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents. City's review
and acceptance of Submittals (except design calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to 14udit
A. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmary2, 2016
007200-1
GENERAL CONDITIONS
Page 35 of63
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
6.24 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as fiurther defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7 -- OTHER WORK AT THE SITE
7.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so
report will constitute an acceptance of such other work as fit and proper for integration with
Contractor's Work except for latent defects in the work provided by others.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February2, 2016
007200-I
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If City intends to contract with others for the performance of other work on the Project at the
Site, the following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority and responsibility for coordination of the
activities among the various contractors will be identified;
2. the specific matters to be covered by such authority and responsibility will be itemized; and
3. the extent of such authority and responsibilities will be provided.
B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such
coordination.
ARTICLE 8 — CITY'S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 Furnish .Data
City shall timely furnish the data required under the Contract Documents.
8.03 Pay When Due
City shall make payments to Contractor in accordance with Article 14.
8.04 Lands and Easements; Reports and Tests
City's duties with respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's
identifying and making available to Contractor copies of reports of explorations and tests of
subsurface conditions and drawings of physical conditions relating to existing surface or subsurface
structures at or contiguous to the Site that have been utilized by City in preparing the Contract
Documents.
8.05 Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CITY OF TORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmary2,20I 6
007200-I
GENERAL CONDITIONS
Page 37 of 63
8.07 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 6.14.
ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City's Project Manager
City will provide one or more Project Manager(s) during the construction period. The duties and
responsibilities and the limitations of authority of City's Project Manager during construction are set
forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here
>, or his/her successor pursuant to written notification from the Director of < insert managing
department here >.
9.02 Visits to Site
A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages
of construction as City deems necessary in order to observe the progress that has been made and
the quality of the various aspects of Contractor's executed Work. Based on information
obtained during such visits and observations, City's Project Manager will determine, in general,
if the Work is proceeding in accordance with the Contract Documents. City's Project Manager
will not be required to make exhaustive or continuous inspections on the Site to check the
quality or quantity of the Work. City's Project Manager's efforts will be directed toward
providing City a greater degree of confidence that the completed Work will conform generally to
the Contract Documents.
B. City's Project Manager's visits and observations are subject to all the limitations on authority and
responsibility in the Contract Documents including those set forth in Paragraph
8.07.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnkg2,2016
007200-1
GENERAL CONDITIONS
Page 38 of63
9.03 Authorized Variations in Work
City's Project Manager may authorize minor variations in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time
and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Docuunents. These may be accomplished by a Field Order and will be
binding on City and also on Contractor, who shall perform the Work involved promptly.
9.04 Rejecting Defective Work
City will have authority to reject Work which City's Project Manager believes to be defective, or
will not produce a completed Project that conforms to the Contract Documents or that will prejudice
the integrity of the design concept of the completed Project as a functioning whole as indicated by
the Contract Documents. City will have authority to conduct special inspection or testing of the
Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed.
9.05 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Manager will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Work thereunder.
B. City will render a written decision on any issue referred.
C. City's written decision on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK
10.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or from
time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly
proceed with the Work involved which will be performed under the applicable conditions of the
Contract Documents (except as otherwise specifically provided). Extra Work shall be
memorialized by a Change Order which may or may not precede an order of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUME NTS
Revision: Febmary2, 2M
00 72 00 - 1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work performed that is not required by the Contract Documents as
amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an
emergency as provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01 A, (ii)
required because of acceptance of defective Work under Paragraph 13.08 or City's correction
of defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time for Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment
thereof, and the City insists - upon its performance, the Contractor shall proceed with the work
after making written request for written orders and shall keep accurate account of the actual
reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to
Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents ('including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febma y 2, 2016
007200-1
GENERAL CONDMON5
Page 40 of 63
10.06 Contract Claims Process
A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph
14.09, shall be referred to the City for decision. A decision by City shall be required as a
condition precedent to any exercise by Contractor of any rights or remedies he may otherwise
have under the Contract Documents or by Laws and Regulations in respect of such Contract
Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim),
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of the
claimant's last submittal (unless Contract allows additional time).
C. City's Action. City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any, take one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3. notify the Contractor that the City is unable to resolve the Contract Claire if, in the City's
sole discretion, it would be inappropriate for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febivay2,2016
007200-1
GENERAL COND[TIONS
Page 41 of 63
D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or
Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE I — COSY O HE WORK; ALLOWANCES; YYAl ICES; NIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph 11.0LB, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additional or incremental costs required because of the change in
the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall
include but not be limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the performance of the
Work under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, workers' compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers' field services required in connection
therewith.
3. Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
CITY" OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febway%2016
007200-1
GENERAL CONDITIONS
Page 42 of 63
4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If
required by City, Contractor shall obtain competitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then determine, which bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall
be determined in the same manner as Contractor's Cost of the Work and fee as provided in
this Paragraph 11.01.
S. Costs of special consultants (including but .not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed for services specifically related
to the Work.
6. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, which are consumed in the performance of the Work, and cost,
less market value, of such items used but not consumed which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable, and royalty payments and fees for permits and licenses.
c. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or
indirectly employed by any of them or for whose acts any of them may be liable. Such
losses shall include settlements made with the written consent and approval of City. No
such losses, damages, and expenses shall be included in the Cost of the Work for the
purpose of determining Contractor's fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Pebwmy2, 2016
007200- l
GENERAL CONDITIONS
Page 43 of 53
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded.• The term Cost of the Work shall not 'include any of the following items:
1. Payroll costs and other compensation of Contractor's officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor's principal or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.01.A.I or specifically covered by Paragraph 11.01.A.4, all of which are to be
considered administrative costs covered by the Contractor's fee.
2. Expenses of Contractor's principal and branch offices other than Contractor's office at the
Site.
3. Any part of Contractor's capital expenses, including interest on Contractor's capital
employed for the Work and charges against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or general expense costs of any hind.
C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee
shall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 1 LOLA and 11.0l.B, Contractor will establish and maintain records thereof in
accordance with generally accepted accounting practices and submit in a form acceptable to City
an itemized cost breakdown together with supporting data.
11.02 Allowances
A. Specified Allowance: It is understood that Contractor has included in the ContTact Price all
allowances so named in the Contract Documents and shall cause the Work so covered to be
performed for such sums and by such persons or entities as may be acceptable to City.
B. Pre --bid Allowances:
1. Contractor agrees that:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmify2, 2016
007200-I
GENERAL CONDITIONS
Page 44 of 63
a. the pre -bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taxes; and
b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the pre -bid allowances have been included in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole
use of City.
D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work times the
estimated quantity of each item as indicated in the Agreement,
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work performed by Contractor will be made by
City subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required for a functionally complete installation,
but not identified in the listing of twit price items shall be considered incidental to unit price
work listed and the cost of incidental work included as part of the unit price.
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. .Increased or Decreased Quantities: The City reserves the right to order Extra Work in
accordance with Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnmty2, 20I6
007200-1
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order,
3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may not represent the exact quantity of work performed or material
moved, handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantity of authorized work done for payment purposes. The
party to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, except as provided for in Article 10,
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or
decreased by the amount involved in the change, and the 25% variance will apply to the new
plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than.
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans
quantity.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmxy2, 2016
007200-1
GENERAL CONDITIONS
Page 46 of 63
E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are
not applicable.
ARTICLE 12 -- CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TEWE
12.01 Change of Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
1. where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to the
provisions of Paragraph 11.03); or
2. where the Work involved is not covered by unit prices contained in the Contract Documents,
by a mutually agreed lump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a
Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C).
C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various
portions of the Cost of the Work:
a. for costs incurred under Paragraphs 11.0l.A.1, 11.01.A.2. and 11.01.A.3, the
Contractor's additional fee shall be 15 percent except for:
1) rental fees for Contractor's own equipment using standard rental rates;
2) bonds and insurance;
b. for costs incurred under Paragraph 11.0 t .A.4 and 11.01.A.5, the Contractor's fee shall be
five percent (5%);
1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a
fee and no fined fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and
12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCIJIvILNTS
Revision: Febrmy2,2016
09 72 00 -1
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
e. no fee shall be payable on the basis of costs itemized under Paragraphs I1.01.A.6, and
11.01.B;
d. the amount of credit to be allowed by Contractor to City for any change which results in
a net decrease in cost will be the amount of the actual net decrease in cost plus a
deduction in Contractor's fee by an amount equal to five percent (5%) of such net
decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless
the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or
claimed delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is
made therefor. Delays beyond the control of Contractor shall 'include, but not be limited to, acts
or neglect by City, acts or neglect of utility owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in
this Paragraph.
B. if Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmary2,20I6
007200-1
GENERAL CONDITIONS
Page 48 of 63
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests and. Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnmry2, 2016
007200-I
GENERAL CONDITIONS
Page 49 of 63
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing
Lab is paid.
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
13.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Work in question,
furnishing all necessary labor, material, and equipment.
If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs,
losses, and damages (including but not limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or other dispute resolution costs) arising out
of or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair or
replacement of work of others); or City shall be entitled to accept defective Work in
accordance with Paragraph 13.09 in which case Contractor shall still be responsible for all
costs associated with exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to
such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction.
13.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated, however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
CITY OF FORT WORTH
STANDARD CONSTRUCTION ,SPECIFICATION DOCUMENTS
Revision: February2, 2016
007200-I
GENERAL CONDITIONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 Correction or Removal ofDefective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
Iimited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
13.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECMCATION DOCUfvMNTS
Revision: Febmary2,2016
007200-1
GENERAL. CONDITIONS
Page 51 of 63
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Work, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents,
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a
waiver of, the provisions of any applicable statute of limitation or repose.
13.08 4cceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, City prefers to
accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but
not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or other dispute resolution costs) attributable to City's evaluation of and determination to
accept such defective Work and for the diminished value of the Work to the extent not otherwise
paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be
issued incorporating the necessary revisions in the Contract Documents with respect to the Work,
and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished
value of Work so accepted.
13.09 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
CITY OF FORT WORT11
STANDARD CONSTRICTION SPECIFICATION DOCUMENTS
Revision: Febwary2, 2016
007200-1
GENERAL. CONDITIONS
Page 52 of 63
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 13.09.
ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule of Values
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and will be incorporated into a form of Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applicationsfor Payments:
Contractor is responsible for providing all information as required to become a vendor of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payment filled out
and signed by Contractor covering the Work completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents.
If payment is requested on the basis of materials and equipment not incorporated in the Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or other
documentation warranting that City has received the materials and equipment free and clear
of all Liens and evidence that the materials and equipment are covered by appropriate
insurance or other arrangements to protect City's interest therein, all of which must be
satisfactory to City.
4. Beginning with the second Application for Payment, each Application shall include an
affidavit of Contractor stating that previous progress payments received on account of the
Work have been applied on account to discharge Contractor's legitimate obligations
associated with prior Applications for Payment.
5. The amount of retainage with respect to progress payments will be as stipulated in the
Contract Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmary2,2016
007200-I
GENERAL CONDITIONS
Page 53 of 63
B. Review of Applications:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City's processing of any payment requested in an Application for Payment will be based on
City's observations of the executed Work, and on City's review of the Application for
Payment and the accompanying data and schedules, that to the best of City's knowledge:
a. the Work has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance,
the results of any subsequent tests called for in the Contract Documents, a final
determination of quantities and classifications for Work performed under Paragraph 9.05,
and any other qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been
performed have been exhaustive, extended to every aspect of the Work in progress, or
involved detailed inspections of the Work beyond the responsibilities specifically
assigned to City in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor, or
c. Contractor has complied with Laws and Regulations applicable to Contractor's
performance of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective, or the completed Work has been damaged by the Contractor or his
subcontractors, requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph 13.09; or
CITY OF PORT WORTH
STANDARD CONSTRUC—FION SPECIFICATION DOCUMENTS
Revision: Febmmy 2, 2016
007200-1
GENERAL CONDITIONS
Page 54 of 63
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retannage:
1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent
(5 %).
D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement, will be
deducted from the monies due the Contractor, not as a penalty, but as liquidated damages
suffered by the City.
E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Documents.
F. -Reduction in Payment:
1. City may refuse to make payment of the amount requested because:
a. Liens have been filed in connection with the Work, except where Contractor has
delivered a specific bond satisfactory to City to secure the satisfaction and discharge of
such Liens;
b. there are other items entitling City to a set-off against the amount recommended; or
c. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contractor written
.notice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or
any adjustment thereto agreed to by City and Contractor, when Contractor remedies the
reasons for such action.
14.03 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project or not, will pass to City no later than
the time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision Febtuary2, 2016
007200-I
GENERAL CONDITIONS
Page 55 of 63
14.04 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.I, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
14.05 Final.Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
1. within 10 days, City will schedule a final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
B. No time charge will be made against the Contractor between said date of notification of the City
and the date of Final Inspection. Should the City determine that the Work is not ready for Final
Inspection, City will notify the Contractor in writing of the reasons and Contract Time will
resume.
14.06 Final Acceptance
Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final
Inspection, City will issue to Contractor a letter of Final Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUNWNTS
Revision: Febnuy2, 20I6
007200-1
GENERAL CONDITIONS
Page 56 of63
14.07 Final Payment
A. Application for Payment.•
1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure for progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied (except as previously delivered) by:
a. all documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any, to final payment;
c. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
d. affidavits of payments and complete and legally effective releases or waivers
(satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the
Work.
B. Payment Becomes Due.-
1. After City's acceptance of the Application for Payment and accompanying documentation,
requested by Contractor, less previous payments made and any sum City is entitled,
including but not limited to liquidated damages, will become due and payable.
2. After all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
3. The making of the final payment by the City shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
14.08 Final Completion Delayed and Partial Retainage Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor's final Application for Payment, and without terminating the Contract,
make payment of the balance due for that portion of the Work fully completed and accepted. If
the remaining balance to be held by City for Work not fully completed or corrected is less than
the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnny 2, 2016
007200-1
GENERAL. CONDITIONS
Page 57 of 0
portion of the Work fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of Contract Claims.
B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment
and maintenance, and test and performance periods following the completion of all other
construction in the Contract Documents for all Work locations, the City may release a portion of
the amount retained provided that all other work is completed as determined by the City. Before
the release, all submittals and final quantities must be completed and accepted for all other work.
An amount sufficient to ensure Contract compliance will be retained.
14.09 Waiver of Claims
The acceptance of final payment will constitute a release of the City from all claims or liabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents or any act or neglect of City related to or connected with the Contract.
ARTICLE 15 — SUSPENSION OF WORK AND TERNUNAT1ON
15.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will make no extra payment for stand-by
time of construction equipment and/or construction crews.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. if it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
CITY OF FORT WORTH
STANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revision: Febmaty2, 2016
007200-1
GENERA. CONDITIONS
Page 58 of 63
15.02 City May Terminatefor Cause
A. The occurrence of any one or more of the following events by way of example, but not of
limitation, may justify termination for cause:
L Contractor's persistent failure to perform the Work in accordance with the Contract
Documents (including, but not limited to, failure to supply sufficient skilled workers or
suitable materials or equipment, failure to adhere to the Project Schedule established under
Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere
to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under
Paragraph 6.06.D);
2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor's repeated disregard of the authority of City; or
4. Contractor's violation in any substantial way of any provisions of the Contract Documents;
or
5. Contractor's failure to promptly make good any defect in materials or workmanship, or
defects of any nature, the correction of which has been directed in writing by the City; or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written
notice to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice.
I. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the construction Contract, the City may, to the extent permitted by Laws and
Regulations, declare a Contractor default and formally terminate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Contractor's failure to
perform the Work.
2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the
Work. If Surety does not commence performance thereof within 15 consecutive calendar
days after date of ari additional written notice demanding Surety's performance of its
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febmary2, 2016
007200-1
GENERAL CONDITIONS
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Work and complete it as described below.
a. If City completes the Work, City may exclude Contractor and Surety from the site and
take possession of the Work, and all materials and equipment incorporated into the Work
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price
exceeds all claims, costs, losses and damages sustained by City arising out of or resulting
from completing the Work, such excess will be paid to Contractor. If such claims, costs,
losses and damages exceed such unpaid balance, Contractor shall pay the difference to City.
Such claims, costs, losses and damages incurred by City will be incorporated in a Change
Order, provided that when exercising any rights or remedies under this Paragraph, City shall
not be required to obtain the lowest price for the Work performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accomplished or for the price
paid therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the Contract Documents or any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.5, Contractor's services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to terminate to correct its failure to
perform and proceeds diligently to cure such failure within no more than 30 days of receipt of
said notice.
D. Where Contractor's services have been so terminated by City, the termination will not affect any
rights or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febnay2, 2016
007200-1
GENERAL CONDITIONS
Page 60 of63
15.03 City May Terminate For Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any termination shall be effected by mailing a notice of the termination to the
Contractor specifying the extent to which performance of Work under the contract is terminated,
and the date upon which such termination becomes effective. Receipt of the notice shall be
deemed conclusively presumed and established when the letter is placed in the United States
Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and
established that such termination is made with just cause as therein stated; and no proof in any
claim, demand or suit shall be required of the City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in the notice of
termination;
2. place no further orders or subcontracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a, the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would have been required to be f u7n_ished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all
items of termination inventory not previously disposed of, exclusive of items the disposition of
which has been directed or authorized by City.
CrrY OF PORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: February 2, 2016
007200-1
GENERAL CONDITIONS
Page 61 of 63
D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list
submitted shall be subject to verification by the City upon removal of the items or, if the items
are stored, within 45 days from the date of submission of the list, and any necessary adjustments
to correct the list as submitted, shall be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an
extension is made in writing within such 60 day period by the Contractor, and granted by the
City, any and all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid for (without duplication of any items):
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained prior to the effective date of termination in performing services and
n-nishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of information available to it, the amount, if any, due to the Contractor by reason of the
termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid
on account of loss of anticipated profits or revenue or other economic loss arising out of or
resulting from such termination.
ARTICLE 16 DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for
mediation shall be submitted to the other party to the Contract. Timely submission of the request
shall stay the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. if the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
CITY OF FORT WORTH
STANDARD CONSTRucTioN SPECIFICATION DOCUMENTS
Revision: Febzuary2,2016
007200-1
GENERAL CONDITIONS
Page 62 of 63
elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions; or
2. agrees with the other party to submit the Contract Claim to another dispute resolution
process; or
3. gives written notice to the other parry of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17 — MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given il:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
17.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: F&nny2, 2016
007200-1
GENERAL CONDITIONS
Page 63 of 63
17.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: Febniary2,2016
007300-1
SUPPLEMENTARY CONDITIONS
4
5
6
7
8
9
10
11
12
13
14
15
16
17
I8
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
Page 1 of 5
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modified or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, "Resolving Discrepancies"
Plans govern over Specifications.
SC-4.01A
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.01A.1., "Availability of Lands"
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
May 31, 2017:
Outstanding Right -Of -Way, and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
(done
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement line locations.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised January 22, 2016
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. IO2I97
00 73 00 - 2
SUPPLEMENTARY CONDITIONS
Page 2 of 5
I SC-4.01A.2, "Availability of Lands"
2
3 Utilities or obstructions to be removed, adjusted, and/or relocated
4
5 - The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
6 as of May 31, 2017
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
EXPECTED UTILITY AND LOCATION
OWNER
None
TARGET DATE OF
ADJUSTMENT
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., "Subsurface and .Physical Conditions"
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
None
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work:
None
SC-4.06A., "Hazardous Environmental Conditions at Site"
The following are reports and drawings of existing hazardous environmental conditions known to the City:
None
SC-5.03A., "Certificates of Insurance"
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City
(2) Consultant: None
(3) Other: None
SC-5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised January 22, 2016 RFI,OCATIONS CONTRACT 2019
City Project No. 102197
007300-3
SUPPLEMENTARY CONDITIONS
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
Page 3 of 5
SC-5.04B., "Contractor's Insurance"
5.04B. Comrercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Amendment— Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non -owned.
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250,000 Bodily Injury per person /
$500,000 Bodily Injury per accident /
$100,000 Property Damage
SC-5.04D., "Contractor's Insurance"
The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks None
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a "Right of
Entry Agreement" with the particular railroad company or companies involved, and to this end the
Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate
to the Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor's operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate:
(2) Each Occurrence:
Required for this Contract
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised January 22, 2016
$Confirm Limits with Railroad
$Confirm Limits with Railroad
Not required for this Contract
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
00 73 00 - 4
SUPPLEMENTARY CONDITIONS
Page 4 of 5
1 With respect to the above outlined insurance requirements, the following shall govern:
2
3 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in
4 the name of the railroad company. However, if more than one grade separation or at -grade
5 crossing is affected by the Project at entirely separate locations on the line or lines of the same
6 railroad company, separate coverage may be required, each in the amount stated above.
7
8 2. Where more than one railroad company is operating on the same right-of-way or where several
9 railroad companies are involved and operated on their own separate rights -of -way, the Contractor
10 may be required to provide separate insurance policies in the name of each railroad company.
11
12 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a
13 railroad company's right-of-way at a location entirely separate from the grade separation or at-
14 grade crossing, insurance coverage for this work must be included in the policy covering the grade
15 separation.
16
17 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-
18 way, all such other work may be covered in a single policy for that railroad, even though the work
19 may be at two or more separate locations.
20
21 No work or activities on a railroad company's property to be performed by the Contractor shall be
22 commenced until. the Contractor has furnished the City with an original policy or policies of the insurance
23 for each railroad company named, as required above. All such insurance must be approved by the City and
24 each affected Railroad Company prior to the Contractor's beginning work.
25
26 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way
27 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition,
28 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
29 Such insurance must name the railroad company as the insured, together with any tenant or lessee of the
30 railroad company -operating over tracks involved in the Project.
31
32 SC-6.04., "Project Schedule"
33
34 Project schedule shall be tier 1 for the project.
35
36 SC-6.07., "Wage Rates"
37
38 The following is the prevailing wage rate table(s) applicable to this project and is provided in the
39 Appendixes:
40 GC-6.07 2013 PREVAILING WAGE RATE (Heavy and Highway Construction Projects)
41
42 SC-6.09., "Permits and Utilities"
43
44 SC-6.09A., "Contractor obtained permits and licenses"
45 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
46 None
47
48 SC-6.09B. "City obtained permits and licenses"
49 The following are known permits and/or licenses required by the Contract to be acquired by the City: None
50
51
52
53
54
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised January 22, 2016
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
1
007300-5
SUPPLEMENTARY CONDITIONS
Page 5 of 5
1 SC-6.09C. "Outstanding permits and licenses"
2
3 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of May 31,
4 2017
5
6 Outstanding Permits and/ror Licenses to Re Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
None
7
8 SC-7.02., "Coordination"
9
10 The individuals or entities listed below have contracts with the City for the performance of other work at
11 the Site:
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
Vendor Scope of Work Coordination Authorit
None
SC-8.01, "Communications to Contractor"
None
SC-9A1., "City's Project Manager"
The City's Project Manager for this Contract is Adolfo Lopez, or his/her successor pursuant to written
notification from the Director of Water Department
SC-13.03C., "Tests and Inspections"
None
SC-16.01C.1, "Methods and Procedures"
None
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
1/22/2016
F. Griffin
SC-9.01., "City's Project Representative" wording changed to City's Project
Manager.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised January 22, 2016
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 20I9
City Project No. 102197
1
2
3 PART 1 - GENERAL
4 1.1 SUMMARY
SECTION 01 11 00
SUMMARY OF WORK
011100-1
SUMMARY OF WORK
Page 1 of
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USE,
17 1.4 ADMINISTRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only 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 City.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
I
a. A reasonable amount of tools, materials, and equipment for construction
2
purposes may be stored in such space, but no more than is necessary to avoid
3
delay in the construction operations.
4
b. Excavated and waste materials shall be stored in such a way as not to interfere
5
with the use of spaces that may be designated to be Ieft free and unobstructed
6
and so as not to inconvenience occupants of adjacent property.
7
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
8
manner as not to interfere with the operation of the railroad.
9
1) All Work shall be in accordance with railroad requirements set forth in
10
Division 0 as well as the railroad permit.
I I D. Work within Easements
12 1. Do not enter upon private property for any purpose without having previously
13 obtained permission from the owner of such property.
14 2. Do not store equipment or material on private property unless and until the
15 specified approval of the property owner has been secured in writing by the
16 Contractor and a copy furnished to the City.
17 3. Unless specifically provided otherwise, clear all fights -of -way or easements of
18 obstructions which must be removed to make possible proper prosecution of the
19 Work as a part of the project construction operations.
20 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
21 lawns, fences, culverts, curbing, and all other types of structures or improvements,
22 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
23 appurtenances thereof, including the construction of temporary fences and to all
24 other public or private property adjacent to the Work.
25 5. Notify the proper representatives of the owners or occupants of the public or private
26 lands of interest in lands which might be affected by the Work.
27 a. Such notice shall be made at least 48 hours in advance of the beginning of the
28 Work.
29 b. Notices shall be applicable to both public and private utility companies and any
30 corporation, company, individual, or other, either as owners or occupants,
31 whose land or interest in land might be affected by the Work.
32 c. Be responsible for all damage or injury to property of any character resulting
33 from any act, omission, neglect, or misconduct in the :manner or method or
34 execution of the Work, or at any time due to defective work, material, or
35 equipment.
36 b. Fence
37 a. Restore all fences encountered and removed during construction of the Project
38 to the original or a better than original condition.
39 b. Erect temporary fencing in place of the fencing removed whenever the Work is
40 not in progress and when the site is vacated overnight, and/or at all times to
41 provide site security.
42 c. The cost for all fence work within easements, including removal, temporary
43 closures and replacement, shall be subsidiary to the various items bid in the
44 project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SNLALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
8
Z'
01 11 00-3
SUMMARY OF WORK
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.5 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED1
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
13
END OF SECTION
Revision Log
DATE; T NAME I SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT2019
City Project No. 102197
013513-1
SPECIAL PROJECT PROCEDURES
Page 1 of 11
1 SECTION 013513
2 SPECIAL PROJECT PROCEDURES
3 PART1- GENERAL
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
1 i e. Use of Explosives, Drop Weight, Etc.
12 f Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18 B. Deviations from this City of Fort Worth Standard Specification
19
1. NON-EXCLUSIVE CONTRACT
20
This contract is non-exclusive. During the term of this contract or any renewal
21
hereof, the City reserves the right to advertise and award another contract for
22
like or similar work. If a second contract is awarded, the City further reserves
23
the right to issue work orders under either contract as it deems in its best
24
interest, without recourse.
25
26
2. MOVE IN CHARGES
27
A Work Order may contain one or more locations. One move -in fete will paid to
28
the contractor per Work Order issued. Locations for multiple sites per Work
29
Order will be in the same general vicinity, if possible, and if so, only one
30
mobilization charge will be paid. When water and sewer work are required only
31
the water move: in fee'will be paid. At no time will both fees be paid for one
32
specific location.
33
34
3. EMERGENCY SITUATION, JOB MOVE -IN
35
The Owner or Engineer shall determine when an emergency situation shall
36
exist. When water emergency work is required, the Contractor shall mobilize to
37
the said location within twenty-four (24) hours after given notification from the
38
Inspector and/or Project Manager. The Contractor shall make all necessary
39
arrangements for bypass pumping, setting up barricades, notifying citizens,
40
etc., while waiting for other utilities to be located as directed by the Engineer.
41
The Contractor shall work continuously until the emergency work order has
42
been completed at a time agreed to by the Project Manager, Inspector, and
43,
Contractor. After the emergency work order has been completed, there will be
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
013513-2
SPECIAL PROTECT PROCEDURES
Page 2 of I I
1 no additional "Job Move -In" charges paid to remobilize back to the previous
2 project location site.
3
4 4. DETERMINATION AND INITIATION OF WORK
5 The Engineer shall determine and designate to the Contractor the location of
6 the service main requiring replacement by a Work Order together with a sketch
7 for each such replacement, giving the limits, size and nature of work required.
8 The Engineer will notify the Contractor that a Work Order is ready and fax
9 and/or email the Contractor a copy of the Work Order notification. The
10 Contractor is to provide his fax number and email address to the Engineer at
11 the pre -construction conference. Single or several Work Orders may be issued
12 at one time. The Contractor shall initiate work on a replacement within seven
13 (7) working days of the date the Work Order is sent to the Contractor, and
14 continue work on the Work Order until it has been completed, not including
15 paving. The Contractor shall furnish and supply sufficient equipment and
16 personnel to complete the Work Order in the amount of time provided for in
17 the Work Order. Should the Contractor fail to start any Work Order within the
18 time specified, he shall add the necessary work crews and equipment to
19 prosecute the work to complete the Work Order or Work Orders in the time
20 provided.
21
22
5. PAYMENT
23
Because of the unique nature of this contract, Article 14, PAYMENTS TO
24
CONTRACTOR AND COMPLETION of the General Conditions shall be amended
25
and superseded by the following: (Please initial below)
26
27
Whenever the improvements prescribed by an individual Work Order have
28
been completed, the Contractor shall notify the Engineer. The Engineer or
29
other appropriate official of the Owner will, within a reasonable time, perform
30
the inspections. If such inspection reveals that the improvements are in an
31
acceptable condition and have been completed in accordance with the terms of
32
the Contract Documents and all approved modifications thereof, the Engineer
33
will recommend acceptance of the work under that particular Work Order and
34
recommend payment therefore.
35
36
If the Engineer finds that the work has not been completed as required, he
37
shall so advise the Contractor in writing, furnishing him an itemized list of all
38
known items which have not been completed or which are not in an acceptable
39
condition. When the Contractor has corrected all such items, he shall again
40
notify the Engineer that the improvements are ready for inspection, and the
41
Engineer shall proceed as outlined above.
42
43
Whenever the improvements prescribed by the individual Work Order have
44
been completed and all requirements of the Contract Documents have been
45
fulfilled on the part of the Contractor, an estimate showing the value of the
46
work will be prepared by the Engineer as soon as the necessary
47
measurements, computations, and checks can be made.
48
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
013513-3
SPECIAL PROJECT PROCEDURES
Page 3 of I 1
I
The amount of the estimate will be paid to the Contractor after acceptance by
2
the Water Department Director, provided the Contractor has furnished to the
3
Owner satisfactory evidence of payment as follows: Prior to submission of the
4
estimate for payment, the Contractor shall execute an affidavit, as furnished by
5
the City, certifying that all persons, firms, associations, corporations, or other
6
organizations furnishing labor and/or materials under that Work Order have
7
been paid in full, that the wage scale established by the City Council in the City
8
of Fort Worth has been paid, and that there are no claims pending for personal
9
fnjury and/or property damages.
to
I I
The acceptance by the Contractor of the individual payment as aforesaid shall
12
operate as and shall release the Owner from all claims or liabilities under the
13
Contract for anything done or furnished or relating to the work under that
14
Work Order or any act or neglect of said City relating to or connected with the
15
Contract.
16
17
The making of the payment by the Owner shall not relieve the Contractor of
18
any guarantees or other requirements of the Contract Documents which
19
specifically continue thereafter.
20
21
Bidder's Initials
22
23
5. BID QUANTITIES AND CONTRACT AWARD
24
Bid quantities of the various items in the proposal are for comparison only and
25
may not reflect the actual quantities. There is no limit to which a bid item can
26
be increased or decreased.
27
28
Contractor shall not be entitled to renegotiation of unit prices regardless of the
29
final measured quantities. To the extent that Articles 10, 11, or 12 conflicts
30
with this provision, this provision controls. No claim will be considered for lost
31
or anticipated profits based upon differences in estimated quantities versus
32
actual quantities.
33
34
Total quantities given in the bid proposal may not reflect actual quantities;
35
however, they are given for the purpose of bidding and awarding the contract.
36
A contract in the amount of $750,0011.00 shall be awarded with final payment
37
based on actual measured quantities and the unit price bid in this proposal-
38
Moreover, there is to be not limit on the variation between the estimated
39
quantities shown and actual quantities performed.
40
41
7. LIFE OF CONTRACT
42
It is contemplated that Work Orders will be issued to the Contractor for work
43
to be performed under this Contract for not to exceed 365 calendar days
44
following the date of the Contract nor to exceed the limit of the bid price,
45
whichever should occur first. The Contractor shall be required to complete any
46
work covered by a Work Order issued prior to that date of termination but will
47
not be required to accept any work order for execution dated after that date of
48
termination. If the cost of the work performed under this Contract is less than
49
the limit of the contract award at the end of the 365 calendar day period, at
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0135 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 11
1 the City's option and the Contractor's concurrence, the Projeci may he
2 extended to the Limit of the contract award.
3
4 8. OPTION TO RENEW
5 The City has the right to renew this contract for two (2) one-year
6 terms/expenditures of $2,000,000.00 under the same terms, conditions and
7 unit prices. The City shall give at least sixty (60) days notice prior to the
8 expiration of this contract, determined as one year from the date of execution,
9 or of an option period, or a like notice at such a time as there is less than
10 $20,000.00 left unexpended.
11
12 9. LIQUIDATED DAMAGES
13 The Contractor shall pay liquidated damages of four hundred twenty dollars
14 ($420.00) per day per Work Order, for failure to begin a Work Order within the
15 seven (7) working days of the date the Work Order is faxed to the Contractor.
16 Failure to complete project within the stipulated construction time on the Work
17 Order, the Contractor will pay liquidated damages in the amount stipulated in
18 these contract documents.
19
20 10. TRENCH SAFETY SYSTEM DESIGN
21 Because of the unique nature of this contract, the number of trench safety
22 system designs required is not known at the time bids are received. While the
23 contractor is still bound by the latest version of the U.S. Department of tabor,
24 Occupational Safety and Health Administration Standards, 29 CFR Part 1926,
25 Subpart P-Excavations, it is the City's intention that all costs incurred by the
26 Contractor in acquiring trench safety designs be included in the unit price bid
27 for Job Move In or mobilization.
28
29 11. IRRIGATION SYSTEMS
30 Disruption of private irrigation systems is inevitable, but should be kept to a
31 minimum where possible. Repairing damage to the irrigation system shall be
32 subsidiary to the price bid per linear foot of pipe- No additional compensation
33 will be allowed.
34
35 C. Related Specification Sections include, but are not necessarily limited to:
36 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract
37 2. Division I — General Requirements
38 3. Section 33 12 25 — Connection to Existing Water Mains
39 1.2 PRICE AND PAYMENT PROCEDURES
40 A. Measurement and Payment
41 1. Coordination within Railroad permit areas
42 a. Measurement
43 1) Measurement for this Item will be by lump sum.
44 b. Payment
45 1) The work performed and materials famished in accordance with this Item
46 will be paid for at the lump sum price bid for Railroad Coordination.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
013513-5
SPECIAL PROJECT PROCEDURES
Page 5 of 1 I
I
c. The price bid shall include:
2
1)
Mobilization
3
2)
Inspection
4
3)
Safety training
5
4)
Additional Insurance
6
5)
Insurance Certificates
7
6)
Other requirements associated with general coordination with Railroad,
8
including additional employees required to protect the right-of-way and
9
property of the Railroad from damage arising out of and/or from the
10
construction of the Project.
11 2. Railroad Flagmen
12 a. Measurement
13 1) Measurement for this Item will be per working day.
14 b. Payment
15 1) The work performed and materials furnished in accordance with this Item
16 will be paid for each working day that Railroad Flagmen are present at the
17 Site.
18 c. The price bid shall include:
19 1) Coordination for scheduling flagmen
20 2) FIagmen
21 3) Other requirements associated with Railroad
22 3. All other items
23 a. Work associated with these Items is considered subsidiary to the various Items
24 bid. No separate payment will be allowed for this Item.
25 1.3 REFERENCES
26 A. Reference Standards
27 1. Reference standards cited in this Specification refer to the current reference
28 standard published at the time of the latest revision date logged at the end of this
29 Specification, unless a date is specifically cited.
30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
31 High Voltage Overhead Lines.
32 3. North Central Texas Council of Governments (NCTCOG) — CIean Construction
33 Specification
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. Coordination with the Texas Department of Transportation
36 1. When work in the right-of-way which is Colder the jurisdiction of the Texas
37 Department of Transportation (TxDOT):
38 a. Notify the Texas Department of Transportation prior to commencing any work
39 therein in accordance with the provisions of the permit
40 b. All work performed in the TxDOT right-of-way shall be performed in
41 compliance with and subject to approval from the Texas Department of
42 Transportation
43 B. Work near High Voltage Lines
44 1. Regulatory Requirements
CITY OF FORT WORTH SMALL D AMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. I02197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
0135 13 -6
SPECIAL PROJECT PROCEDURES
Page 6 of 11
a. All Work near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following
safety features
a. Insulating cage -type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de -energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Air Pollution Watch Days
1. General
a. Observe the following guidelines relating to working on City construction sites
on clays designated as "AIR POLLUTION WATCH DAYS".
b. Typical Ozone Season
1) May 1 through October 31.
c. Critical Emission Time
1) 6:00 a.m. to 10:00 a.m.
2. Watch Days
a. The Texas Commission on Environmental Quality (TCEQ), in coordination
with the National Weather Service, will issue the Air Pollution Watch by 3:00
p.m. on the afternoon prior to the WATCH day.
b. Requirements
1) Begin work after 10:00 a.m. whenever construction phasing requires the
use of motorized equipment for periods in excess of 1 hour.
2) However, the Contractor may begin work prior to 10:00 a.m. if:
a) Use of motorized equipment is less than 1 hour, or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0135 13 - 7
SPECIAL, PROJECT PROCEDURES
Page 7 of 11
I b) If equipment is new and certified by EPA as "Low Emitting", or
2 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
3 alternative fuels such as CNG.
4 E. TCEQ Air Permit
5 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
6 F. Use of Explosives, Drop Weight, Etc.
7 1. When Contract Documents permit on the project the following will apply:
8 a. Public Notification
9 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
10 prior to commencing.
11 2) Minimum 24 hour public notification in accordance with Section 01 31 13
12 G. Water Department Coordination
13 1. During the construction of this project, it will be necessary to deactivate, for a
14 period of time, existing lines. The Contractor shall be required to coordinate with
15 the Water Department to determine the best times for deactivating and activating
16 those lines.
17 2. Coordinate any event that will require connecting to or the operation of an existing
18 City water line system with the City's representative.
19 a. Coordination shall be in accordance with Section 33 12 25.
20 b. if needed, obtain a hydrant water meter from the Water Department for use
21 during the life of named project.
22 c. In the event that a water valve on an existing Iive system be turned off and on
23 to accommodate the construction of the project is required, coordinate this
24 activity through the appropriate City representative.
25 1) Do not operate water line valves of existing water system.
26 a) Failure to comply will render the Contractor in violation of Texas Penal
27 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
28 will be prosecuted to the full extent of the law.
29 b) In addition:, the Contractor will assume all liabilities and
30 responsibilities as a result of these actions.
31 H. Public Notification Prior to Beginning Construction
32 1. Prior to beginning construction on any block in the project, on a block by block
33 basis, prepare and deliver a notice or flyer of the pending construction to the front
34 door of each residence or business that will be impacted by construction. The notice
35 shall be prepared as follows:
36 a. Post notice or flyer 7 days prior to beginning any construction activity on each
37 block in the project area.
38 1) Prepare flyer on the Contractor's letterhead and include the following
39 information:
40 a) Name of Project
41 b) City Project No (CPN)
42 c) Scope of Project (i.e. type of construction activity)
43 d) Actual construction duration within the block
44 e) Name of the contractor's foreman and phone number
45 f) Name of the City's inspector and phone number
46 g) City's after-hours phone number
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
013513-8
SPECIAL PROTECT PROCEDURES
Page 8 of 11
1 2) A sample of the `pre -construction notification' flyer is attached as Exhibit
2 A.
3 3) Submit schedule showing the construction start and finish time for each
4 block of the project to the inspector.
5 4) Deliver flyer to the City Inspector for review prior to distribution.
6 b. No construction will be allowed to begin on any block until the flyer is
7 delivered to all residents of the block.
8 1. Public Notification of Temporary Water Service Interruption during Construction
9 1. In the event it becomes necessary to temporarily shut down water service to
10 residents or businesses during construction, prepare and deliver a notice or flyer of
11 the pending interruption to the front door of each affected resident.
12 2. Prepared notice as follows:
13 a. The notification or flyer shall be posted 24 hours prior to the temporary
14 interruption.
15 b. Prepare flyer on the contractor's letterhead and include the following
16 information:
17 1) Name of the project
18 2) City Project Number
19 3) Date of the interruption of service
20 4) Period the interruption will take place
21 5) Name of the contractor's foreman and phone number
22 6) Name of the City's inspector and phone number
23 c. A sample of the temporary water service interruption notification is attached as
24 Exhibit B.
25 d. Deliver a copy of the temporary interruption notification to the City inspector
26 for review prior to being distributed.
27 e. No interruption of water service can occur until the flyer has been delivered to
28 all affected residents and businesses.
29 £ Electronic versions of the sample flyers can be obtained from the Project
30 Construction Inspector.
31 J. Coordination with United States Army Corps of Engineers (USACE)
32 1. At locations in the Project where construction activities occur in areas where
33 USACE permits are required, meet all requirements set forth in each designated
34 permit.
35 K. Coordination within Railroad Permit Areas
36 1. At locations in the project where construction activities occur in areas where
37 railroad permits are required, meet all requirements set forth in each designated
38 railroad permit. This includes, but is not limited to, provisions for:
39 a. Flagmen
40 b. Inspectors
41 c. Safety training
42 d. Additional insurance
43 e. Insurance certificates
44 f. Other employees required to protect the right-of-way and property of the
45 Railroad Company from damage arising out of and/or from the construction of
46 the project. Proper utility clearance procedures shall be used in accordance
47 with the permit guidelines.
CITY" OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised Deoembor 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
013513-9
SPECIAL PROJECT PROCEDURES
Page 9 of 11
1 2. Obtain any supplemental information needed to comply with the railroad's
2 requirements.
3 3. Railroad Flagmen
4 a. Submit receipts to City for verification of working days that railroad flagmen
5 were present on Site.
6 L. Dust Control
7 1. Use acceptable measures to control dust at the Site.
8 a. If water is used to control dust, capture and properly dispose of waste water.
9 b. If wet saw cutting is performed, capture and properly dispose of slurry_
10 M. Employee Parking
11 1. Provide parking for employees at locations approved by the City.
12 1.5 SUBMITTALS [NOT USED]
13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
14 1.7 CLOSEOUT SUBMITTALS [NOT USED]
15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
16 1.9 QUALITY ASSURANCE [NOT USED]
17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
18 1.11 FIELD [SITE] CONDITIONS [NOT USED]
t9 1.12 WARRANTY [NOT USED1
20 PART 2 - PRODUCTS [NOT USED]
21 PART 3 - EXECUTION [NOT USED]
22
23
24
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
8/31/2012
D. Johnson
1.4.13— Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
0135 13 - 10
SPECIAL PROJECT PROCEDURES
Page 10 of 11
EXIF]IRIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Proj ect No. 102197
1
2
0135 13 - 11
SPECIAL PROJECT PROCEDURES
Page 11 of 11
I i.
FORTWORTH
Daft,
Dole »0 XI
�,� Imp:
MO TICle OF TEMPORARY WATER SERVICE
IN TERRUPTIOM
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
TITANIC YOU,
CONTRACTOR
3 _
4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
01 55 26 - 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
i SECTION 0155 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART 1- GENERAL
UIll .. C 1
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. 1.2 PRICE AND PAYMENT PROCEDURES —
12 Given the nature of this contract Street Use Permits will be paid for at the pre-
13 bid price of $100.00 each on an as needed basis.
14 C. Related Specification Sections include, but are not necessarily Iimited to:
15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division I --- General Requirements
17 3. Section 34 71 13 — Traffic Control
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various Items bid.
21 No separate payment will be allowed for this Item.
22 1.3 REFERENCES
23 A. Reference Standards
24 1. Reference standards cited in this specification refer to the current reference standard
25 published at the time of the latest revision date logged at the end of this
26 specification, unless a date is specifically cited.
27 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
28 1.4 ADMINISTRATIVE REQUIREMENTS
29 A. Traffic Control
30 1. General
31 a. When traffic control plans are included in the Drawings, provide Traffic
32 Control in accordance with Drawings and Section 34 71 13.
33 b. When traffic control plans are not included in the Drawings, prepare traffic
34 control plans in accordance with Section 34 71 13 and submit to City for
35 review.
36 1) Allow minimum 10 working days for review of proposed Traffic Control.
37 B. Street Use Permit
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised July 1, 2011 RELOCATIONS CONTRACT 2019
City Project No. 102197
01 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1 1. Prior to installation of Traffic Control, a City Street Use Permit is required.
2 a. To obtain Street Use Permit, submit Traffic Control Plans to City
3 Transportation and Public Works Department.
4 1) Allow a minimum of 5 working days for permit review.
5 2) Contractor's responsibility to coordinate review of Traffic Control plans for
6 Street Use Permit, such that construction is not delayed.
7 C. Modification to Approved Traffic Control
8 1. Prior to installation traffic control:
9 a. Submit revised traffic control plans to City Department Transportation and
10 Public Works Department.
11 1) Revise Traffic Control plans in accordance with Section 34 71 13.
12 2) Allow minimum 5 working days for review of revised Traffic Control.
13 3) It is the Contractor's responsibility to coordinate review of Traffic Control
14 plans for Street Use Permit, such that construction is not delayed.
15 D. Removal of Street Sign
16 1. If it is determined that a street sign must be removed for construction, then contact
17 City Transportation and Public Works Department, Signs and Markings Division to
18 remove the sign.
19 E. Temporary Signage
20 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
21 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
22 Devices (MUTCD).
23 2. Install temporary sign before the removal of permanent sign.
24 3. When construction is complete, to the extent that the permanent sign can be
25 reinstalled, contact the City Transportation and Public Works Department, Signs
26 and Markings Division, to reinstall the permanent sign.
27 F. Traffic Control Standards
28 1. Traffic Control Standards can be found on the City's Buzzsaw website.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised July 1, 2011 RELOCATIONS CONTRACT 2019
City Project No. 102197
015526-3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 110
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
& 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
13
END OF SECTION
IRevision Log
I DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
017000-1
MOBILIZATION AND REMOBILIZATION
Page I of
I SECTION 0170 00
2 MOBILIZATION AND REMOBILIZATION
3 PART 1 - GENERAL
4 1.1 SUAINVIARY
5 A. Section Includes:
6 1. Mobilization and Demobilization
7 a. Mobilization
8 1) Transportation of Contractor's personnel, equipment, and operating supplies
9 to the Site
10 2) Establishment of necessary general facilities for the Contractor's operation
11 at the Site
I2 3) Premiums paid for performance and payment bonds
13 4) Transportation of Contractor's personnel, equipment, and operating supplies
14 to another location within the designated Site
15 5) Relocation of necessary general facilities for the Contractor's operation
16 from I location to another location on the Site.
17 b. Demobilization
18 1) Transportation of Contractor's personnel, equipment, and operating supplies
19 away from the Site including disassembly
20 2) Site Clean-up
21 3) Removal of all buildings and/or other facilities assembled at the Site for this
22 Contract
23 c. Mobilization and Demobilization do not include activities for specific items of
24 work that are for which payment is provided elsewhere in the contract.
25
2. Remobilization
26
a. Remobilization for Suspension of Work specifically required in the Contract
27
Documents or as required by City includes:
28
1) Demobilization
29
a) Transportation of Contractor's personnel, equipment, and operating
30
supplies from the Site including disassembly or temporarily securing
31
equipment, supplies, and other facilities as designated by the Contract
32
Documents necessary to suspend the Work.
33
b) Site Clean-up as designated in the Contract Documents
34
2) Remobilization
35
a) Transportation of Contractor's personnel, equipment, and operating
36
supplies to the Site necessary to resume the Work.
37
b) Establishment of necessary general facilities for the Contractor's
38
operation at the Site necessary to resume the Work.
39
3) No Payments will be made for:
40
a) Mobilization and Demobilization from one location to another on the
41
Site in the normal progress of performing the Work.
42
b) Stand-by or idle time '
43
c) Lost profits
44
3. Mobilizations and Demobilization for Miscellaneous Projects
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2016 RELOCATIONS CONTRACT 20I9
City Project No. 102197
01 70 00 - 2
MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1
a. Mobilization and Demobilization
2
1) Mobilization shall consist of the activities and cost on a Work Order basis
3
necessary for:
4
a) Transportation of Contractor's personnel, equipment, and operating
5
supplies to the Site for the issued Work Order.
6
b) Establishment of necessary general facilities for the Contractor's
7
operation at the Site for the issued Work Order
8
2) Demobilization shall consist of the activities and cost necessary for:
9
a) Transportation of Contractor's personnel, equipment, and operating
10
supplies from the Site including disassembly for each issued Work
11
Order
12
b) Site Clean-up for each issued Work Order
13
c) Removal of all buildings or other facilities assembled at the Site for
14
each Work Oder
15
b. Mobilization and Demobilization do not include activities for specific items of
16
work for which payment is provided elsewhere in the contract.
17
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
18
a. A Mobilization for Miscellaneous Projects when directed by the City and the
19
mobilization occurs within 24 bours of the issuance of the Work Order.
20 B. Deviations from this City of Fort Worth Standard Specification
21 Part 1 — General
22 1.1 Summary
23 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
24 a. Contractor to emergency mobilize within 24 hours of notification by Project
25 Manager. (Not issuance of work order)
26
27 1.2 Price and Payment Procedures
28 A. Measurement and Payment
29 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
30 e. After the emergency work order has been complete, there will be no
31 additional mobilization charges paid to remobilize back to the previous
32 project location site.
33 C. Related Specification Sections include, but are not necessarily limited to:
34 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the
35 Contract
36 2. Division I — General Requirements
37 1.2 PRICE AND PAYMENT PROCEDURES
38 A. Measurement and Payment [Consult City Department/Division for direction on if
39 Mobilization pay item to be included or the item should be subsidiary. Include the
40 appropriate Section 1.2 A. 1.]
41 1. Mobilization and Demobilization
42 a. Measure
43 1) This Item is considered subsidiary to the various Items bid.
44 b. Payment
CITY OF FORT WORTH I SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICXFION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised Novernbu 22, 2016 RELOCATIONS CONTRACT 2019
City Project No. 102197
017000-3
MOBILIZATION AND REMOBILIZATION
Page 3 of
1
1) The work performed and materials furnished in accordance with this Item
2
arc subsidiary to the various Items bid and no other compensation will be
3
allowed.
4
2. Remobilization for suspension of Work as specifically required in the Contract
5
Documents
6
a. Measurement
7
1) Measurement for this Item shall be per each remobilization performed.
8
b. Payment
9
1) The work performed and materials furnished in accordance with this Item
10
and measured as provided under "Measurement" will be paid for at the unit
11
price per each "Specified Remobilization" in accordance with Contract
12
Documents.
13
c. The price shall include:
14
1) Demobilization as described in Section 1.I.A.2.a.1)
15
2) Remobilization as described in Section I.I.A.2.a.2)
16
d. No payments will be made for standby, idle time, or Iost profits associated this
17
Item.
18
3. Remobilization for suspension of Work as required by City
19
a. Measurement and Payment
20
1) This shall be submitted as a Contract Claim in accordance with Article 10
21
of Section 00 72 00.
22
2) No payments will be made for standby, idle time, or lost profits associated
23
with this Item.
24
4. Mobilizations and Demobilizations for Miscellaneous Projects
25
a. Measurement
26
1) Measurement for this Item shall be for each Mobilization and
27
Demobilization required by the Contract Documents
28
b. Payment
29
1) The Work performed and materials furnished in accordance with this Item
30
and measured as provided under "Measurement" will be paid for at the unit
31
price per each "Work Order Mobilization" in accordance with Contract
32
Documents. Demobilization shall be considered subsidiary to mobilization
33
and shall not be paid for separately.
34
c. The price shall include:
35
1) Mobilization as described in Section 1.1.A.3.a.1)
36
2) Demobilization as described in Section I.I.A.3.a.2)
37
d. No payments will be made for standby, idle time, or lost profits associated this
38
Item.
39 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
40 a. Measurement
41 1) Measurement for this Item shall be for each Mobilization and
42 Demobilization required by the Contract Documents
43 b. Payment
44 1) The Work performed and materials furnished in accordance with this Item
45 and measured as provided under "Measurement" will be paid for at the unit
46 price per each "Work Order Emergency Mobilization" in accordance with
47 Contract Documents. Demobilization shall be considered subsidiary to
48 mobilization and shall not be paid for separately.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2016 RELOCATIONS CONTRACT 2019
City Project No. 102197
01 70 00 - 4
MOBILIZATION AND REMOBILIZATION
Page 4 of 4
1
c. The price shall include
2
1) Mobilization as described in Section 1.1.A.4.a)
3
2) Demobilization as described in Section 1. LA.3.a.2)
4
d. No payments will be made for standby, idle time, or lost profits associated this
5
Item.
6
1.3
REFERENCES [NOT USED]
7
1.4
ADMINISTRATIVE REQUIREMENTS [NOT USED]
8
1.5
SUBMITTALS [NOT USED]
9
1.6
INFORMATIONAL SUBMITTALS [NOT USED]
10
1.7
CLOSEOUT SUBMITTALS [NOT USED]
11
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12
1.9
QUALITY ASSURANCE [NOT USED]
13
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
14
1.11
FIELD [SITE] CONDITIONS [NOT USED]
15
1.12
WARRANTY [NOT USED]
16 PART 2 - PRODUCTS [NOT USED]
17 PART 3 - EXECUTION [NOT USED]
18
19
20
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
11/22/16
Michael Owen
1.2 Price and Payment Procedures - Revised specification, including blue text, to
:snake specification flexible for either subsidiary or paid bid item for Mobilization.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2016
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. I02197
0241 14 - 1
UTILITY REMOVAL/ABANDONMENT
Page I of I7
1 OSECTION 02 4114
2 UTILITY REMOVAL/ABANDONMENT
r
3 PART1- GENERAL
4 1.1 SUMMARY
5
A. Section Includes:
6
1. Direction
for the rellnovaI, abandonment or salvaging of the following utilities:
7
a.
Cathodic Protection Test Stations
8
b.
Water Lines
9
c.
Gate Valves
10
d.
Water Valves
11
e.
Fire Hydrants
I2
f.
Water Meters and Meter Box
13
g.
Water Sampling Station
14
h.
Concrete Water Vaults
15
i.
Sanitary Sewer Lines
16
j.
Sanitary Sewer Manholes
17
k.
Sanitary Sewer Junction Boxes
18
1.
Storm Sewer Lines
19
m.
Storm Sewer Manhole Risers
20
n.
Storm Sewer Junction Boxes
21
o.
Storm Sewer Inlets
22
p.
Box Culverts
23
q.
Headwalls and Safety End Treatments
24
r.
Trench Drains
25 B. Deviations from this City of Fort Worth Standard Specification
26 1. CONCRETE WATER VAULT REMOVAL
27 Measurement and Payment for this Bid Item is for Large Concrete Vaults. No
28 payment will be made for small concrete water meter vaults (boxes) housing 2-
29 inch and smaller water meters.
30 2. SECTION 3.4 REMOVAL, SALVAGE AND ABANDONMENT
31 B. Water Lines and Appurtenances
32 S. Should read "Water Valve Abandonment"
33 6. Water Valve Removal and Salvage
34 e. Do not Fill, Valve is removed
35 C. Related Specification Sections include, but are not necessarily limited to:
36 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract
37 2. Division 1 — General Requirements
38 3. Section 03 34 13 --- Controlled Low Strength Material (CLSM)
39 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill
40 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
02 41 14 - 2
UTILITY REMOVAL/ABANDONMENT
Page 2 of 17
1 6.
Section 33 11 11—
Ductile Iron Fittings
2 7.
Section 33 11 13 —
Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type
3 8.
Section 33 11 14 --
Buried Steel Pipe and Fittings
4 9.
Section 33 12 25 —
Connection to Existing Water Mains
5 1.2 PRICE AND PAYMENT PROCEDURES
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
A. Utility Lines
1. Abandonment of Utility Line by Grouting
a. Measurement
1) Measurement for this Item shall be per cubic yard of existing utility line to
be grouted. Measure by tickets showing cubic yards of grout applied.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the unit
price per cubic yard of "Line Grouting" for:
a) Various types of utility line
c. The price bid shall include:
1) Low density cellular grout or CLSM
2) Water
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
2, Utility Line Removal, Separate Trench
a. Measurement
1) Measurement for this Item shall be per linear foot of existing utility line to
be removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the unit
price bid per linear foot of "Remove Line" for:
a) Various types of existing utility line
b) Various sizes
c. The price bid shall include:
1) Removal and disposal of existing utility pipe
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess materials
6) Furnishing, placement and compaction of backfill
7) Clean-up
3. Utility Line Removal, Same Trench
a. Measurement
1) This Item is considered subsidiary the proposed utility line being installed.
b. Payment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
02 41 14 - 3
UTILITY REMOVAL/ABANDONMENT
Page 3 of 17
1
1) The work performed and materials furnished in accordance with this Item
2
are subsidiary to the installation of proposed utility pipe and shall be
3
subsidiary to the unit price bid per linear foot of pipe complete in place, and
4
no other compensation will be allowed.
5
4. Manhole Abandonment
6
a. Measurement
7
1) Measurement for this Item will be per each manhole to be abandoned.
8
b. Payment
9
1) The work performed and materials furnished in accordance with this Item
10
and measured as provided under "Measurement" shall be paid for at the unit
I I
price bid per each "Abandon Manhole" for:
12
a) Various diameters
13
b) Various types
14
c. The price bid shall include:
15
1) Removal and disposal of manhole cone
16
2) Removal, salvage and delivery of frame and cover to City, if applicable
17
3) Cutting and plugging of existing sewer lines
18
4) Concrete
19
5) Acceptable material for backfiilling manhole void
20
6) Pavement removal
21
7) Excavation
22
8) Hauling
23
9) Disposal of excess materials
24
10) Furnishing, placement and compaction of backtiill
25
11) Surface restoration
26
12) Clean-up
27
S. Cathodic Test Station Abandonment
28
a. Measurement
29
1) Measurement for this Item will be per each cathodic test station to be
30
abandoned.
31
b. Payment
32
1) The work performed and materials furnished in accordance with this Item
33
and measured as provided under "Measurement" shall be paid for at the unit
34
price bid per each "Abandon Cathodic Test Station".
35
c. The price bid shall include:
36
1) Abandon cathodic test station
37
2) CLSM
38
3) Pavement removal
39
4) Excavation
40
5) Hauling
41
6) Disposal of excess materials
42
7) Furnishing, placement and compaction of backl`ill
43
8) Clean-up
44 B. Water Lines and Appurtenances
45 1. Installation of a Water Line Pressure Plug
46 a. Measurement
47 1) Measurement for this Item shall be per each pressure plug to be installed.
48 b. Payment
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
0241 14 - 4
UTILITY REMOVAL/ABANDONMENT
Page 4 of 17
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the unit
price bid for each "Pressure Plug" installed for:
a) Various sizes
c. The price bid shall include:
I) burnishing and installing pressure plug
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess material
6) Gaskets
7) Bolts and Nuts
8) Furnishing, placement and compaction of embedment
9) Furnishing, placement and compaction of backfill
10) Disinfection
11) Testing
12) Clean-up
2. Abandonment of Water Line by Cut and installation of Abandonment Plug
a. Measurement
1) Measurement for this Item shall be per each cut and abandonment plug
installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the unit
price bid for each "Water Abandonment Plug" installed for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing abandonment plug
2) Pavement removal
3) Excavation
4) Hauling
5) CLSM
6) Disposal of excess material
7) Furnishing, placement and compaction of backftll
8) Clean-up
3. Water Valve Removal
a. Measurement
1) Measurement for this Item will be per each water valve to be removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the unit
price bid per each "Remove Water Valve" for:
a) Various sizes
c. The price bid shall include:
1) Removal and disposal of valve
2) CLSM
3) Pavement removal
4) Excavation
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0241 14 - 5
UTILITY REMOVAL/ABANDONMENT
Page 5 of 17
1
5) Hauling
2
6) Disposal of excess materials
3
7) burnishing, placement and compaction of backfill
4
8) Clean-up
5
4. Water Valve Removal and Salvage
6
a. Measurement
7
1) Measurement for this Item will be per each water valve to be removed and
8
salvaged.
9
b. Payment
10
1) The work performed and materials furnished in accordance with this Item
11
and measured as provided under "Measurement" shall be paid for at the unit
12
price bid per each "Salvage Water Valve" for:
13
a) Various sizes
14
c. The price bid shall include:
15
1) Removal and Salvage of valve
16
2) CLSM
17
3) Delivery to City
18
4) Pavement removal
19
5) Excavation
20
6) Hauling
21
7) Disposal of excess materials
22
8) Furnishing, placement and compaction of backfill
23
9) CIean-up
24
5. 'Water Valve Abandonment
25
a. Measurement
26
1) Measurement for this Item will be per each water valve to be abandoned.
27
b. Payment
28
1) The work performed and materials furnished in accordance with this Item
29
and measured as provided under "Measurement" shall be paid for at the unit
30
price bid per each "Abandon Water Valve" for:
31
a) Various Sizes
32
c. The price bid shall include:
33
1) Abandonment of valve
34
2) CLSM
35
3) Pavement removal
36
4) Excavation
37
5) Hauling
38
6) Disposal of excess materials
39
7) Furnishing, placement and compaction of backfill
40
8) Clean-up
41
6. Fire Hydrant Removal and Salvage
42
a. Measurement
43
1) Measurement for this Item will be per each fire hydrant to be removed.
44
b. Payment
45
1) The work performed and materials furnished in accordance with this Item
46
and measured as provided under "Measurement" shall be paid for at the unit
47
price bid per each "Salvage Fire Hydrant".
48
c. The price bid shall include:
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
0241 14 - 6
UTILITY REMOVAL/ABANDONMENT
Page 6 of 17
1
1) Removal and salvage of fire hydrant
2
2) Delivery to City
3
3) Pavement removal
4
4) Excavation
5
5) Hauling
6
6) Disposal of excess materials
7
7) Furnishing, placement and compaction of backfill
8
8) Clean-up
9
7. Water Meter Removal and Salvage
10
a. Measurement
11
1) Measurement for this Item will be per each water meter to be removed and
12
salvaged.
13
b. Payment
14
1) The work performed and materials furnished in accordance with this Item
15
and measured as provided under "Measurement" shall be paid for at the unit
16
price bid per each "Salvage Water Meter" for:
17
a) Various sizes
18
2) If a "Water Meter Service Relocate" is performed in accordance with
19
Section 33 12 10, removal and salvage or disposal of the existing (2-inch or
20
smaller) water meter shall be subsidiary to the cost of the "Water Meter
21
Service Relocate", no other compensation will be allowed.
22
c. The price bid shall include:
23
1) Removal and salvage of water meter
24
2) Delivery to City
25
3) Pavement removal
26
.4) Excavation
27
5) Hauling
28
6) Disposal of excess materials
29
7) Furnishing, placement and compaction of backfill
30
8) Clean-up
31
8. Water Sampling Station Removal and Salvage
32
a. Measurement
33
1) Measurement for this Item will be per each water sampling station to be
34
removed.
35
b. Payment
36
1) The work performed and materials famished in accordance with this Item
37
and measured as provided under "Measurement" shall be paid for at the unit
38
price bid per each "Salvage Water Sampling Station".
39
c. The price bid shall include:
40
1) Removal and salvage of water sampling station
41
2) Delivery to City
42
3) Pavement removal
43
4) Excavation
44
5) Hauling
45
6) Disposal of excess materials
46
7) Furnishing, placement and compaction of backfill
47
8) Clean-up
48
9. Concrete Water Vault Removal
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
0241 I4 - 7
UTILITY REMOVAUABANDONMENT
Page 7 of 17
1
a. Measurement
2
1) Measurement for this Item will be per each concrete water vault to be
3
removed.
4
b. Payment
5
1) The work performed and materials furnished in accordance with this Item
6
and measured as provided under "Measurement" shall be paid for at the unit
7
price bid per each "Remove Concrete Water Vault".
8
c. The price bid shall include:
9
1) Removal and disposal of concrete water vault
10
2) Removal, salvage and delivery of frame and cover to City, if applicable
11
3) Removal, salvage and delivery of any valves to City, if applicable
12
4) Removal, salvage and delivery of any water meters to City, if applicable
13
5) Pavement removal
14
6) Excavation
15
7) Hauling
16
8) Disposal of excess materials
17
9) Furnishing, placement and compaction of backfill
18
10) Clean-up
19 C. Sanitary Sewer Lines and Appurtenances
20 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug
21 a. Measurement
22 1) Measurement for this Item shall be per each cut and abandonment plug
23 installed.
24 b. Payment
25 1) The work performed and materials furnished in accordance with this Item
26 and measured as provided under "Measurement" shall be paid for at the unit
27 price bid for each "Sewer Abandonment Plug" for:
28 a) Various sizes
29 c. The price bid shall include:
30 1) Furnishing and installing abandonment plug
31 2) Pavement removal
32 3) Excavation
33 4) Hauling
34 5) CLSM
35 6) Disposal of excess material
36 7) Furnishing, placement and compaction of backfill
37 8) Clean-up
38 2. Sanitary Sewer Manhole Removal
39 a. Measurement
40 1) Measurement for this Item will be per each sanitary sewer manhole to be
41 removed.
42 b. Payment
43 1) The work performed and materials furnished in accordance with this Item
44 and measured as provided under "Measurement" shall be paid for at the unit
45 price bid per each "Remove Sewer Manhole" for:
46 a) Various diameters
47 c. The price bid shall include:
48 1) Removal and disposal of manhole
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
024114-8
UTILITY REMOVALIABANDONMENT
Page 8 of 17
2) Removal, salvage and delivery of frame and cover to City, if applicable
3) Cutting and plugging of existing sewer lines
4) Pavement removal
5) Excavation
6) Hauling
7) Disposal of excess materials
8) Furnishing, placement and compaction of backfill
9) Cleanup
3. Sanitary Sewer Junction Structure Removal
a. Measurement
1) Measurement for this Item will be per each sanitary sewer junction
structure being removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the lump
sum bid per each "Remove Sewer Junction Box" location.
c. The price bid shall include:
1) Removal and disposal of junction box
2) Removal, salvage and delivery of frame and cover to City.
3) Pavement removal
4) Excavation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
D. Storm Sewer Lines and Appurtenances
1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug
a. Measurement
1) Measurement for this Item shall be per each cut and abandonment plug to
be installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the unit
price bid for each "Storm Abandonment Plug" installed for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing abandonment plug
2) Pavement removal
3) Excavation
4) Hauling
5) CLSM
6) Disposal of excess material
7) Furnishing, placement and compaction of backfill
8) Clean-up
2. Storm Sewer Manhole Removal
a. Measurement
1) Measurement for this Item will be per each storm sewer manhole to be
removed.
CITY OF FORT WORT14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
]EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
02 41 14 - 9
UTILITY REMOVAL/ABANDONMENT
Page 9 of 17
1
b.
Payment
2
1) The work performed and materials furnished in accordance with this Item
3
and measured as provided under "Measurement" shall be paid for at the unit
4
price bid per each "Remove Manhole Riser" for:
5
a) Various sizes
6
c.
The price bid shall include:
7
1) Removal and disposal of manhole
8
2) Removal, salvage and delivery of frame and cover to City, if applicable
9
3) Pavement removal
10
4) Excavation
11
5) Hauling
12
6) Disposal of excess materials
13
7) Furnishing, placement and compaction of backfill
14
8) Clean-up
15
3. Storm Sewer Junction Box Removal
16
a.
Measurement
17
1) Measurement for this Item will be per each storm sewer junction structure
18
to be removed.
19
b.
Payment
20
1) The work performed and materials furnished in accordance with this Item
21
and measured as provided under "Measurement" shall be paid for at the unit
22
price bid per each "Remove Storm Junction Box" for:
23
a) Various sizes
24
c.
The price bid shall include:
25
1) Removal and disposal of junction box
26
2) Removal, salvage and delivery of frame and cover to City, if applicable
27
3) Pavement removal
28
4) Excavation
29
5) Hauling
30
6) Disposal of excess materials
31
7) Furnishing, placement and compaction of backfill
32
8) Clean-up
33
4. Storm Sewer Junction Structure Removal
34
a.
Measurement
35
1) Measurement for this Item will be per each storm sewer junction structure
36
being removed.
37
b.
Payment
38
1) The work performed and materials furnished in accordance with this Item
39
and measured as provided under "Measurement" shall be paid for at the Iump
40
sum bid per each "Remove Storm Junction Structure" location.
41
c.
The price bid shall include:
42
1) Removal and disposal of junction structure
43
2) Removal, salvage and delivery of frame and cover to City, if applicable
44
3) Pavement removal
45
4) Excavation
46
5) Hauling
47
6) Disposal of excess materials
48
7) Furnishing, placement and compaction of backfill
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
0241 14 - 10
UTILITY REMOVAL/ABANDONMENT
Page 10 of 17
8) Clean-up
5. Storm Sewer Inlet Removal
a. Measurement
1) Measurement for this Item will be per each Storm sewer inlet to be
removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the unit
price bid per each "Remove Storm Inlet" for:
a) Various types
b) Various sizes
c. The price bid shall include:
1) Removal and disposal of inlet
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess materials
6) Furnishing, placement and compaction of backfill
7) Clean-up
6. Storm Sewer Junction Box Removal
a. Measurement
1) Measurement for this Item shall be per linear foot of existing storm sewer
box to be removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the unit
price bid per linear foot of "Remove Storm Junction Box" for all sizes.
c. The price bid shall include:
1) Removal and disposal of Storm Sewer Box
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess materials
6) Furnishing, placement and compaction of backfill
7) Clean-up
7. HeadwaIl/SET Removal
a. Measurement
1) Measurement for this Item will be per each headwall or safety end
treatment (SET) to be removed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the unit
price bid per each "Remove HeadwalUSET".
c. The price bid shall include:
1) RemovaI and disposal of Headwall/SET
2) Pavement removal
3) Excavation
4) Hauling
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
I
02 41 I4 - 11
UTILITY REMOVAL/ABANDONMENT
Page 11 of 17
1
5) Disposal of excess materials
2
6) Furnishing, placement and compaction of backfill
3
7) Clean-up
4
8. Trench Drain Removal
5
a. Measurement
6
1) Measurement for this Item shall be per linear foot of storm sewer trench
7
drain to be removed.
8
b. Payment
9
1) The work performed and materials furnished in accordance with this Item
10
and measured as provided under "Measurement" shall be paid for at the unit
11
price bid per Iinear foot of "Remove Trench Drain" for:
12
a) Various sizes
13
c. The price bid shall include:
14
1) Removal and disposal of storm sewer line
15
2) Pavement removal
16
3) Excavation
17
4) Hauling
18
5) Disposal of excess materials
19
6) Furnishing, placement and compaction of backfill
20
7) Clean-up
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Coordination.
24 1. Contact Inspector and the Water Department Field Operation Storage Yard for
25 coordination of salvage material return.
26 1.5 SUBMITTALS [NOT USED]
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
28 1.7 CLOSEOUT SUBMITTALS [NOT USED)
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE [NOT USED]
31 1.10 DELIVERY, STORAGE, AND HANDLING
32 A. Storage and Handling Requirements
33 1. Protect and salvage all materials such that no damage occurs during delivery to the
34 City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Proj Pet No. 102197
0241 14 - 12
UTILITY REMOVALIABANDONMENT
Page 12 of 17
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS
4 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED]
5 2.2 MATERIALS
6 2.3 ACCESSORIES [NOT USED]
7 2.4 SOURCE QUALITY CONTROL [NOT USED]
8 PART 3 - EXECUTION
9 3.1 INSTALLERS [NOT USED]
10 3.2 EXAMINATION [NOT USED]
11 3.3 PREPARATION [NOT USED]
12 3.4 REMOVAL, SALVAGE, AND ABANDONMENT
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
A. General
1. Manhole Abandonment
a. All manholes that are to be taken out of service are to be removed unless
specifically requested and/or approved by City.
b. Excavate and backfill in accordance with Section 33 05 10.
c. Remove and salvage manhole frame and cover as coordinated with City.
d. Deliver salvaged material to the City.
e. Cut and plug sewer lines to be abandoned.
f. Backfill manhole void in accordance with City Standard Details.
B. Water Lines and Appurtenances
1. Water Line Pressure Plugs
a. Ductile Iron Water Lines
1) Excavate, embed, and backfill in accordance with Section 33 05 10.
2) Plug with an MJ Plug with mechanical restraint and blocking in accordance
with Section 33 11 11.
3) Perform Cut and Plug in accordance with Section 33 12 25.
b. PVC C900 and C905 Water Lines
1) Excavate, embed, and backfill in accordance with Section 33 05 10.
2) Plug with an MJ Plug with mechanical restraint and blocking in accordance
with Section 33 11 11.
3) Perform Cut and Plug in accordance with Section 33 12 25,
c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines
1) Excavate, embed, and backfill in accordance with Section 33 05 10
2) Plug using:
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
02 41 14 - 13
UTILITY REMOVAI /ABANDONMENT
Page 13 of 17
1
a) A fabricated plug restrained by welding or by a Snap Ring in
2
accordance with Section 33 11 13; or
3
b) A blind flange in accordance with Section 33 11 13
4
3) Perform Cut and Plug in accordance with Section 33 12 25.
5
d_
Buried Steel Water Lines
6
1) Excavate, embed, and backfill in accordance with Section 33 05 10.
7
2) Plug using:
8
a) A fabricated plug restrained by welding in accordance with Section 33
9
11 14; or
10
b) A blind flange in accordance with Section 33 11 14
11
3) Perform Cut and Plug in accordance with Section 33 12 25.
12
2. Water Line Abandonment Plug
13
a.
Excavate and backfill in accordance with Section 33 05 10.
14
b.
Plug with CLSM in accordance with Section 03 34 13.
15
3. Water Line Abandonment by Grouting
16
a.
Excavate and backfill in accordance with Section 33 05 10.
17
b.
Dewater from existing line to be grouted.
18
c.
Fill line with Low Density Cellular Grout in accordance with Section 33 05 24
19
or CLSM in accordance with 03 34 13.
20
d.
Dispose of any excess material.
21
4. Water Line Removal
22
a.
Excavate and backfill in accordance with Section 33 05 10.
23
b.
Cut existing line from the utility system prior to removal.
24
c.
Cut any services prior to removal.
25
d.
Remove existing pipe line and properly dispose as approved by City.
26
5. Water Valve'Removal
27
a.
Excavate and backfill in accordance with Section 33 05 10.
28
b.
Remove and dispose of valve bonnet, wedge and stem.
29
c.
Fill valve body with CLSM in accordance with Section 03 34 13,
30
6. Water Valve Removal and Salvage
31
a.
Excavate and backfill in accordance with Section 33 05 10.
32
b.
Remove valve bonnet, wedge and stem.
33
c.
Deliver salvaged material to the Water Department Field Operation Storage
34
Yard.
35
d.
Protect salvaged materials from damage.
36
e.
Fill valve body with CLSM in accordance with Section 03 34 13.
37
7. Water
Valve Abandonment
38
a.
Excavate and backfill in accordance with Section 33 05 10.
39
b.
Remove the top 2 feet of the valve stack and any valve extensions.
40
c.
kill the remaining valve stack with CLSM in accordance with Section 03 34 13,
41
8. Fire Hydrant Removal and Salvage
42
a.
Excavate and backfill in accordance with Section 33 05 10.
43
b.
Remove Fire Hydrant.
44
c.
PIace aandomnent plug on fire hydrant lead line.
45
d.
Deliver salvaged fire hydrant to the Water Department Field Operation Storage
46
Yard.
47
e.
Protect salvaged materials from damage.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102t97
1
2
3
4
5
6
7
8
9
10
11
12
13
14
,15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
0241 14-14
UTILITY REMOVALIABANDONMENT
Page 14 of 17
9. Water Meter Removal and Salvage
a. Remove and salvage water meter.
b. Return salvaged meter to Project Representative.
c. City will provide replacement meter for installation.
d. Meter Box and Lid
1) Remove and salvage cast iron meter box lid.
2) Remove and dispose of any non -cast iron meter box Iid.
3) Return salvaged material to the Water Department Field Operation Storage
Yard.
4) Remove and dispose of meter box.
10. Water Sample Station Removal and Salvage
a. Remove and salvage existing water sample station.
b. Deliver salvaged material to the Water Department Field Operation Storage
Yard.
11. Concrete Water Vault Removal
a. Excavate and backfill in accordance with Section 33 05 10.
b. Remove and salvage vault lid.
c. Remove and salvage valves.
d. Remove and salvage meters.
e. Deliver salvaged material to the Water Department Field Operation Storage
Yard.
f. Remove and dispose of any piping or other appurtenances.
g. Demolish and remove entire concrete vault.
h. Dispose of all excess materials.
12. Cathodic Test Station Abandonment
a. Excavate and backfill in accordance with Section 33 05 10
b. Remove the top 2 feet of the cathodic test station stack and contents.
c. Fill any remaining voids with CLSM in accordance with Section 03 34 13.
C. Sanitary Sewer Lines and Appurtenances
1. Sanitary Sewer Line Abandonment Plug
a. Excavate and backfill in accordance with Section. 33 05 10.
b. Remove and dispose of any sewage.
c. Plug with CLSM in accordance with Section 03 34 13.
2. Sanitary Sewer Line Abandonment by Grouting
a. Excavate and backfill in accordance with Section 33 05 10.
b. Dewater and dispose of any sewage from the existing line to be grouted.
c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24
or CLSM in accordance with 03 34 13.
d. Dispose of any excess material.
3. Sanitary Sewer Line Removal
a. Excavate and backfill in accordance with Section 33 05 10.
b. Cut existing line from the utility system prior to removal.
c. Cut any services prior to removal.
d. Remove existing pipe line and properly dispose as approved by City.
4. Sanitary Sewer Manholes Removal
a. All sanitary sewer manholes that are to be taken out of service are to be
removed unless specifically requested and/or approved by City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102I97
0241 14 - 15
UTILITY REMOVAL/ABANDONMENT
Page 15 of 17
I
b.
Excavate and backfill in accordance with Section 33 05 10.
2
c.
Remove and salvage manhole frame and cover.
3
d.
Deliver salvaged material to the Water Department Field Operation Storage.
4
e.
Demolish and remove entire concrete manhole.
5
f.
Cut and plug sewer Iines to be abandoned.
6
5. Sanitary Sewer Junction Structure Removal
7
a.
Excavate and backfill in accordance with Section 33 05 10.
8
b.
Remove and salvage manhole frame and cover.
9
c.
Deliver salvaged material to the Water Department Field Operation Storage.
10
d.
Demolish and remove entire concrete manhole.
11
e.
Cut and plug sewer lines to be abandoned.
12 D. Stonn Sewer Lines and Appurtenances
13 1. Storm Sewer Abandonment Plug
14 a. Excavate and backfill in accordance with Section 33 05 10.
15 b. Dewater line.
16 e. Plug with CLSM in accordance with Section 03 34 13.
17 2. Storm Sewer Line Abandonment by Grouting
18 a. Excavate and backfill in accordance with Section 33 05 10.
19 b. Dewater the existing line to be grouted.
20 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24
21 or CLSM in accordance with 03 34 13.
22 d. Dispose of any excess material.
23 3. Stone Sewer Line Removal
24 a. Excavate and backfill in accordance with Section 33 05 10.
25 b. Remove existing pipe line and properly dispose as approved by City.
26 4. Storm Sewer Manhole Removal
27 a. All storm sewer manholes that are to be taken out of service are to be removed
28 unless specifically requested and/or approved by City.
29 b. Excavate and backfill in accordance with Section 33 05 10.
30 c. Demolish and remove entire concrete manhole.
31 d. Cut and plug storm sewer lines to be abandoned.
32
5.
Storm Sewer Junction Box and/or Junction Structure Removal
33
a.
Excavate and backfill in accordance with Section 33 05 10.
34
b.
Demolish and remove entire concrete structure.
35
c.
Cut and plug storm sewer lines to be abandoned.
36
6.
Storm Sewer Inlet Removal
37
a.
Excavate and backfill in accordance with Section 33 05 10.
38
b.
Demolish and remove entire concrete inlet.
39
c.
Cut and plug storm sewer lines to be abandoned.
40
7.
Storm Sewer Box Removal
41
a.
Excavate and backfill in accordance with Section 33 05 10.
42
b.
Cut existing line from the utility system prior to removal.
43
c.
Cut any services prior to removal.
44
d.
Remove existing pipe line and properly dispose as approved by City.
45
8.
Headwall/SET
Removal
46
a.
Excavate and backfill in accordance with Section 33 05 10.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
21
7
8
9
10
11
12
13
14
15
16
0241 id-16
UTILITY REMOVAL/ABANDONMENT
Page 16 of 17
b. Demolish and remove entire concrete inlet.
c. Cut and plug storm sewer lines to be abandoned.
9. Storm Sewer Trench Drain Removal
a. Excavate and backfill in accordance with Section 33 05 10.
b. Remove existing pipe line and dispose as approved by City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
0241 14 - 17
UTILITY REMOVAL/ABANDONMENT
Page I7 of 17
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
12/20/12
D. Johnson
I.2.C.3.c. — Include Frame and Cover in Payment description
Throughout — added abandonment of storm and sewer manholes when requested
and/or approved by City
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIM
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
320117-1
PERMANENT ASPI3ALT PAVING REPAIR
Page I of 5
i SECTION 32 0117
2 PERMANENT ASPHALT PAVING REPAIR
3 PARTI- GENERAL
4 1.1 SUMMARY
5 A. Section includes:
6 1. Flexible pavement repair to include, but not limited to:
7 a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.)
8 b. Warranty work
9 c. Repairs of damage caused by Contractor
10 d. Any permanent asphalt pavement repair needed during the course of
11 construction
12 B. Deviations from. this City of Fort Worth Standard Specification
13 1. 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 2. Asphalt Pavement Repair for Utility Service Trench
16 a. Measurement
17 1) Shall apply to Water Service Lines also
18 2) Measurement for proposed service line to be from liar of
19 nutter to the limit of the asphalt pavement repair for water
` 20 or sewer lines.
21 3) Utility service repair will be paid for per linear foot,
22 regardless of the width
23
C. Related Specification Sections include, but are not necessarily limited to:
24
1.
Division 0 — Bidding Requirements, Contract Forms, and Conditions of the
25
Contract
26
2.
Division I — General Requirements
27
3.
Section 03 34 16 — Concrete Base Material for Trench Repair
28
4.
Section 32 12 16 —Asphalt Paving
29
5.
Section 32 13 13 — Concrete Paving
30
6.
Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill
31
1.2 PRICE AND PAYMENT PROCEDURES
32 A. Measurement and Payment
33 1. Asphalt Pavement Repair
34 a. Measurement
35 1) Measurement for this Item will be by the linear foot of Asphalt Pavement
36 Repair based on the defined width and roadway classification specified in
37 the Drawings.
38 b. Payment
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
1i
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
3201 17 - 2
PERMANENT ASPHALT PAVING REPAIR
Page 2 of 5
1)
The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid price per linear foot of Asphalt Pavement Repair.
c.
The
price bid shall include:
1)
Preparing final surfaces
2)
Furnishing, loading, unloading, storing, hauling and handling all materials
including freight and royalty
3)
Traffic control for all testing
4)
Asphalt, aggregate, and additive
5)
Materials and work needed for corrective action
6)
Trial batches
7)
Tack coat
8)
Removal and/or sweeping excess material
2. Asphalt
Pavement Repair for Utility Service Trench
a.
Measurement
1)
Measurement for this Item will be by the linear foot of Asphalt Pavement
Repair centered on the proposed sewer service line measured from the face
of curb to the limit of the Asphalt Pavement Repair for the main sewer line.
b.
Payment
1)
The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid price per linear foot of "Asphalt Pavement Repair, Service"
installed for:
a) Various types of utilities
c.
The price bid shall include:
1)
Preparing final surfaces
2)
Furnishing, loading, unloading, storing, hauling and handling all materials
including freight and royalty
3)
Traffic control for all testing
4)
Asphalt, aggregate, and additive
5)
Materials and work needed for corrective action
6)
Trial batches
7)
Tack coat
8)
Removal and/or sweeping excess material
3. Asphalt Pavement Repair Beyond Defined Width
a.
Measurement
1)
Measurement for this Item will be by the square yard for asphalt pavement
repair beyond pay limits of the defined width of Asphalt Pavement Repair
by roadway classification specified in the Drawings.
b.
Payment
1)
The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per square yard of Asphalt Pavement Repair Beyond Defined
Width.
c.
The price bid shall include:
1)
Preparing final surfaces
2)
furnishing, loading, unloading, storing, hauling and handling all materials
including freight and royalty
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
3201 17 - 3
PERMANENT ASPHALT PAVING REPAIR
Page 3 of 5
1
3)
Traffic control for all testing
2
4)
Asphalt, aggregate, and additive
3
5)
Materials and work needed for corrective action
4
6)
Trial batches
5
7)
Tack coat
6
8)
Removal and/or ,sweeping excess material
7
4. Extra Width Asphalt Pavement Repair
8
a. Measurement
9
1)
Measurement for this Item will be by the square yard for surface repair
10
(does not include base repair) for:
11
a) Various thicknesses
12
b. Payment
13
1)
The work performed and materials furnished in accordance with this Item
14
and measured as provided under "Measurement" will be paid for at the unit
15
price bid per square yard of Extra Width Asphalt Pavement Repair
16
c. The price bid shall include:
17
1)
Preparing final surfaces
18
2)
Furnishing, Ioading, unloading, storing, hauling and handling all materials
19
including freight and royalty
20
3)
Traffic control for all testing
21
4)
Asphalt, aggregate, and additive
22
5)
Materials and work needed for corrective action
23
6)
Trial batches
24
7)
Tack coat
25
8)
Removal and/or sweeping excess material
26
1.3 REFERENCES
27 A. Definitions
28 1. H.M.A.C. — Hot Mix Asphalt Concrete
29 1.4 ADMINISTRATIVE REQUIREMENTS
30 A. Permitting
31 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation
32 and Public Works Department in conformance with current ordinances.
33 2. The Transportation and Public Works Department will inspect the paving repair
34 after construction.
35 1.5 SUBMITTALS [NOT USED]
36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
37 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16.
38 1.7 CLOSEOUT SUBMITTALS [NOT USED]
39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
40 1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Decemher 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102I97
320117-4
PERMANENT ASPHALT PAVING REPAIR
Page 4 of 5
1 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.12 FIELD CONDITIONS
3 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and
4 rising unless otherwise approved.
5 113 WARRANTY [NOT USED]
6 PART 2- PRODUCTS
7 2.1 OWNER -FURNISHED [NOT USED]
8 2.2 MATERIALS
9 A. Backfill
10 1. See Section 33 05 10.
11 B. Base Material
12 1. Concrete Base Material for Trench Repair: See Section 03 34 16.
13 2. Concrete Base: See Section 32 13 13.
14 C. Asphalt Paving: see Section 32 12 16.
15 1. H.M.A.C. paving: Type D.
16 2.3 ACCESSORIES [NOT USED]
17 2.4 SOURCE QUALITY CONTROL [NOT USED]
18 PART 3 - EXECUTION
19 31 INSTALLERS [NOT USED]
20 3.2 EXAMINATION [NOT USED]
21 3.3 PREPARATION
22 A. Surface Preparation
23 1. Mark pavement cut for repairs for approval by the City.
24 2. Contractor and City meet prior to saw cutting to confirm limits of repairs.
25 3.4 INSTALLATION
26 A. General
27 1. Equipment
28 a. Use machine intended for cutting pavement.
29 b. Milling machines may be used as long as straight edge is maintained.
30 2. Repairs: In true and straight lines to dimensions shown on the Drawings.
31 3. Utility Cuts
32 a. In a true and straight line on both sides of the trench
33 b. Minimum of 12 inches outside the trench walls
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
I4
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3201 17 - 5
PERMANENT ASPHALT PAVING REPAIR
Page 5 of 5
c. If the existing flexible pavement is 2 feet or less between the lip of the existing
gutter and the edge of the trench repair, remove the existing paving to such
gutter.
4. Limit dust and residues from sawing from entering the atmosphere or drainage
facilities.
B. Removal
1. Use care to prevent fracturing existing pavement structure adjacent to the repair
area.
C. Base
1. Install replacement base material as specified in Drawings.
D. Asphalt Paving
1. H.M.A.0 placement: in accordance with Section 32 12 16
2. Type D surface mix
3. Depth: as specified in Drawings
4. Place surface mix in lifts not to exceed 3 inches.
5. Last or top lift shall not be less than 2 inches thick.
3.5 REPAHURESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 HELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
12/20/2012
D. Johnson
1.2.A -- Modified Items to be included in price bid; Added blue text for clarification
of repair width on utility trench repair, Added a bid item for utility service trench
repair.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 20I2
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
I
320118-1
TEMPORARY ASPHALT PAVING REPAIR
Page 1 of 3
1 SECTION 32 0118
2 TEMPORARY ASPHALT PAVING REPAIR
3 PART 1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for
7 total reconstruction udder a Capital Improvement Program or resurfacing under a
8 Street Maintenance Program-
9 2. Repairs of damage caused by Contractor
10 3. Any other temporary pavement repair needed during the course of construction.
I I B. Deviations from this City of Fort Worth Standard Specification
12 1. 2-inch Temporary Pavement Repair shall include, 2-inch HMAC Type D and
13 6-inch Type B Flex Base Material, Grade 2
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
16 2. Division I - General Requirements
17 3. Section 32 1123 - Flexible Base Courses
18 4. Section 32 12 16 - Asphalt Paving
19 5. Section 33 05 10 - Utility Trench Excavation, Embedment and BackfilI
20 1.2 PRICE AND PAYMENT PROCEDURES
21 A. Measurement and Payment
22 1. Measurement
23 a. Measurement for this Item shall be by the linear foot of Temporary Asphalt
24 Paving Repair.
25 2. Payment
26 a. The work performed and materials furnished in accordance with this Item and
27 measured as provided under "Measurement" will be paid for at the unit price
28 bid per Iinear foot of Temporary Asphalt Paving Repair. No additional
29 payment will be provided for repairs of damage to adjacent pavement caused by
30 the Contractor.
31 3. The price bid shall include:
32 a. Preparing final surfaces
33 b. Furnishing, loading, unloading, storing, hauling and handling all materials
34 including freight and royalty
35 c. Traffic control for all testing
36 d. Asphalt, aggregate, and additive
37 e. Materials and work needed for corrective action
38 £ Trial batches
39 g. Tack coat
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
3201 18 -2
TEMPORARY ASPHALT PAVING REPAIR
Page 2 of 3
1 h. Removal and/or sweeping excess material
2
3 1.3 REFERENCES
4 A. Definitions
5 1.' H.M.A.C. — Hot Mix Asphalt Concrete
6 1.4 ADMINISTRATIVE REQUIREMENTS
7
A. Permitting
8
1. Obtain Street Use Permit to make utility cuts in the street from the Transportation
9
and Public Works Department in conformance with current ordinances.
10
2. The Transportation and Public Works Department will inspect the paving repair
11
after construction.
12
1.5
SUBMITTALS [NOT USED]
13
1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS
14
A. Asphalt Pavement Mix Design.: submit for approval. Section 32 12 16.
15
1.7
CLOSEOUT SUBMITTALS [NOT USED]
16
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
17
1.9
QUALITY ASSURANCE ]NOT USED]
18
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
19
1.11
FIELD CONDITIONS
20 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees
21 F or higher and rising unless otherwise approved.
22 1.12 WARRANTY [NOT USED]
23 PART 2 - PRODUCTS
24 2.1 OWNER -FURNISHED [NOT USED]
25 2.2 MATERIALS
26 A. Backfill: see Section 33 05 10.
27 B. Base Material
28 1. Flexible Base: Use existing base and add new flexible base as required in
29 accordance with Section 32 1123,
30 C. Asphalt Concrete: See Section 32 12 16.
31 1. H.M.A.C. paving: Type D.
32 2.3 ACCESSORIES [NOT USED]
33 2.4 SOURCE QUALITY CONTROL fNOT USED]
CITY OF PORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
I PART 3 - EXECUTION
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
320118-3
TEMPORARY ASPHALT PAVING REPAIR
Page 3 of 3
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Removal
1. Use an approved method that produces a neat edge.
2. Use care to prevent fracturing existing pavement structure adjacent to the repair
area.
B. Base
1. Install flexible base material per detail.
2. See Section 32 1123.
C. Apshalt Paving
1. H.M.A.C. placement: in accordance with Section 32 12 16.
2. Type D surface mix.
3.5 REPAIlVRESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED)
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.1.3 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
12/20/2012
D. Johnson
1.22A — Modified Items to be included in price bid
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3 PARTI- GENERAL
4 1.1 SL]AIMARY
SECTION 3217 23
PAVEMENT MARKINGS
321723-I
PAVEMENT MARKINGS
Page 1 of I I
5 A. Section Includes:
6 1. Pavement Markings
7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings
8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings
9 c. Preformed polymer tape
10 d. Preformed heat -activated thermoplastic tape
1 I 2. Raised markers
12 3. Work zone markings
13 4. Removal of pavement markings and markers
14 B. Deviations from this City of Fort Worth Standard Specification
15 1. For Miscellaneous Water and Sewer Contracts, all Pavement Marking repairs
16 and replacements shall be subsidiary to the appropriate pavement repair bird
17 item.
18 C. Related Specification Sections include, but are not necessarily limited to:
19 1. Division 0 --- Bidding Requirements, Contract Forms and Conditions of the Contract
20 2. Division 1 — General Requirements
21 1.2 PRICE AND PAYMENT PROCEDURES
22 A. Measurement and Payment
23 1. Pavement Markings
24 a. Measurement
25 1) Measurement for this Item shall be per linear foot of material placed.
26 b. Payment
27 1) The work performed and materials furnished in accordance with this Item
28 and measured as provided under "Measurement'' shall be paid for at the
29 unit price bid per linear foot of "Pvmt Marking" installed for:
30 a) Various Widths
31 b) Various Types
32 c) Various Materials
33 d) Various Colors
34 c- The price bid shall include:
35 1) Installation of Pavement Marking
36 2) Glass beads, when required
37 3) Surface preparation
38 4) Clean-up
39 5) Testing (when required)
40 2, Legends
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
321723-2
PAVEMENT MARKINGS
Page 2 of 11
a. Measurement
1) Measurement for this Item shall be per each Legend installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Legend" installed for:
a) Various types
b) Various applications
c. The price bid shall include:
1) Installation of Pavement Marking
2) Glass beads, when required
3) Surface preparation
4) Clean-up
5) Testing
3. Raised Markers
a. Measurement
1) Measurement for this Item shall be per each Raised Marker installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Raised Marker" installed
for:
a) Various types
c. The price bid shall include:
1) Installation of Raised Markers
2) Surface preparation
3) Clean-up
4) Testing
4. Work Zone Tab Markers
a. Measurement
l) Measurement for this Item shall be per each Tab Marker installed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
shall be paid for at the unit price bid per each "Tab Marker" installed for:
a) Various types
c. The price bid shall include:
1) Installation of Tab Work Zone Marker_ s
5. Fire Lane Markings
a. Measurement
1) Measurement for this Item shall be per the linear foot.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" shall be paid for at the
unit price bid per linear foot of "Fire Lane Marking" installed.
c. The price bid shall include:
1) Surface preparation
2) Clean-up
3) Testing
6. Pavement Marking Removal
a. Measurement
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
321723-3
PAVEMENT MARKINGS
Page 3 of I I
1 1) Measure for this Item shall be per linear foot.
2 b. Payment
3 1) The work performed and materials furnished in accordance with this Item
4 and measured as provided under "Measurement' shall be paid for at the
5 unit price bid per linear foot of "Remove Pvmt Marking" performed for:
6 a) Various widths
7 c. The price bid shall include:
8 1) Removal of Pavement Markings
9 2) Clean-up
10 7. Raised Marker Removal
11 a. Measurement
12 1) Measurement for this Item shall be per each Pavement Marker removed.
13 b. Payment
14 1) The work performed and materials furnished in accordance with this Item
15 shall be paid for at the unit price bid per each "Remove Raised Marker"
16 performed.
17 c. The price bid shall include:
18 1) Removal of each Marker
19 2) Disposal of removed materials
20 3) Clean-up
21 8. Legend Removal
22 a. Measurement
23 1) Measure for this Item shall be per each Legend removed.
24 b. Payment
25 1) The work performed and materials furnished in accordance with this Item
26 and measured as provided under "Measurement" shall be paid for at the
27 unit price bid per linear foot of "Remove Legend" performed for:
28 a) Various types
29 b) Various applications
30 c. The price bid shall include:
31 1) Removal of Pavement Markings
32 2) Clean-up
33 1.3 REFERENCES
34 A. Reference Standards
35 1. Reference standards cited in this Specification refer to the current reference
36 standard published at the time of the latest revision date logged at the end of this
37 Specification, unless a date is specifically cited.
38 2, Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition
39 a. Part 3, Markings
40 3. American Association of State Highway and Transportation Officials (AASHTO)
41 a.. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09
42 4. Federal Highway Administration (FHWA)
43 a. 23 CFR Part 655, FEIWA Docket No. FHWA-2009-0139
44 5. Texas Department of Transportation (TxDOT)
45 a. DMS-4200, Pavement Markers (Reflectorized)
46 b. DMS-4300, Traffic Buttons
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
32 17 23 - 4
PAVEMENT" MARKINGS
Page 4 of 11
1 c. DMS-8220, Hot Applied Thermoplastic
2 d. DMS-8240, Permanent Prefabricated Pavement Markings
3 e. DMS-8241, Removable Prefabricated Pavement Markings
4 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs
5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
6 1.5 SUBMITTALS
7 A. Submittals shall be in accordance with Section 0133 00.
8 B. All submittals shall be approved by the City prior to delivery and/or fabrication for
9 specials.
10 1.6 ACTION SUBMITTALS/INItORMATIONAL SUBMITTALS [NOT USED]
11
1.7
CLOSEOUT SUBMITTALS [NOT USED]
12
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
13
19
QUALITY ASSURANCE [NOT USED]
14
1.10
DELIVERY, STORAGE, AND HANDLING
15
A. Storage and Handling Requirements
16
1. The Contractor shall secure and maintain a location to store the material in
17
accordance with Section 0150 00.
18
1.11
FIELD [SITE] CONDITIONS [NOT USED]
19
1.12
WARRANTY [NOT USED]
20 PART 2 - PRODUCTS
21 2.1 OWNER -SUPPLIED PRODUCTS
22 A. New Products
23 1. Refer to Drawings to determine if there are owner -supplied products for the Project.
24 2.2 MATERIALS
25 A. Manufacturers
26 1. Only the manufacturers as listed in the City's Standard Products List will be
27 considered as shown in Section 01 60 00.
28 a. The manufacturer must comply with this Specification and related Sections.
29 2. Any product that is not listed on the Standard Products List is considered a
30 substitution and shall be submitted in accordance with Section 01 25 00.
31 B. Materials
32 1. Pavement Markings
33 a. Thermoplastic, hot applied, spray
34 1) Refer to Drawings and City Standard Detail Drawings for width of
35 longitudinal lines.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
32 17 23 - 5
PAVEMENT MARKINGS
Page 5 of I 1
1
2)
Product shall be especially compounded for traffic markings.
2
3)
When placed on the roadway, the markings shall not be slippery when wet,
3
lift from pavement under normal weather conditions nor exhibit a tacky
4
exposed surface.
5
4)
Cold ductility of the material shall permit normal road surface expansion
6
and contraction without chipping or cracking.
7
5)
The markings shall retain their original color, dimensions and placement
8
under normal traffic conditions at road surface temperatures of 158 degrees
9
Fahrenheit and below.
10
6)
Markings shall have uniform cross-section, clean edges, square ends and no
11
evidence of tracking.
12
7)
The density and quality of the material shall be uniform throughout the
13
markings.
14
8)
The thickness shall be uniform throughout the length and width of the
15
markings.
16
9)
The markings shall be 95 percent free of holes and voids, and free of
17
blisters for a minimum of 60 days after application.
18
10) The material shall not deteriorate by contact with sodium chloride, calcium
19
chloride or other chemicals used to prevent roadway ice or because of the
20
oil content of pavement markings or from oil droppings or other effects of
21
traffic.
22
11)
The material shall not prohibit adhesion of other thermoplastic markings if,
23
at some future time, new markings are placed over existing material.
24
a) New material shall bond itself to the old Iine in such a manner that no
25
splitting or separation takes place.
26
12)
The markings placed on the roadway shall be completely retroreflective
27
both internally and externally with traffic beads and shall exhibit uniform
28
retro-directive reflectance.
29
13) Traffic beads
30
a) Manufactured from glass
31
b) Spherical in shape
32
c) Essentially free of sharp angular particles
33
d) Essentially free of particles showing cloudiness, surface scoring or
34
surface scratching
35
e) Water white in color
36
f) Applied at a uniform rate
37
g) Meet or exceed Specifications shown in AASHTO ,Standard
38
Specification for Glass Beads Used in Pavement Markings, AASHTO
39
Designation: M 247-09.
40
b. Thermoplastic, hot applied, extruded
41
1) Product shall be especially compounded for traffic markings
42
2) When placed on the roadway, the markings shall not be slippery when wet,
43
lift from pavement under normal weather conditions nor exhibit a tacky
44
exposed surface.
45
3) Cold ductility of the material shall permit normal road surface expansion
46
and contraction without chipping or cracking.
47
4) The markings shall retain their original color, dimensions and placement
48
under normal traffic conditions at road surface temperatures of 158 degrees
49
Fahrenheit and below.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
321723-6
PAVEMENT MARKINGS
Page 6 of 11
r
1 5) Markings shall have uniform cross-section, clean edges, square ends and no
2 evidence of tracking.
3 6) The density and quality of the material shall be uniform throughout the
4 markings.
5 7) The thickness shall be uniform throughout the length and width of the
6 markings.
7 8) The markings shall be 95 percent free of holes and voids, and free of
8 blisters for a minimum of 60 days after application.
9 9) The minimum thickness of the marking, as measured above the plane
10 formed by the pavement surface, shall not be less than 1/8 inch in the center
11 of the marking and 3/32 inch at a distance of %2 inch from the edge.
12 10) Maximum thickness shall be 3/16 inch.
13 11) The material shall not deteriorate by contact with sodium chloride, calcium
14 chloride or other chemicals used to prevent roadway ice or because of the
15 oil content of pavement markings or from oil droppings or other effects of
16 traffic.
17 12) The material shall not prohibit adhesion of other thermoplastic markings if,
18 at some future time, new markings are placed over existing material. New
19 material shall bond itself to the old line in such a manner that no splitting or
20 separation takes place.
21 13) The markings placed on the roadway shall be completely retroreflective
22 both internally and externally with traffic beads and shall exhibit uniform
23 retro-directive reflectance.
24 14) Traffic beads
25 a) Manufactured from glass
26 b) Spherical in shape
27 c) Essentially free of sharp angular particles
28 d) Essentially free of particles showing cloudiness, surface scoring or
29 surface scratching
30 e) Water white in color
31 f) Applied at a uniform rate
32 g) Meet or exceed Specifications shown in AASHTO Standard
33 Specification for Glass Beads Used in Pavement Markings, AASHTO
34 Designation: M 247-09.
35 c. Preformed Polymer Tape
36 1) Material shall meet or exceed the Specifications for SWARCO Director 35,
37 3M High Performance Tape Series 3801 ES, or approved equal.
38 d. Preformed Heat -Activated Thermoplastic Tape
39 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125
40 mil preformed thermoplastic or approved equal.
41 2. Raised Markers
42 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic
43 Control Devices.
44 b. Non -reflective markers shall be Type Y (yellow body) and Type W (white
45 body) round ceramic markers and shall meet or exceed the TxDOT
46 Specification DMS-4300.
47 c. The reflective markers shall be plastic, meet or exceed the TxDOT
48 Specification DMS-4200 for high -volume retroreflective raised markers and be
49 available in the following types:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
32I723-7
PAVEMENT MARKINGS
Page 7 of l t
1
1)
Type I-C, white body, 1 face reflects white
2
2)
Type 11 A -A, yellow body, 2 faces reflect amber
3
3)
Type II-C-R, white body, I face reflects white, the other red
4
5
3. Work Zone Markings
6
a. Tabs
7
1)
Temporary flexible -reflective roadway marker tabs shall meet requirements
8
of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker
9
Tabs."
10
2)
Removable markings shall not be used to simulate edge lines.
11
3)
No segment of roadway open to traffic shall remain without permanent
12
pavement markings for a period greater than 14 calendar days.
13
b. Raised
Markers
I4
1)
All raised pavement markers shall meet the requirements of DMS-4200.
15
c. Striping
16
1)
Work Zone striping shall meet or exceed the TxDOT Specification DMS-
17
8200.
18 2.3 ACCESSORIES [NOT USED]
19 2.4 SOURCE QUALITY CONTROL
20 A. Performance
21 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet
22 the requirements detailed in the table below for a minimum of 30 calendar days.
23
24
25
26
27
28
29
30
Posted Speed m
h)
5 30
35 — 50
55
2-lane roads with centerline
markings only (1)
zi/a
100
250
All other roads (2)
n/a
50
100
(1) Measured at standard 30-m geometry in units of mcd/RiMux.
(2) Exceptions:
A. when raised reflective pavement markings (RRPMs) supplement or substitute for a
longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as
long as the RRPMs are maintained so that at Ieast 3 are visible from any position along that
line during nighttime conditions.
B. When continuous roadway lighting assures that the markings are visible, minimum
pavement marking retroreflectivity levels are not applicable.
31 PART 3 - EXECUTION
32 3.1 EXAMINATION [NOT USED]
33 3.2 PREPARATION
34 A. Pavement Conditions
35 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing
36 markings and other forms of contamination.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2013 RELOCATIONS CONTRACT 2019
City Project No. I02197
321723-8
PAVEMENT MARKINGS
Page 8 of I I
1 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the
2 curing membrane.
3 3. Pavement to which material is to be applied shall be completely dry.
4 4. Pavement shall be considered dry, if, on a sunny day after observation for 15
5 minutes, no condensation develops on the underside of a I square foot piece of
6 clear plastic that has been placed on the pavement and weighted on the edges.
7 5. Equipment and methods used for surface preparation shall not damage the
8 pavement or present a hazard to motorists or pedestrians.
9 3.3 INSTALLATION
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
A. General
1. The materials shall be applied according to the manufacturer's recommendations.
2. Markings and markers shall be applied within temperature limits recommended by
the material manufacturer, and shall be applied on clean, dry pavement having a
surface temperature above 50 degrees Fahrenheit.
3. Markings that are not properly applied due to faulty application methods or being
placed in the wrong position or alignment shall be removed and replaced by the
Contractor at the Contractor's expense. If the mistake is such that it would be
confusing or hazardous to motorists, it shall be remedied the same day of
notification. Notification will be made by phone and confirmed by fax. Other
mistakes shall be remedied within 5 days of written notification.
4. When markings are applied on roadways open to traffic, care will be taken to
ensure that proper safety precautions are followed, including the use of signs,
cones, barricades, flaggers, etc.
5. Freshly applied markings shall be protected from traffic damage and disfigurement.
6. Temperature of the material must be equal to the temperature of the road surface
before allowing traffic to travel on it.
B. Pavement Markings
1. Thermoplastic, hot applied, spray
a. This method shall be used to install and replace long lines -- centerlines, lane
lines, edge lines, turn lanes, and dots.
b. Markings shall be applied at a 110 mil thickness.
c. Markings shall be applied at a 90 mil thickness when placed over existing
markings.
d. A sealer shall be used if concrete or asphalt is older than three (3) years.
e. Typical setting time shall be between 4 minutes and 10 minutes depending
upon the roadway surface temperature and the humidity factor.
f Retroreflective raised markers shall be used to supplement the centerlines, lane
lines, and turn lanes. Refer to City Standard Detail Drawings for placement.
g. Minimum retrorefleetivity of markings shall meet or exceed values shown in
subparagraph 2.4.A.1 of this Specification.
2. Thermoplastic, hot applied, extruded
a. This method shall be used to install and replace crosswalks and stop -lines.
b. Markings shall be applied at a 125 mil thickness.
e. Minimum retroreflectivity of markings shall meet or exceed values shown in
this Specification.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 20A
SMALL DLAMi1"F R WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
321723-9
PAVRNMNT MARKINGS
Page 9of11
1 3. Preformed Polymer Tape
2 a. This method shall be used to install and replace crosswalks, stop -lines, and
3 legends.
4 b. The applied marking shall adhere to the pavement surface with no slippage or
5 lifting and have square ends, straight lines and clean edges.
6 c. Minimum retroreflectivity of markings shall meet or exceed values shown in
7 this Specification.
8 4. Preformed Heat -Activated Thermoplastic Tape
9 a. This method shall be used to install and replace crosswalks, stop -lines, and
10 Iegends.
11 b. The applied marking shall adhere to the pavement surface with no slippage or
12 lifting and have square ends, straight lines and clean edges.
13 c. Minimum retroreflectivity of markings shall meet or exceed values shown in
14 this Specification.
15 C. Raised Markers
16 1. All permanent raised pavement markers on Portland Cement roadways shall be
17 installed with epoxy adhesive. Bituminous adhesive is not acceptable.
18 2. All permanent raised pavement markers on new asphalt roadways may be installed
19 with epoxy or bituminous adhesive.
20 3. A chalk line, chain or equivalent shall be used during layout to ensure that
21 individual markers are properly aligned. All markers shall be placed uniformly
22 along the line to achieve a smooth continuous appearance.
23 D. Work Zone Markings
24 1. Work shall be performed with as little disruption to traffic as possible.
25 2. Install longitudinal markings on pavement surfaces before opening to traffic.
26 3. Maintain lane alignment traffic control devices and operations until markings are
27 installed.
28 4. Install markings in proper alignment in accordance with the Texas MUTCD and as
29 shown on the Drawings.
30 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement
31 of a surface treatment, unless otherwise shown on the Drawings.
32 6. Place markings in proper alignment with the location of the final pavement
33 markings.
34 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or
35 transverse lines.
36 8. All markings shall be visible from a distance of 300 feet in daylight conditions and
37 from a distance of at Ieast 160 feet in nighttime conditions, illuminated by low-
38 beam automobile headlight.
39 9. The daytime and nighttime reflected color of the markings must be distinctly white
40 or yellow.
41 10. The markings must exhibit uniform retroreflective characteristics.
42 11. Epoxy adhesives shall not be used to work zone markings.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
32 17 23 - 10
PAVEMENT MARKINGS
Page 10 of 11
NEERN ERRU 4"__.=
2 1. Pavement Marking and Marker Removal
3 a. The industry's best practice shall be used to remove existing pavement
4 markings and markers.
5 b. If the roadway is being damaged during the marker removal, Work shall be
6 halted until consultation with the City.
7 c. Removals shall be done in such a matter that color and texture contrast of the
8 pavement surface will be held to a minimum.
9 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than
10 %4 inch in depth resulting from the removal of pavement markings and markers.
ll Driveway patch asphalt emulsion may be broom applied to reseal damage to
12 asphaltic surfaces.
13 e. Dispose of markers in accordance with federal, state, and local regulations.
14 f. Use any of the following methods unless otherwise shown on the Drawings.
15 1) Surface Treatment Method
16 a) Apply surface treatment at rates shown on the Drawings or as directed.
17 Place a surface treatment a minimum of 2 feet wide to cover the
18 existing marking.
19 b) Place a surface treatment, thin overlay, or microsurfacing a minimum
20 of I lane in width in areas where directional changes of traffic are
21 involved or in other areas as directed by the City.
22 2) Burp. Method
23 a) Use an approved burning method.
24 b) For thermoplastic pavement markings or prefabricated pavement
25 markings, heat may be applied to remove the bulk of the marking
26 material prior to blast cleaning.
27 c) When using heat, avoid spalling pavement surfaces.
28 d) Sweeping or light blast cleaning may be used to remove minor residue.
29 3) Blasting Method
30 a) Use a blasting method such as water blasting, abrasive blasting, water
31 abrasive blasting, shot blasting, slurry blasting, water -injected abrasive
32 blasting, or brush blasting as approved.
33 b) Remove pavement markings on concrete surfaces by a blasting method
34 only.
35 4) Mechanical Method
36 a) Use any mechanical method except grinding.
37 b) Flail milling is acceptable in the removal of markings on asphalt and
38 concrete surfaces.
39 2. If a location is to be paved over, no additional compensation will be allowed for
40 marking or Marker removal.
41 3.5 REPAIR 1 RESTORATION fNOT USED]
42 3.6 REINSTALLATION [NOT USED]
43 3.7 FIELD QUALITY CONTROL
44 A. Ali lines must have clean edges, square ends, and be uniform cross-section.
45 B. The density and quality of markings shall be uniform throughout their thickness.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
i
14
I
32 1723 - 11
PAVEMENT MARKINGS
Page 11 of I 1
C. The applied markings shall have no more than 5 percent, by area, of holes or voids and
shall be free of blisters.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. Contractor shall clean up and remove all loose material resulting from construction
operations.
3.11 CLOSEOUT ACTIVITIES [NOT USED)
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CRANCTE
11/22/13
S. Arnold
Removed paint type marking, updated references, added sealer Ianguage
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
19
SMALL DIAMv ETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. I02197
1
2
3 PART 1- GENERAL
4 1.1 SUMMARY
SECTION 32 3113
CHAIN LINK FENCE AND GATES
323113-1
CHAIN LINK FENCE AND GATES
Page I of 7
5 A. Section Includes:
6 1. Galvanized coated chain link (non -security) fencing and accessories in accordance
7 with the City's Zoning Ordinance.
8 2. Drought iron fencing and accessories
9 3. Steel tube fencing and accessories
10 4. On utility projects:
I I a. When existing fence is within the project Site (i.e. parallel to the utility trench
12 and/or within utility easement) and is directly disturbed by construction
13 activities, fencing will be paid for as listed in Article 1.2 below.
14 b. When existing fence is crossing the proposed utility trench, the work performed
15 and materials furnished in accordance with fence replacement will be
16 considered subsidiary to the trench and no other compensation will be allowed.
17 c. When existing fence is outside of the Iimits of the project Site or is identified as
18 protected on the Drawings and is disturbed and/or by construction activities,
19 replacement will be at the expense of the Contractor and no other compensation
20 wiIl be allowed.
21 B. Deviations from this City of Fort Worth Standard Specification
22 1. For Miscellaneous Water and Sewer Contracts, fence repair/replacements
23 shall be subsidiary to the price bid per linear foot of pipe. No additional
24 compensation will be allowed.
25 C. Related Specification Sections include, but are not necessarily limited to:
26 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
27 2. Division I - General Requirements
28 1.2 PRICE AND PAYMENT PROCEDURES
29 A. Measurement and Payment
30 1. Chain Link Fence
31 a. Measurement
32 1) Measurement for this Item shall be by the linear foot of Chain Link Fence
33 installed.
34 b. Payment
35 1) The work performed and materials furnished in accordance with this Item
36 and measured as provided under "Measurement" will be paid for at the unit
37 price bid per Iinear foot of Chain Link Fence installed for various:
38 a) Heights
39 b) Fabric materials
40 c. The price bid shall include:
4I 1) Furnishing and installing all fence and gate materials
42 2) Mow strip, if shown in Drawings
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
3231 13 - 2
CPIAW LINK FENCE AND GATES
Page 2 of 7
1 3) Cleanup
2 4) Hauling
3 2. Wrought Iron Fence
4 a. Measurement
5 1) Measurement for this Item shall be by the linear foot of Wrought Iron
6 Fence installed.
7 b. Payment
8 1) The work performed and materials furnished in accordance with this Item
9 and measured as provided under "Measurement' will be paid for at the unit
10 price bid per linear foot of Wrought Iron Fence installed for various
11 heights.
12 c. The price bid shall include:
13 1) Furnishing and installing all fence and gate materials
14 2) Mow strip, if shown in Drawings
15 3) Cleanup
16 4) Hauling
17 3. Steel Tube Fence
18 a. Measurement
19 1) Measurement for this Item shall be by the linear foot of Steel Tube Fence
20 installed.
21 b. Payment
22 1) The work performed and materials famished in accordance with this Item
23 and measured as provided under "Measurement' will be paid for at the unit
24 price bid per linear foot of Steel Tube Fence installed for various heights.
25 c. The price bid shall include:
26 1) Furnishing and installing all fence and gate materials
27 2) Mow strip, if shown in Drawings
28 3) Cleanup
29 4) Hauling
30 1.3 REFERENCES
31 A. Reference Standards
32 1. Reference standards cited in this specification refer to the current reference standard
33 published at the time of the latest revision date logged at the end of this
34 specification, unless a date is specifically cited.
35 2. American Society for Testing and Materials (ASTM):
36 a. A 36, Standard Specification for Carbon Structural Steel
37 b. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron
39 and Steel Products
39 c. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric
40 d. A 500, Standard Specification for Cold -Formed Welded arid Seamless Carbon
41 Steel Structural Tubing in Rounds and Shapes
42 e. F 626, Standard Specification for Fence Fittings
43 £ F 1043, Standard Specification for Strength and Protective Coatings on Steel
44 Industrial Chain, Link Fence Framework
45 g. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated
46 (Galvanized) Welded, for Fence Structures
47 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 20I2 RELOCATIONS CONTRACT 2019
City Project No. 102197
3231 13 - 3
CHAIN LINK FENCE AND GATES
Page 3 of 7
1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
2 1.5 ACTION SUBMITTALS
3 A. Shop drawings
4 1. Layout of fences and gates with dimensions, details, and finishes of components,
5 accessories and post foundations if requested by the City.
6 B. Product data
7 1. Manufacturer's catalog cuts indicating material compliance and specified options.
8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED)
9 1.7 CLOSEOUT SUBMITTALS [NOT USED]
10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
I I 1.9 QUALITY ASSURANCE [NOT USED]
12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
13 1.11 FIELD [SITE] CONDITIONS [NOT USED)
14 112 WARRANTY [NOT USED]
15 PART 2 PRODUCTS
16 2.1 OWNER -FURNISHED [NOT USED]
17 2.2 MANUFACTURED UNITS / MATERIALS
18 A. Manufacturer
19 1. Minimum of 5 years of experience manufacturing galvanized coated chain link
20 fencing.
21 2. Approved Manufacturer or equal:
22 a. Allied Fence, Inc.
23 b. American fence Corp.
24 c. Anchor Fence, Inc.
25 d. Master Halco, Inc.
26 B- Materials
27 1. Chain Link Fence
28 a. General
29 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire
30 shalI be of steel.
31 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands
32 and other parts shall be of steel, malleable iron, ductile iron or equal
33 3) Post tops, rail end, ties and clips may be of aluminum.
34 4) Use only new material, or salvaged/existing material if approved by City or
35 noted on Drawings.
36 b. Steel Fabric
37 1) Fabric
38 a) No. 9 gauge
39 b) 2-inch mesh
40 (1) Commercial: both top and bottom selvages twisted and barged
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
323113-4
CHAIN LINK FENCE AND GATES
Page 4 of 7
Residential: match existing or both top and bottom selvages knuckled
(2) Furnish 1-piece fabric widths.
2)
Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz.
zinc per square foot of surface.
c. Aluminum Fabric
1)
Fabric
a)
ASTM F 1183
b)
No. 9 gauge
c)
2-inch mesh, with both top and bottom selvages twisted and barged.
d)
Furnish 1-piece fabric widths.
d. Steel Framing
1)
Steel pipe - Type I
a)
ASTM F 1083
b)
Standard weight schedule 40
c)
Minimum yield strength: 30,000 psi
d)
Sizes as indicated
e)
Hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated
surface area
2)
Steel
pipe - Type II
a)
ASTM F 1043, Group IC
b)
Minimum yield strength: 50,000 psi
c)
Sizes as indicated on Drawings
d)
Protective coating per ASTM F 1043
(1) External coating Type B
(a) Zinc with organic overcoat
(b) 09 oz/ft2 minimum zinc coating with chromate conversion
coating and verifiable polymer film
(2) Internal coating Type B
(a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent
nominal coating, minimum 3 mils
3)
Formed steel ("C") sections:
a)
Roll formed steel shapes complying with ASTM F 1043, Group 11
b)
Minimum yield strength: 45,000 psi (310 MPa)
c)
Sizes as indicated on Drawings
d)
External coating per ASTM F 1043, Type A
(1) Minimum average 2.0 o7/ft2 of zinc per ASTM A 123
4)
Steel
square sections
a)
ASTM A 500, Grade B
b)
Minimum yield strength: 40,000 psi
c)
Sizes as indicated on Drawings
d)
Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area
e. Accessories
1)
Chain link fence accessories
a)
ASTM F 626
b)
Provide items required to complete fence system.
c)
Galvanize each ferrous metal item and finish to match framing.
2)
Post caps
a)
Formed steel or cast malleable iron weather tight closure cap for
tubular posts.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
3231 13-5
CHAIN LINK FENCE AND GATES
Page 5 of 7
1
b) Provide I cap for each post.
2
c) Cap to have provision for barbed wire when necessary.
3
d) "C" shaped line post without top rail or barbed wire supporting arms do
4
not require post caps.
5
e) Where top rail is used, provide tops to permit passage of top rail.
6
3) Tap rail and rail ends
7
a) 1 5/8 inch diameter galvanized round pipe for horizontal railing
8
b) Pressed steel per ASTM F626
9
c) For connection of rail and brace to terminal posts
10
4) Top rail sleeves
11
a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and
12
1.80 inch length spring, allowing for expansion and contraction of top
13
rail
14
5) Wire ties
15
a) 9 gauge galvanized steel wire for attachment of fabric to line posts
16
b) Double wrap 13 gauge for rails and braces.
17
c) Hog ring ties of 12-1/2 gauge for attachment
18
6) Brace and tension (stretcher bar) bands
19
a) Pressed steel
20
b) Minimum 300 degree profile curvature for secure fence post attachment
21
c) At square post provide tension bar clips.
22
7) Tension (stretcher) bars:
23
a) I piece lengths equal to 2 inches less than full height of fabric
24
b) Minimum cross-section of 3/16 inch x 3/4 inch
25
c) Provide tension (stretcher) bars where chain link fabric meets terminal
26
posts.
27
8) Tension wire
28
a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire
29
b) Tensile strength: 75,000 psi
30
9) Truss rods & tightener
31
a) Steel rods with minimum diameter of 5/16 inch
32
b) Capable of withstanding a tension of minimum 2,000 pounds
33
10) Nuts and bolts are galvanized.
34
2. Wrought Iron Fence: specified per Drawings.
35
3. Steel Tube Fence: specified per Drawings.
36
4. Setting Materials
37
a. Concrete
38
1) Minimum 28 day compressive strength of 3,000 psi
39
2) Bagged concrete allowed.
40
b. Drive Anchors
41
1) Galvanized angles
42
2) ASTM A 36 steel
43
3) 1 inch x I inch x 30 inch galvanized shoe clamps to secure angles to posts.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
3231 13 - 6
CHAIN LINK FENCE AND GATES
Page 6 of 7
1 2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4 3.1 INSTALLERS [NOT USED]
5 3.2 EXAMINATION
6 A. Verification of Conditions
7 1. Verify areas to receive fencing are completed to final grades and elevations.
8 2. Ensure property lines and legal boundaries of work are clearly established
9 3.3 PREPARATION [NOT USED]
10 3.4 INSTALLATION
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Chain Link Fence Framing
1. Locate terminal post at each fence termination and change in horizontal or vertical
direction of 30 degrees or more.
2. Space line posts uniformly at 10 feet on center.
3. Set all posts in concrete
a. Drill holes in firm, undisturbed or compacted soil.
b. Drill hole diameter 4 times greater than outside dimension of post.
c. Set post bottom 24 inches below surface when in firm, undisturbed soil.
d. Excavate deeper as required for adequate support in soft and loose soils, and for
posts with heavy lateral loads.
e. Place concrete around posts in a continuous pour. Trowel finish around post.
Slope to direct water away from posts.
4. Check each post for vertical and top alignment, and maintain in position during
placement and finishing operations.
5. Bracing
a. Install horizontal pipe brace at mid -height for fences 6 feet and taller, on each
side of terminal posts.
b. Firmly attach with fittings.
c. InstaIl diagonal truss rods at these points.
d. Adjust truss rod, ensuring posts remain plumb.
6. Tension wire
a. Provide tension wire at bottom of fabric and at top, if top rail is not specified.
b. Install tension wire before stretching fabric and attach to each post with ties.
c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center.
7. Top rail
a. Install lengths, 21 feet
b. Connect joints with sleeves for rigid connections for expansiordeontraction.
8. Center Rails for fabric height 12 feet and taller.
a. Install mid rails between posts with fittings and accessories.
9. Bottom Rails: Install bottom rails between posts with fittings and accessories.
B. Chain Link Fabric Installation
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 REVOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
3231 13 -7
CHAIN LINK FENCE AND GATES
Page 7 of 7
I. Fabric
a. Install fabric on security side and attach so that fabric remains in tension after
pulling force is released.
b. Leave approximately 2 inches between finish grade and bottom selvage.
c. Attach fabric with wire ties to line posts at 15 inches on center and to rails,
braces, and tension wire at 24 inches on center.
2. Tension (stretcher) bars
a. Pull fabric taut.
b. Thread tension bar through fabric and attach to terminal posts with bands or
clips spaced maximum of 15 inches on center.
3. Accessories
a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing.
b. Fasteners: Install nuts on side of fence opposite fabric side for added security.
c. Slats: Install slats in accordance with manufacturer's instructions.
C. Wrought Iron Installation: install per Drawings
D. Steel Tube hence: install per Drawings
3.5 REPAHURESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING fNOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES fNOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
12/20/2012
D. Johnson
1. I.A. modified to describe when City would pay for fence .replacement on utility
projects
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project Na 102197
1
2
3 PART 1 - GENERAL
4 1.1 SUMMARY
SECTION 32 3126
WIRE PENCE AND GATES
323126-1
WIRE FENCE AND GATES
Page 1 of 6
5 A. Section Includes:
6 1. Furnish and construct fence of barbed or smooth wire.
7 2. On utility projects:
8 a. When existing fence is within the project Site (i.e. parallel to the utility trench
9 and/or within utility easement) and is directly disturbed by construction
10 activities, fencing will be paid for as listed in Article 1.2 below.
I I b. When existing fence is crossing the proposed utility trench, the work performed
12 and materials furnished in accordance with fence replacement will be
13 considered subsidiary to the trench and no other compensation will be allowed.
14 c. When existing fence is outside of the limits of the project Site or is identified as
15 protected on the Drawings and is disturbed and/or by construction activities,
16 replacement will be at the expense of the Contractor and no other compensation
17 will be allowed.
18 B. Deviations from this City of Fort Worth Standard Specification
19 1. For Miscellaneous Water and Sewer Contracts, fence repair/replacements
20 shall be subsidiary to the price bid per linear foot of pipe. No additional
21 compensation will be allowed.
22 C. Related Specification Sections include, but are not necessarily limited to:
23 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
24 2. Division I - General Requirements
25 1.2 PRICE AND PAYMENT PROCEDURES
26 A. Measurement and Payment
27 1. Wire Fence
28 a. Measurement
29 1) Measurement for this Item shall be by the Iinear foot of Wire hence,
30 excluding gates.
31 b. Payment
32 1) The work performed and materials furnished in accordance with this Item
33 and measured as provided under "Measurement" will be paid for at the unit
34 price bid per linear foot of Wire fence installed for various:
35 a) Post types
36 b) Wire types
37 c) Number of Strands as specified in the Drawings
38 c. The price bid shall include:
39 1) Removal of existing fence and/or, unless specifically defined as a separate
40 pay item on Drawings
41 2) Furnishing, preparing, hauling, and installing Wire Fence
42 3) Excavation, backfxlling, and disposal of surplus material
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
323126-2
WIRE FENCE AND GATES
Page 2 of 6
1 4) Removal and trimming of brush and tree limbs
2 2. Steel Gates
3 a. Measurement
4 1) Measurement for this Item shall be per each Steel Fence.
5 b. Payment
6 1) The work performed and materials furnished in accordance with this Item
7 and measured as provided under "Measurement" will be paid for at the unit
8 price bid per each Steel Gate by height.
9 c. The price bid shall include:
10 1) Removal of existing fence and/or gates, unless specifically defined as a
11 separate pay item on Drawings
12 2) Furnishing, preparing, hauling, and installing Steel Gates
13 3) Excavation, backfilling, and disposal of surplus material
14 4) Removal and trimming of brush and tree limbs
15 1.3 REFERENCES
16 A. Reference Standards
17 1. Reference standards cited in this specification refer to the current reference standard
18 published at the time of the latest revision date logged at the end of this
19 specification, unless a date is specifically cited.
20 2. American Society for Testing and Materials (ASTM):
21 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot
22 Wrought
23 b. A 121, Standard Specification for Metallic -Coated, Carbon Steel Barbed Wire
24 c. A 116, Standard Specification for Metallic -Coated, Steel Woven Wire Fence
25 Fabric
26 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated
27 (Galvanized) Welded, for Fence Structures
28 3. American Wood Protection Association (AWPA)
29 a. P8IP9, Standard for Oil -Borne Preservatives
30 b. C5, Fence Posts - Preservative Treatment by Pressure Processes
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
323126-3
WIRE FENCE AND GATES
Page 3 of 6
1 1.4
ADMINISTRATIVE REQUIREMENTS [NOT USED]
2 1.5
ACTION SUBMITTALS [NOT USED]
3 1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
4 1.7
CLOSEOUT SUBMITTALS [NOT USED]
5 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
6 1.9
QUALITY ASSURANCE [NOT USED]
7 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
8 1.11
FIELD [SITE] CONDITIONS [NOT USED]
9 1.12
WARRANTY [NOT USED]
10 PART 2 - PRODUCTS
11 2.1 OWNER -FURNISHED PRODUCTS INOT USED]
12 21 MATERIALS
13 A. Furnish materials in accordance with details shown on the Drawings and with the
14 following requirements.
15 B. Metal Posts and Braces
16 1. Steel Pipe: ASTM F 1083
17 2. T posts: ASTM A 702
t8 3. Use only new steel. Do not use rerolled or open -seam material.
19 4. Furnish galvanized steel sections in ASTM F 1083.
20 5. Painting
21 a. Use an approved anticorrosive coating.
22 b. After installation of painted posts and braces, spot -coat damaged areas with the
23 same paint color.
24 c. Use paint with at least the same anticorrosive properties as the original paint.
25 6. Use the size, weight, and area of posts, braces, and anchor plates shown on the
26 Drawings.
27 C. Wood Posts and Braces
28 1, Untreated Wood: cedar or juniper timber
29 2. Treated Wood
30 a. AWPA standards govern materials and methods of treatments including
31 seasoning, preservatives, and inspection for treatment.
32 b. Each piece or bundle of other treated -timber products must have:
33 1) Legible brand mark or tag indicating the name of the treater
34 2) Date of treatment or Iot number
35 3) AWPA treatment specification symbol
36 c. Provide the level of preservative indicated in Table 1.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
Table 1
Minimum Retentinn of Preservative
Penta-
Product
chlorophenol
AWPA
(lb./cu. £t.)
Standard
for
AWPA
Preservative
(P8/P9)
Treatment
Standard
Wire fence posts
(round)'
0.4
C5
323126-4
WIRE FENCE AND GATES
Page 4 of 6
3 1. Retention determined by assay (0 to 1.0-inch zone).
4 3. Use sound timber that is free from decay, shakes, splits, or other defects that would
5 weaken the posts or braces or otherwise make them structurally unsuitable for the
6 purposes intended.
7 4. Knots that are sound, tight, trimmed flush, and not in clusters will be allowed,
8 provided they do not exceed 1/3 of the small diameter or the least dimension of the
9 posts and braces.
10 5. Remove spurs and splinters, cutting the ends square.
11 D. Gates and Gateposts: Furnish materials to the required dimensions.
12 E. Barbed and Smooth Wire: ASTM A 121, Class 1
13 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire
14 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart
15 F. Wire Mesh: ASTM A 116, Class 1
16 1. Top and bottom wires: at least 10 gauge wire
17 2. Intermediate wires and vertical stays: 12 1/2 gauge wire
18 G. Miscellaneous
19 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices for
20 holding barbed wire and wire mesh firmly to metal posts.
21 2. Use material of good commercial quality and design.
22 3. Provide galvanized staples, at least 1 1/2 inch long.
23 H. Concrete
24 1. Minimum 28 day compressive strength of 3,000 psi
25 2. Bagged concrete allowed.
26 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION [NOT USED]
31 3.3 PREPARATION [NOT USED]
32 3.4 INSTALLATION
33 A. Space fence posts as shown on the Drawings or to match existing.
CITY OT FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECMICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. I02197
323126-5
WIRE FENCE AND GATES
Page 5 of 6
1 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the
2 Drawings or to match existing.
3 C. Brace corner and pull posts in 2 directions.
4 D. Brace end posts and gateposts in I direction.
5 E. Install a corner post where the alignment changes 30 degrees or more.
6 F. At alignment angles between 15 and 30 degrees, brace the angle post to the adjacent
7 line posts with diagonal tension wires.
8 G. At grade depressions where stresses tend to pull posts out of the ground, snub or guy
9 the fencing at the critical point with a double 9 gauge galvanized wire.
10 H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom
11 wire or wire mesh fabric, and to a deadman weighing at least 100 pounds.
12 1. Stretch the fence before guying and snubbing.
13 J. Install number stands at spacing shown in Drawings.
14 K. Install corner, end, or angle post assembly before stretching the wire between posts.
15 L. Connect existing cross fences to the new fences and corner posts at junctions with
16 existing fences.
17 M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or
18 staples, or as shown on the Drawings.
19 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet
20 intervals for wood posts.
21
O. Drive metal line posts provided driving does not damage the posts.
22
P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum of 24
23
inches and crowned at the top to shed water.
24
Q. Thoroughly tamp backfill in 4 inch Iayers.
25
R. Notch timber posts.
26
3.5
RE PAIR/RESTORATION [NOT USED]
27
3.6
REINSTALLATION [NOT USED]
28
3.7
FIELD QUALITY CONTROL [NOT USED]
29
3.8
SYSTEM STARTUP [NOT USED]
30
3.9
ADJUSTING [NOT ]USED]
31
3.10
CLEANING [NOT USED]
32
3.11
CLOSEOUT ACTIVITIES [NOT USED]
33
3.12
PROTECTION [NOT USED]
34
313
MAINTENANCE [NOT USED]
35
3.14
ATTACHMENTS [NOT USED]
36
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 20I9
City Project No. 102197
32 31 26 - 6
Page 6 of 6
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
12/20/2012
D. Johnson
1.1.A. modified to describe when City would pay for fence replacement on utility
projects
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
0
E
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 32 3129
WOOD FENCE AND GATES
323129-1
WOOD FENCE AND GATES
Page 1 of 5
5 A. Section Includes
6 1. Construction of wood fences and gates along boundaries, property lines in
7 accordance with the City's Zoning Ordinance.
8 2. On utility projects:
9 a. When existing fence is within the project Site (i.e. parallel to the utility trench
10 and/or within utility easement) and is directly disturbed by construction
11 activities, fencing will be paid for as Iisted in Article 1.2 below.
12 b. When existing fence is crossing the proposed utility trench, the work performed
13 and materials furnished in accordance with fence replacement will be
14 considered subsidiary to the trench and no other compensation will be allowed.
15 c. When existing fence is outside of the limits of the project Site or is identified as
16 protected on the Drawings and is disturbed and/or by construction activities,
17 replacement will be at the expense of the Contractor and no other compensation
18 will be allowed.
19 B. Deviations from this City of Fort Worth Standard Specification
20 1. For Miscellaneous Water and Sewer Contracts, fence repair/replacements
21 shall be subsidiary to the price bid per linear foot of pipe. No additional
22 compensation will be allowed.
23 C. Related Specification Sections include, but are not necessarily limited to:
24 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
25 2. Division I - General Requirements
26 1.2 PRICE AND PAYMENT PROCEDURES
27 A. Measurement and Payment
28 1. Measurement
29 a. Measurement for this Item shall be by the linear foot of Wood Fence installed,
30 including gates.
31 2. Payment
32 a. The work performed and materials furnished in accordance with this Item and
33 measured as provided under "Measurement" will be paid for at the unit price
34 bid per linear foot of Wood Fence installed for by height.
35 3. The price bid shall include:
36 a. Furnishing all materials for fence and gates
37 b. All preparation, erection and installation of materials
38 1.3 REFERENCES
39 A. Reference Standards
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
323129-2
WOOD FENCE AND GATES
Page 2 of 5
1 1. Reference standards cited in this specification refer to the current reference standard
2 published at the time of the latest revision date logged at the end of this
3 specification, unless a date is specifically cited.
4 2. American Society for Testing and Materials (ASTM):
5 a. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron
6 and Steel Products
7 b. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon
8 Steel Structural Tubing in Rounds and Shapes
9 c. F 1043, Standard Specification for Strength and Protective Coatings on Steel
10 Industrial Chain Link Fence Framework
11 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated
12 (Galvanized) Welded, for Fence Structures
13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
14 1.5 SUBMITTALS
15 A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of
16 components, accessories and post foundations
17 B. Product data: Manufacturer's catalog cuts indicating material compliance and specified
18 options
19 C. Building Permit: All fences over 6 feet
20 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
21 1.7 CLOSEOUT SUBMITTALS [NOT USED]
22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
23 1.9 QUALITY ASSURANCE [NOT USED]
24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
25 1.11 FIELD [SITE] CONDITIONS jNOT USED]
26 1.12 WARRANTY [NOT USED]
27 PART 2 _ PRODUCTS
28 21 OWNER -FURNISHED PRODUCTS [NOT USED]
29 2.2 MATERIALS
30 A. General
31 1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or equal.
32 2. Past tops may be of aluminum.
33 B. Slats: Redwood or cedar free from all major decay or defects which would weaken or
34 otherwise cause them to be unsuitable for fence slats.
35 C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match existing.
36 D. Corner, Gate, End, or Luce Posts
37 1. Wood Posts
38 a. Minimum size: 4-inch x 4-inch cedar wood post or match existing
CITY OF FORT WORTH SMALL D1AWTER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
323129-3
WOOD PENCE AND GATES
Page 3 of 5
1
b. Free from ail decay, splits, multiple cracks, or any other defect which would
2
weaken the posts or otherwise cause them to be structurally unsuitable for the
3
purpose intended
4
2. Steel Posts
5
a. Steel pipe _ Type 1
6
1) ASTM F 1083
7
2) Standard weight schedule 40
8
3) Minimum yield strength: 30,000 psi
9
4) Sizes as indicated on Drawings
10
5) Hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated surface
I
area.
12
b. Steel pipe - Type II
13
1) ASTM F 1043, Group IC
14
2) Minimum yield strength: 50,000 psi
15
3) Sizes as indicated on Drawings
16
4) Protective coating per ASTM F 1043
17
5) External coating Type B
18
a) Zinc with organic overcoat
19
b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and
20
verifiable polymer film
21
6) Internal coating Type B
22
a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent
23
nominaI coating, minimum 3 mils
24
c. Formed steel ("C") sections
25
1) Roll formed steel shapes complying with ASTM F 1043, Group II
26
2) Minimum yield strength: 45,000 psi (310 MPa)
27
3) Sizes as indicated on Drawings
28
4) External coating per ASTM F 1043, Type A
29
a) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123
30
d. Steel square sections
31
1) ASTM A 500, Grade B
32
2) Minimum yield strength: 40,000 psi
33
3) Sizes as indicated
34
4) Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area
35 3. Accessories
36 a. Post caps
37 1) Formed steel or cast malleable iron weather tight closure cap for tubular
38 posts.
39 2) Provide one cap for each post.
40 3) Cap to have provision for barbed wire when necessary.
41 4) "C" shaped Iine post without top rail or barbed wire supporting arms do not
42 require post caps.
43 5) Where top rail is used, provide tops to permit passage of top rail.
44 4, Setting Materials
45 a. Concrete
46 1) Minimum 28 day compressive strength of 3,000 psi
47 2) Bagged concrete allowed.
48 2.3 ACCESSORIES [NOT USED]
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102I97
1 2.4 SOURCE QUALITY CONTROL [NOT USED]
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
323129-4
WOOD FENCE AND GAPES
Page 4 of 5
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION
A. Verification of Conditions
1. Verify areas to receive fencing are completed to final grades and elevations.
2. Ensure property lines and legal boundaries of work are clearly established.
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Wood Fence Framing
l . Steel Posts are required for all required screening fences.
2. Locate terminal post at each fence termination and change in horizontal or vertical
direction of 30 degrees or more.
3. Space line posts uniformly at 10 feet on center.
4. Set all posts in concrete.
a. Drill holes in firm, undisturbed or compacted soil.
b. Drill hole diameter 4 times greater than outside dimension of post (minimum
12 inches).
c. Set post bottom 24 inches below surface when in firm, undisturbed soil.
d. Excavate deeper as required for adequate support in soft and loose soils, and
for posts with heavy lateral loads.
c. Place concrete around posts in a continuous pour.
f. Trowel finish around post. Slope to direct water away from posts.
5. Check each post for vertical and top alignment, and maintain in position during
placement and finishing operations.
B. Slats
1. Place slats approximately I inch above the ground, and on a straight grade between
posts by excavating high points of the ground.
2. Fasten slats to top and bottom railings with 2 galvanized screws designed for wood
fence construction at both the top and bottom rail.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
323129-5
WOOD FENCE AND GATES
Page 5 of 5
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
12/20/2012
D. Johnson
1.I.A. modified to describe when City would pay for fence replacement on utility
projects
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
330514-1
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
IPage 1 of 8
i 1 SECTION 33 0514
2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO
3 GRADE
4 PART1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test
8 stations and other miscellaneous structures to a new grade
9 B. Deviations from this City of Fort Worth Standard Specification
10 1. 1.2 Price and Payment Procedures
I I A. Measurement and Payment
12 5. Valve Bog
13 b. For Miscellaneous Contacts, Valve Box Adjustments are
14 incidental and subsidiary to the valve installation cost.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the
17 Contract
18 2. Division 1— General Requirements
19 3. Section 32 01 17 — Permanent Asphalt paving Repair
20 4. Section 32 0129 — Concrete Paving Repair
21 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill
22 6. Section 33 05 13 —Frame, Cover and Grade Rings
23 7. Section 33 39 10 --- Cast -in -Place Concrete Manholes
24 8. Section 33 39 20 —Precast Concrete Manholes
25 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve
26 10, Section 33 12 21— AWWA Rubber -Seated Butterfly Valve
27 11. Section 33 04 11 — Corrosion Control Test Station
28 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System
29 1.2 PRICE AND PAYMENT PROCEDURES
30 A. Measurement and Payment
31 1. Manhole -- Minor Adjustment
32 a. Measurement
33 1) Measurement for this Item shall be per each adjustment using only grade
34 rings or other minor adjustment devices to raise or lower a manhole to a
.35 grade as specified on the Drawings.
36 b. Payment
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
33 05 14 - 2
ADJUSTING MANHOLES, INLETS, VALVE. BOXES, AND OTHER STRUCTURES TO GRADE
Page 2 of 8
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Manhole Adjustment,
Minor" completed.
c. The price bid shalt include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Grade rings or other adjustment device
6) Reuse of the existing manhole frame and cover
7) furnishing, placing and compaction of embedment and baekfill
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
2. Manhole - Major Adjustment
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring structural
modifications to raise or lower a manhole to a grade as specified on the
Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Manhole Adjustment,
Major" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structural modifications, grade rings or other adjustment device
6) Reuse of the existing manhole frame and cover
7) furnishing, placing and compaction of embedment and backfill
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
3. Manhole - Major Adjustment with Frame and Cover
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring structural
modifications to raise or lower a manhole to a grade specified on the
Drawings or structural modifications for a manhole requiring a new frame
and cover, often for changes to cover diameter.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Manhole Adjustment,
Major w/ Cover" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
CITY" OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
330514-3
ADJUSTMO MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 3 of 8
1 4) Disposal of excess material
2 5) Structural modifications, grade rings or other adjustment device
3 6) Frame and cover
4 7) Furnishing, placing and compaction of embedment and backfil .
5 8) Concrete base material
6 9) Permanent asphalt patch or concrete paving repair, as required
7 10) Clean-up
8
4. Inlet
9
a.. Measurement
10
1)
Measurement for this Item shall be per each adjustment requiring structural
11
modifications to inlet to a grade specified on the Drawings.
12
b. Payment
13
1)
The work performed and the materials furnished in accordance with this
14
Item will be paid for at the unit price bid per each "Inlet Adjustment"
15
completed.
16
c. The price bid shall include:
17
1)
Pavement removal
18
2)
Excavation
19
3)
Hauling
20
4)
Disposal of excess material
21
5)
Structural modifications
22
6)
Furnishing, placing and compaction of embedment and backfill
23
7)
Concrete base material, as required
24
8)
Surface restoration, permanent asphalt patch or concrete paving repair, as
25
required
26
9)
Clean-up
27 5. Valve Box
28 a. Measurement
29 1) Measurement for this Item shall be per each adjustment to a grade specified
30 on the Drawings.
31 b. Payment
32 1) The work performed and the materials furnished in accordance with this
33 Item will be paid for at the unit price bid per each "Valve Box Adjustment"
34 completed.
35 c. The price bid shall include:
36 1) Pavement removal
37 2) Excavation
38 3) Hauling
39 4) Disposal of excess material
40 5) Adjustment device
41 6) Furnishing, placing and compaction of embedment and backfilI
42 7) Concrete base material, as required
43 8) Surface restoration, permanent asphalt patch or concrete paving repair, as
44 required
45 9) Clean-up
46 6. Cathodic Protection Test Station
47 a. Measurement
CiI Y Or FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
330514-4
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 4 of 8
1) Measurement for this Item shall be per each adjustment to a grade specified
on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Cathodic Protection
Test Station Adjustment" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Adjustment device
6) Furnishing, placing and compaction of embedment and backfill
7) Concrete base material, as required
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
7. Fire Hydrant
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring stem
extensions to meet a grade specified by the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Fire Hydrant Stem
Extension" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Adjustment materials
6) Furnishing, placing and compaction of embedment and backfill
7) Concrete base material, as required
8) Surface restoration, permanent asphalt patch or concrete paving repair, as
required
9) Clean-up
8. Miscellaneous Structure This Item is intendedfor a unique structure. Bid Item
should include details to identify the specific structure (i.e. Miscellaneous Structure
Adjustment, Sta. 1 +00)
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring structural
modifications to said structure to a grade specified on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item will be paid for at the unit price bid per each "Miscellaneous Structure
Adjustment" completed.
c. The price bid shall include:
1) Pavement removal
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
330514-5
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 5 of 8
1 2)
Excavation
2 3)
Hauling
3 4)
Disposal of excess material
4 5)
Structural modifications
5 6)
Furnishing, placing and compaction of embedment and backfill
6 7)
Concrete base material
7 8)
Permanent asphalt patch or concrete paving repair, as required
8 9)
Clean-up
9 1.3 REFERENCES
I0 A. Definitions
11 1. Minor Adjustment
12 a. Refers to a small elevation change performed on an existing manhole where the
13 existing frame and cover are reused.
14 2. Major Adjustment
15 a. Refers to a significant elevation change performed on an existing manhole
16 which requires structural modification or when a 24-inch ring is changed to a
17 30-inch ring.
18 B. Reference Standards
19 1. Reference standards cited in this Specification refer to the current reference
20 standard published at the time of the latest revision date logged at the end of this
21 Specification, unless a date is specifically cited.
22 2. Texas Commission on Environmental Quality (TCEQ):
23 a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.55 — Manholes and
24 Related Structures.
25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
26 1.5 SUBMITTALS [NOT USE,
27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
28 1.7 CLOSEOUT SUBMITTALS [NOT USED]
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE [NOT USED]
31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
32 1.11 FIELD [SITE] CONDITIONS [NOT USED]
33 1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
330514-6
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 6 of S
1 PART 2 - PRODUCTS
2 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED]
3 2.2 MATERIALS
4
A.
Cast -in -Place Concrete
5
1. See Section 03 30 00.
6
B.
Modifications to Existing Concrete Structures
7
1. See Section 03 80 00,
8
C.
Grade Rings
9
1. See Section 33 05 13.
10
D.
Frame and Cover
11
1. See Section 33 05 13.
12
E.
Backfill material
13
1. See Section 33 05 10.
14
F.
Water valve box extension
15
1. See Section 33 12 20.
16
G.
Corrosion Protection 'Test Station
17
1. See Section 33 04 11.
18
H.
Cast -in -Place Concrete Manholes
19
1. See Section 33 39 10.
20
1.
Precast Concrete Manholes
21
1. See Section 33 39 20.
22
2.3 ACCESSORIES
[NOT USED]
23 2.4 SOURCE QUALITY CONTROL [NOT USED]
24 PART 3 - EXECUTION
25 3.1 INSTALLERS [NOT USED]
26 3.2 EXAMINATION
27 A. Verification of Conditions
28 1. Examine existing structure to be adjusted, for damage or defects that may affect
29 grade adjustment.
30 a. Report issue to City for consideration before beginning adjustment.
31 3.3 PREPARATION
32 A. Grade Verification
33 1. On major adjustments confirm any grade change noted on Drawings is consistent
34 with field measurements.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECLFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
330514-7
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 7 of 8
r
1 a. If not, coordinate with City to verify final grade before beginning adjustment.
2 3.4 ADJUSTMENT
3 A. Manholes, Inlets, and Miscellaneous Structures
4 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with
5 30-inch frame and cover assembly per TCEQ requirement.
6 2. On manhole major adjustments, inlets and miscellaneous structures protect the
7 bottom using wood forms shaped to fit so that no debris blocks the invert or the
8 inlet or outlet piping in during adjustments.
9 a. Do not use any more than a 2-piece bottom.
10 3. Do not extend chimney portion of the manhole beyond 24 inches.
11 4. Use the least number of grade rings necessary to meet required grade.
12 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch
13 rings.
14 B. Valve Boxes
15 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on
16 the Drawings.
17 C. BackfiIl and Grading
18 1. Backfill area of excavation surrounding each adjustment in accordance to Section
19 3305 10.
20 D. Pavement Repair
21 1. If required pavement repair is to be performed in accordance with Section 32 01 17
22 or Section 32 0129.
23 3.5 REPAIR / RESTORATION [NOT USED]
24 3.6 REINSTALLATION [NOT USED]
25 3.7 FIELD roR] SITE QUALITY CONTROL [NOT USED]
26 3.8 SYSTEM STARTUP [NOT USED]
27 3.9 ADJUSTING [NOT USED]
28 3.10 CLEANING [NOT USED]
29 3.11 CLOSEOUT ACTIVITIES [NOT USED]
30 312 PROTECTION [NOT USE,
31 3.13 MAINTENANCE [NOT USED]
32 3.14 ATTACHMENTS [NOT USED]
33
34
35
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 05 I4 - 8
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page S of 8
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
1.2.A —Pay item added for a maj or manhole adjustment which reuses the existing
frame and cover and a major adjustment requiring a new frame and cover; Added
12/20/2012
D. Johnson
items to be included in price bids; Blue text added for clarification for miscellaneous
structure adjustments
3.4 —Pavement repair requirements were added
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 10-1
WATER SERVICES I -INCH TO 2-INCH
Page I of 18
SECTION 33 1210
WATER SERVICES 1-INCH TO 2-INCH
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of-
way, fittings and water meter boxes complete in place, as shown on the Drawings,
directed by the Engineer, and specified herein for:
a. New Water Service
b. New Water Service (Bored)
c. Water Motor Service Relocate
d. Private Water Service
B. Deviations from this City of Fort Worth Standard Specification
The relocation, replacement or reconnection of water services will be required as
shown on the plans and/or as described in these Special Contract Documents in
addition to those located in the field and identified by the Engineer.
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. New Water Service
b) Payment for all work and materials such as tap saddle,
corporation stops and fittings shall be included in the price
bid for Service Taps to Main.
Payment for all work and materials such as furnishing and
setting new meter box shall be included in the price bid for
furnish and set meter box.
Payment for all work and materials such as backfill, fittings,
type K copper tubing and curb stop with.lock wings shall be
included in the Linear Foot price bid for service line from
main to meter, five (5) feet behind the meter.
3. Water Meter Service Reconnect
b) Payment
1. No additional compensation will be given in
Miscellaneous Contracts for water service
reconnections.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised February 14, 20I7 RELOCATIONS CONTRACT 2019
City Project No. 102197
331210-2
WATER SERVICES I -INCH TO 2-INCH
Page 2 of 18
5. Multiple Service Branches
When multiple service branches are required the contractor
shall furnish approved factory manufactured branches.
Payment for multiple service branches will include
furnishing and installing the multiple service branch only
and all other costs will be included in other appropriate bid
item(s).
C. Products Installed but not Furnished Under this Section
1. Water meters for various sizes
D. Related Specification Sections include, but are not necessarily limited to:
I . Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 33 04 40 Cleaning and Acceptance Testing of Water Mains
4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill
5. Section 33 12 25 — Connection to Existing Water Mains
1..2 PR)10E AND PAYMENT PROCEDURES
A. Measurement and Payment
1. New Water Service
a. Measurement
1) Measurement for this Item shall be per each new "Water Service" complete
in place from the tap of the main to the installation of the meter box and
associated appurtenances where the service line is installed by open cut
construction.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Water Service" installed for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing New Service Line as specified by the Drawings
2) Submitting product data
3) Tapping saddle
4) Corporation stop
5) Curb stop
6) Fittings
7) Service line installed by open cut
8) Connection to meter
9) Meter Box and Lid
10) Pavement removal
11) Excavation
12) Hauling
13) Disposal of excess material
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 10 - 3
WATER SERVICES I -INCH TO 2-INCH
Page 3 of IS
14) Surface Restoration associated with Meter Box installation and connection,
excluding grass (seeding, sodding or hydro -mulch paid separately)
15) Clean-up
16) Disinfection
17) Testing
2. New Bored Water Service
a. Measurement
1) Measurement for this Item shall be per each new Water Service complete in
place from the tap of the main to the installation of the meter box and
associated appurtenances where the service line is installed by trenchless
method.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each `Bored Water Service" installed for:
a) Various sizes
c. The price bid shall include:
1) Submitting product data
2) Tapping saddle
3) Corporation stop
4) Curb stop
5) Fittings
6) Service line installed by trenchless method
7) Connection to meter
8) Meter Box and Lid
9) Pavement removal
1 0) Excavation
11) Hauling
12) Disposal of excess material
13) Surface restoration associated with Meter Box installation and connection,
excluding grass (seeding, sodding or hydro -mulch paid separately)
14) Clean-up
IS) Disinfection
16) Testing
3. Water Meter Service Reconnect
a. Measurement
1) Measurement for this Item shall be per each Water Meter Service
Reconnect complete in place from public service line connection to private
service line connection.
b. Payment
1) The work performed in conjunction with relocation of the meter, associated
private service Iine, fittings and meter box 5 feet or less in any direction
from centerline of existing meter location and the materials furnished in
accordance with this Item will be paid for at the unit price bid per each
"Water Meter Service, Reconnection" installed for:
a) Various size of services
c. The price bid shall include:
1) Private service line
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 10-4
WATER SERVICES 1-INCH TO 2-INCH
Page 4 of 18
2) Fittings
3) Private connection to water meter
4) Connection to existing private service line
5) Cut and crimp of existing service
6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter,
as directed by City
7) Pavement removal
8) Excavation
9) Hauling
10) Disposal of excess material
11) Surface restoration for area disturbed for installation of meter box,
excluding grass (seeding, sodding or hydro -mulch paid separately)
12) Clean-up
13) Cleaning
14) Disinfection
15) Testing
4. Private Water Service Relocation
a. Measurement
1) Measurement for this Item shall be per Iinear foot of Private Service
relocation complete in place from the meter box to a connection to the
existing service line on private property.
b. Payment
1) The work performed in conjunction with Private Service Line installation
where the meter and meter boxes are moved more than 5 feet in any
direction from centerline of existing meter location and materials furnished
in accordance with the Item and measured as provided under
"Measurement" will be paid for at the unit price bid per linear foot of
"Private Water Service" performed for:
a) Various service sizes
c. The price bid shall include:
1) Obtaining appropriate permit
2) Obtaining Right of Entry
3) Submitting product data
4) Private service line
5) Fittings
6) Backflow preventcr, check valve, and isolation valve relocation, if
applicable
7) Connection to existing private service line
8) Pavement removal and replacement
9) Excavation
10) Hauling
11) Disposal of excess material
12) Surface restoration, excluding grass (seeding, sodding or hydro mulch paid
separately)
13) Clean-up
14) Cleaning
15) Disinfection
16) Testing
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 10 - 5
WATER SERVICES 1-INCH TO 2-TNCH
Page 5 of 1S
1.3 REFERENCES
A. Definitions
1. New Service
a. Installation of new 1-inch to 2-inch Water Service Line by open cut
construction from the water main to the right-of-way, including corporation
stop, curb stop, fittings and water meter boxes complete in place, as shown on
the Drawings.
2. New Service (Bored)
a. Installation of new 1 -inch to 2-inch Water Service Line by trenchless
construction method from the water main to the right-of-way, including
corporation stop, curb stop, fittings and water meter boxes complete in place, as
shown on the Drawings.
3. Meter Service Reconnection
a. Relocation and reconnection of the private service line from an existing meter
to be abandoned and a new meter installed that Iies within 5 feet of the existing
meter.
4. Private Service Relocation
a. Relocation and reconnection of private service line behind the water meter
where the existing meter to be abandoned and the new meter installed is greater
than 5 feet of the existing meter. A licensed plumber is required to relocate the
private service.
5. Lead-free
a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25
percent lead in accordance with the reduction of Lead in Drinking Water Act
(P.L. 111-380).
B. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM International (ASTM):
a. A48, Standard Specification for Gray Iron Castings.
b. A536, Standard Specification for Ductile Iron Castings.
c. B88, Standard Specification for Seamless Copper Water Tube.
d. B98, Standard Specification for Copper -Silicon Alloy Rod, Bar and Shapes.
e. C131, Standard Specification for Resistance to Degradation of Small -Size
Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine.
£ C150, Standard Specification for Portland Cement.
g. C330, Standard Specification for Lightweight Aggregates for Structural
Concrete.
h. C857 (RL), Standard Practice for Minimum Structural Design Loading for
Underground Precast Concrete Utility Structures
i. D883, Standard Terminology Relating to Plastics.
j. D 1693, Standard Test Method for Environmental Stress -Cracking of Ethylene
Plastics
3, American Water Works Association (AWWA):
a. C700, Cold -Water Meters - Displacement Type, Bronze Main Case_
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
331210-6
WATER SERVICES I -INCH TO 2-INCH
Page 6 of 18
b. C800, Underground Service Line Valves and Fittings.
4. NSF International (NSF):
a. 61, Drinking Water System Components -Health Effects.
5. Reduction of Lead in Drinking Water Act
a. Public Law 111-380 (P-L. 111-380)
6. General Services Administration (GSA):
a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Provide advance notice for service interruptions and meet requirements of Division
0 and Division 1.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS
A. Product Data, if applicable:
1. Tapping Saddle
2. Corporation stop
3. Curb Stop
4. Service Line
5, Meter Box
6. Meter Box Lid
B. Certificates and Test Reports
1. Prior to shipment of any Water Service components, the manufacturer shall submit
the following:
a. A Certificate of Adequacy of Design stating that the components to be
furnished comply with all regulatory requirements identified in this Section
including:
1) The Reduction of Lead in Drinking Water Act (P.L. 111-380)
2) AWWA C800
3) NSF 61
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF
61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the
requirements of this Specification.
CITY OF FOXr WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised February 14, 2017 RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 10 - 7
WATER SERVICES 1-INCH TO2-INCH
Page 7 of 18
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
I. Protect all parts such that no damage or deterioration will occur during a prolonged
delay from the time of shipment. until installation is completed and the units and
equipment are ready for operation.
2. Protect all equipment and parts against any damage during a prolonged period at the
site.
3. Prevent plastic and similar brittle items from being directly exposed to sunlight or
extremes in temperature.
4. Secure and maintain a location to store the material in accordance with Section 01
6600.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER -FURNISHED PRODUCTS
A. Water meters for various sizes
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed on the City's Standard Products List will be
considered as shown in Section. 0160 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section 0125 00.
3. The Water Services and appurtenances shall be new and the product of a
manufacturer regularly engaged in the manufacturing of Water Services and
appurtenances having similar service and size.
B_ Description
1, Regulatory Requirements
a. All materials shall conform to the Reduction of Lead in Drinking Water
Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other
appurtenances to be less than 0.25 percent lead.
b. Water Services shall meet or exceed the latest revisions of AW WA C800 and
shall meet or exceed the requirements of this Specification.
c. All Water Services components in contact with potable water shall conform to
the requirements of NSF 61.
C. Materials/Design Criteria
1. Service Lines
a. Provide Type K Copper Tubing per ASTM B88.
CITY OF FORT WORTH SMALL DLU4ETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised February 14, 2017 RELOCATIONS CONTRACT 2019
City Projed No. 102197
331210-8
WATER SERVICES 1-INCH TO 2-INCH
Page 8 of 18
b. Furnish in the annealed conditions, unless otherwise specified in the Contract
Documents.
2. Service Couplings
a. Fitting Ends
1) Flared Copper Tubing with thread dimensions per AWWA C800
2) Provide coupling nuts with a machined bearing skirt of a length equal to the
tubing outer diameter (O.D.).
b. Provide with hexagonal wrench grip compatible with the coupling size.
c. Provide lead-free service couplings in accordance with the Reduction of Lead
in Drinking Water Act.
3. Corporation stops
a. Provide brass castings per AWWA C800 for:
1) Bodies
2) Plugs
3) D washers
4) Bottom nuts
b. Machining and Finishing of Surfaces
1) Provide 1 'K inch per foot or 0.1458 inch per inch =L 0,007 inch per inch
taper of the seating surfaces for the key and body.
2) Reduce large end of the tapered surface of the key in diameter by chamfer
or turning for a distance that will bring the Iargest end of the seating surface
of the key into the largest diameter of the seating surface of the body.
3) Relieve taper seat in the body on the small end.
4) Extend small end of the key there -through to prevent the wearing of a
shoulder and facilitate proper seating of key.
5) Design key, key nut and washer such that if the key nut is tightened to
failure point, the stem end of the key shall not fracture.
6) Design nut and stem to withstand a turning force on the nut of at least 3
times the necessary effort to properly seat the key without failure in any
manner.
7) Port through corporation stop shall be full size to eliminate turbulence in
the flow way.
8) Design stop for rotation about the axis of the flow passageway inside the
following minimum circles in order to properly clear the tapping machine:
a) Two 7/8-inch for 1-inch corporation stops
b) Four IS/ I6-inch for I %2 -inch and 2-inch corporation stops
c. Provide lead-free corporation stops in accordance with the Reduction of Lead in
Drinking Water Act.
4. Curb Stops
a. Provide brass castings per AWWA C800.
b. Valve plugs shall be:
1) Cylinder type
2) Plug type, or
3) Ball type
c. Incorporate full flow porting.
d. Provide for full 360 degree plug rotation clockwise or counterclockwise.
e. Overall Length
1) 3-5/16 inch ± 1/8 inch for 1-inch diameter
CITY OF FORT WORXH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. I02197
331210-9
WATER SERVICES 1-INCH TO 2-INCH
Page 9 of 18
2) 4-1/32 inch + 9.32 for l-inch diameter
£ Cylindrical Plug Type
1) Provide 0-ring seal at top and bottom.
a) 0-ring at top only is acceptable if bottom of curb stop body is closed.
2) Seals shall be Buna N.
3) 1 0-ring seal shall surround the outlet port of the curb stop and act to
effectively seal in the closed position.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) AlI waterways shall be smooth and free of burrs or rough areas.
6) Design the curb stop to provide ease and accuracy of operation and positive
shut-off of water.
g. Tapered Plug Type
1) Provide 0-ring seal at top and bottom.
2) The tapered plug and cylindrical recess in the valve body shall be machined
to match within approved manufacturing tolerances.
3) hllet and outlet ports shall be sealed by 0-rings or combination Teflon U-
shaped seal rings backed with 0-rings.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
6) Design the curb stop to provide ease and accuracy of operation and positive
shut-off of water.
h. Ball Plug Type
1) Provide double 0-ring seals on the stem.
2) The ball shall seal against rubber rings mounted in the valve body at the
inlet and outlet ports.
3) The ball shall be bronze with a smooth Teflon coating.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
i. Provide lead-free curb stops in accordance with the Reduction of Lead in
Drinking Water Act.
5. Straight Adapters
a. Brass castings and threads per AWWA C800
b. Provide lead-free straight adapters in accordance with the Reduction of Lead in
Drinking Water Act.
6. Three Part Copper Unions
a. Brass castings and threads per AWWA C800
b. Provide lead-free Three Part Copper Unions in accordance with the Reduction
of Lead in Drinking Water Act.
7. Straight Meter Couplings
a. Brass castings per AWWA C800
b. Threads per AWWA C700
c. Tailpiece with outside iron pipe thread
d. Chamfer corners on threaded end of meter nut.
e. Machine inside and outside of tailpiece.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
331210-10
WATER SERVICES I -INCH TO 2-INCH
Page 10 of 18
f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of
Lead in Drinking Water Act.
8. Branch Connections
a. Brass castings per AWWA C800
b. Inlet and outlet connections per AWWA C800
c. Provide lead-free branch connections in accordance with the Reduction of Lead
in Drinking Water Act.
9. Service Saddles
a. Castings
1) Brass or Nylon coated ductile iron castings per AWWA C800
2) Free of porosity with sharp edges removed
3) Saddle
a) Form to fit firmly against side of maximum diameter of water main
with approximately 180 degrees wrap around.
4) Outlet
a) Design outlet boss for no thread distortion by bending moments.
b) Tapped for taper threaded corporation stop conforming to AWWA
C800.
b. Straps
1) Conform to ASTM B98.
2) Form flat to fit uniformly against the wall of the water main.
3) Shall be double straps
4) Rod diameter not less than 5/8 inch flattened to I inch on one side.
5) Straps shall be threaded 5/8 inch (I I-NC-2A) for a distance such that'/2
inch remains after clamp is fully tightened on the pipe.
6) Chamfer strap ends to protect the starting threads.
7) The threads shall be full and free from shear.
8) 4-inch and Iarger pipe shall be in accordance with Section 33 12 25.
c. Nuts
1) Bronze material
a) Same material as straps
2) Dimensions equal to or larger than heavy hexagon nuts
3) Tapped 5/8 inch (1I-NC-2B)
d. Gaskets
1) Neoprene rubber material
2) Cemented to saddle and positioned to facilitate installation
10. Brass Flanged Angle Valve
a. For 1 '/2-inch and 2-inch services
b. Brass castings per AWWA C800
c. Valve Body with integral outlet flange and inlet wrenching flat
d. Fit together key and body by turning key and reaming body
1) Key with O-ring seal seat at the upper end
2) Lap key and body seat are to conform to corporation stop requirements of
this Specification.
3) The outlet flange shall contain an O-ring seat or a uniform flat drop -in
flange gasket surface.
4) Drop -in flange gasket surface shall contain gasket retaining grooves milled
circular about the axis of the flange.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 10 - 11
WATER SERVICES I -INCH TO 2-INCH
Page 11 of I8
5) The size of the outlet flange and the diameter and spacing of the bolt holes
shall conform to AWWA C700.
6) The flange on 2-inch angle valves shall be double drilled to permit
connection to I % -inch meters.
7) The inlet port of the valve shall be tapered to conform to AWWA C800
taper pipe thread.
8) The key cap shall include a wrenching tee marked with a raised or recessed
arrow to show whether the valve is open or closed.
9) Valve Assembly (main body, key, key cap)
a) Brass material per AWWA C800
b) 0-ring seal on the top of the key between the key and body seat
c) Key cap shall complete the assembly by attaching to the key by means
of a strong bronze pin with phosphor bronze spring washer(s)
depressed between the key cap and the top of the valve main body.
d) Provide with padlock wings for locking the valve in the closed position.
e) There shall be a uniform application of cold water valve grease
between the body and the key.
f) The valve shall be capable of being easily opened and stopping lugs.
g) The waterway through the valve shall be smooth and rounded for
minimum pressure loss, and shall be free of burrs or fins.
h) The valve shall be strong, well designed, neat in appearance, water-
tight and entirely adequate for the intended purpose.
i) Provide with either a high quality rubber drop -in gasket or an 0-ring
seal depending on the manufacturer's flange seal surface design choice.
e. Provide lead-free brass flanged angle valves in accordance with the Reduction
of Lead in Drinking Water Act.
11. Meter Boxes shall:
a. Be constructed of:
1) Polymer, black polyethylene material as defined in ASTM D883.
a) Minimum wall thickness of 3/8-inch throughout with no blowing
agents or foaming plastics
b) Body shall be black throughout, blended at the time of manufacture,
and shall have a molded recycled emblem with a minimum of 35
percent Post Industrial/ Pre Consumer Recycled Content- verified with
a Leed Product Documentation.
c) Have a tensile strength greater than 1700 pounds per square inch (psi).
d) Smooth edges and corners and be free from sharp edges so the unit can
be handled safely without gloves.
c) Exterior free from seams or parting lines.
f) Have crush resistant ribbing along the outside of the box.
g) Have a flange around the lid opening to help prevent settling and aide
in adjustment to grade.
h) Not to be installed in roadway — designed to withstand loading in non -
deliberate and incidental traffic only.
2) Concrete
a) Frame of No. 6 gauge wire welded closed
b) Type I or Type TI Portland cement, in accordance with ASTM C 150,
portioned with lightweight aggregate, in accordance with ASTM C330
(1) Percentage of wear not to exceed 40 per ASTM C131
CITY OF TORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 10 - 12
WATER SERVICES I-INCII TO 2-INCH
Page 12 of 18
(2) Minimum 28 day compressive strength of 3,000 psi
b. Be able to withstand a minimum 15,000 pounds vertical load
c. Withstand a minimum 400 pounds sidewall load.
d. Have pipe holes measuring a minimum of 2-1/2" x 3-1/4".
e. l -inch Standard Meter Box (Class A)
1) For use with services utilizing 5/8-inch x %-inch, %-inch or 1-inch meter
Single or Dual service meter.
2) Polymer
a) Size: working of not less than 10 inches x 16 inches, 12 inches high
3) Concrete
a) Size: working area not less than 10-inches x 16-inches, 12 inches high
f. 2-inch Standard Meter Box (Class C)
1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter.
2) Polymer
a) Size: working area not less than 14-inches x 28-inches, 12 inches high
3) Concrete
a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches
high
g. Bullhead Standard Meter Box (Class B)
1) For use with services utilizing two 5/8-inch x %-inch or 3/a-inch or 1-inch
Single service meter.
2) Polymer
a) Size: working area not less than 15-inches x 18-inches, 12 inches high
3) Concrete
a) Size: working area not less than 15-inches x 18-inches, 12 inches high
12. Meter Box Lid
a. Meter Box Lids Shall:
1) Be solid throughout with reinforcing ribs.
2) Have City of Fort Worth `Molly' logo molded into the lid.
3) Bear the Manufacturer's IS (name or logo) and Country of Origin.
4) Be designed both with and without AMI receptacles
5) Have a molded tread -plate
6) Seat securely and evenly inside the meter box and shall not overlap the top
edge of the meter box.
7) Have a molded pick bar for use by meter reading tool.
8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for
number of meters/endpoints associated with meter box
9) Have an opening to accept the AMI end -point. Opening shall accommodate
an endpoint with a 1-7/8 inches diameter.
10) Have recessed AMI end point area, to alleviate a trip hazard, centered over
AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8"
deep.
11) Have built-in anti -flotation devices.
b. Cast Iron or Ductile Iron
1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and
meet RRF-621 specification.
2) Shall withstand a minimum vertical load of 15,000 pounds
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 10 - I3
WATER SERVICES 1-INCH TO 2-INCH
Page 13 of 18
3) Coat castings with a bituminous emulsified asphalt unless otherwise
specified in the Contract Documents, ground smooth, and cleaned with shot
blasting, to get a uniform quality free from strength defects and distortions.
4) Dimensions shall be within industry standards of f 1/16 inch per foot.
5) Shall have a plug inserted in to the AMl receptacle to avoid water entering
through opening until the AMl receptacle is used
6) Be a minimum of 1-3/4 inches thick at reinforcing ribs.
7) Casting weigbts may vary �5 percent from drawing weight per industry
standards.
c. Plastic(Composite)
1) The lid shall :
a) Constructed of Engineered Plastic as defined in ASTM D883
(1) Have a molded recycled emblem with a minimum of 50 percent
Post Consumer Recycled and 50 percent Post Industrial/ Pre
Consumer Recycled Content- verified with a Leed Product
Documentation.
(2) Be designed to fit a concrete box/east iron box in retrofit
. instaIlations.
(3) Have a tensile strength greater than 1700 psi.
(4) Have a `knock -out" plug to accept the AMl end- point. Knock -out
diameter shall be 1-7/8 inch diameter. A removable plug may be
substituted for the knock -out plug.
(5) Be constructed out of a composite material blend for maximum
durability and corrosion resistance.
(6) Be black throughout with no blowing agents or foaming plastics
(7) Smooth edges and corners and be free from sharp edges so the unit
can be handled safely without gloves.
(8) Exterior free from seams or parting lines.
(9) Hava a molded tread -pattern- tread dimensions shall be .188-inch x
.93 8-inch x .150-inch deep.
(10) Have "City of Fort Worth" molded into the lid.
(I I) Have "Water Meter" molded into the lid- Font shall be standard
Fadal CNC font with 1-inch characters x .150-inch deep.
(12) Have a molded pick hole pocket- dimensions shall be 3-inch x
9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod.
(13) Have 2 pieces of %2-inch rebar located in lid pockets for
locatability as shown in Drawings.
(14) Have location capability using metal detector.
b) Domestic Manufacture Only -Made in USA molded on Lid.
c) Not to be installed in roadway or parking area
d) Be designed to withstand H 10 loading for non -deliberate and
incidental traffic only as .
e) Have ultraviolet protection.
2) 1-inch Standard Plastic Meter Box Lid (Class A)
a) For use with services utilizing 5/8-inch x 3/4-inch, %-inch or 1-inch
meter Single or Dual service meter.
b) Size: I1-7/8-inch x 17-7/8-inch, 1-1/2 inches high
c) For use with Class A Standard Meter Box.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 10 - 14
WATER SERVICES 1-INCH TO 2-INCH
Page 14 of 18
d) Polymer lid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
3) 2-inch Standard Plastic Meter Box Lid (Class C)
a) For use with services utilizing 1-1/2-inch or 2-inch Single service
meter.
b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high
c) For use with Class C Standard Meter Box.
d) Polymer lid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
4) Bullhead Standard Plastic Meter Box Lid (Class B)
a) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or f-
inch Single service meter:
b) Size: 16-5/8-inch x 14-5/8-inch, 1-3/4 inches high
c) For use with Class B Standard Meter Box.
d) Polymer Iid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
13. Horizontal Check Valve
a. Equip 1 lh-inch and 2-inch Water Services with a horizontal check valve, with
pipe plug, only if specified in the Drawings.
b. If an existing backflow preventer is present, the Contractor is to leave it, and is
not required to provide an additional horizontal check valve.
c. Provide Iead-free horizontal check valves in accordance with the Reduction of
Lead in Drinking Water Act.
14. Service Marker
a. 3 inch wide, 5 mil blue vinyl tape
2.3 ACCESSORIES ]NOT USED]
2.4 SOURCE QUALITY CONTROL
A. Tests and Inspections
At the City's option, the manufacturer shall be required to provide certification
records showing conformance of materials, design and testing to these
Specifications.
The test procedures shall conform to AWWA C800.
a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the
test shall be at the expense of the supplier.
b. Proof testing of the remainder of the valves shall be at the cost and
responsibility of the supplier.
c. These tests will be the basis of acceptance or rejection of the remainder of the
shipment by the City.
The City reserves the right to select products at random for testing. The failure of
materials to conform to the applicable Specification may result in the rejection of
the entire shipment.
B. Marking
1. Service saddle castings shall be clearly marked by letters and numerals cast thereon
showing:
a. Manufacturer's name
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 10 - 15
WATER SERVICES 1-INCH TO 2-INCH
Page 15 of 18
b. Type
C. Size of Pipe
PART 3 - EXECUTION
3.1 INSTALLERS
A. A licensed plumber is required for installations on the outlet side of the service meter.
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Install Water Services and appurtenances in accordance with AWWA C800.
2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75
feet or wider, or where shown on Drawings.
3. InstaIl Water Service Lines on lot center line on lots Iess than 75 feet wide, unless
otherwise shown on the Drawings.
4. Install services at a minimum depth of 36 inches below final grade/proposed top of
curb, unless otherwise specified in the Contract Documents.
5. Perform leak tests in accordance with Section 33 04 40.
6. Replace existing %-inch Service Lines with 1-inch new Service Line, tap, and
corporation.
7. Install replaced or relocated services with the service main tap and service line
being in line with the service meter, unless otherwise directed by the City.
S. Excavate, embed and backfill trenches in accordance with Section 33 05 10.
B. Handling
1. Haul and distribute Service Lines fittings at the project site and handle with care to
avoid damage.
a. Inspect each segment of Service Line and reject or repair any damaged pipe
prior to lowering into the trench.
b. Do not handle the pipe in such a way that will damage the pipe.
2. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash -- during and after
the Iaying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Service Line Installation
I. Service Taps
a. Only ductile iron pipe may be directly tapped.
b. Install service taps and/or tap assemblies of the specified size as indicated on
the Drawings, or as specified by the Engineer.
c. Perform taps on a water system that is either uncharged or under pressure.
d. Taps consist of
1) For Concrete Pressure Pipe or Steel Pipe
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised February 14, 2017 RELOCATIONS CONTRACT 2019
City Project No. 102197
331210-16
WATER SERVICES 1-INCH TO 2-INC14
Page 16 of 18
a) Standard internal pipe threaded holes in the pipe walls
(1) Made during pipe fabrication
(2) Provide tapered threaded outlet with cc threads for up to 2-inch.
(3) Provide flange outlet with flange to thread insulator adaptor kits for
4-ineb and larger taps.
2) Other pipe materials
a) Bronze service clamp with a sealed, threaded port through which the
pipe wall is drilled to complete a service port
Tap Assemblies
1) Consist of corporation stop with iron to copper connection attached to:
a) Copper tubing terminating as shown on the City's Standard Detail
b) May be required adjacent to gate valves
c) Install as shown on the Drawings, or as directed by the Engineer.
d) When required, shall be included in the unit price bid for installing gate
valve.
2) Chlorination and testing purposes
a) No separate payment will be made for taps required for testing and
chlorination.
2. Installation of Water Services
a. Install tap and Service Line in accordance with City Details.
b. InstaIl meter box in accordance with City Details.
1) Adjustment of the Service Line to proper meter placement height shall be
considered as part of the Meter Box installation.
3. Trenching
a. Provide a trench width sufficiently wide to allow for 2 inches of granular
embedment on either side of the Service Line.
4. Bored Services
a. Services shall be bored utilizing a pilot hole having a diameter 1/z inch to 3/4
inches larger than the Service Line.
5. Arrangement
a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and
other associate appurtenances as shown in the City Detail, and to the approval
of the Engineer.
Service Marker
a. When Meter Box is not installed immediately subsequent to service installation:
1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the
service and extending through the backfill approximately 6 inches above
ground at the Meter Box location.
b. Installation of service taps only:
1) Attach service marker tape to the corporation stop or plug and extend
upward and normal to the main through the backfill at the adjacent trench
edge to at least 6 inches above ground to flag the tap Iocation.
7. Corporation stops
a. Fully open corporation stop prior to backfill.
D. Removal of Existing Water Meters
1. Remove, tag and collect existing Water Service meter for pickup by the City for
reconditioning or replacement.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Praj�ct No. 102197
33 12 10 -17
WATER SERVICES 1-INCH TO 2-INCH
Page 17 of 18
2. After installation of the Water Service in the proposed location and receipt of a
meter from the City inspector, install the meter.
3. Reset the meter box as necessary to be flush with existing ground or as otherwise
directed by the City.
4. All such work on the outlet side of the service meter shall be performed by a
licensed plumber.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. Field Tests and Inspections
1. Check each Water Service installation for leaks and full flaw through the curb stop
at the time the main is tested in accordance with Section 33 04 40.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTI4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 10 - 18
WATER SERVICES I -INCH TO 2-INCH
Page 18 of 18
Revision Log ,
DATE
NAME
SUMMARY OF CHANGE
12/20/2012
D. Johnson
Added Blue Text for clarification
1.2 A. -- Revision to items included in price bid
Specification modified to be'in accordance with the Reduction of Lead in Drinking
Water Act — All materials shall be lead free in accordance with this Act.
1.2.A.3 — Water Meter Service Relocate was renamed Water Meter Service
Reconnect
I.6.K — added certification submittals for compliance with regulatory requirements
2/13/2013
F. Griffin
Added the phrase `, including grass' to lines;
Part 1, 1.2.A.Le. 14, Part 1, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.11,
Partl, 1.2.A.4.c.11
Added the phrase `and replacement' to line Part 1,1.2.AA.c.7
4/26/2013
F. Griffin
Revised lines with `including grass' replacing with `excluding grass (seeding,
sodding or hydromulching paid separately)'
Included in Part 1, 1.2, A, 1, c, 14; Part I, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11;
Part 1, 1.2, A, 4, 2, 11
6/19/2013
D. Johnson
1.2.A.4.c — Addition of private water service appurtenances relocation to being
included in the linear foot price of private water services
11/21/2016
W. Norwood
Require meter box suitable for AMI meter. 2.2,C, I I & 2.2,C,12
11/21/2016
W. Norwood
Require service saddle with double straps. 2.2,C,9,b
2/14/17
W. Norwood
2.2, C, 9.a.3 Remove table "Fit Contour of pipe..."
2/I4/17
W. Norwood
3.4, C, I.d.(2) Remove nylon sleeve inserts, require cc threads.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February I4, 2017
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 3312 11
LARGE WATER METERS
331211-1
LARGE WATER METERS
Page 1 of 4
5 A. Section Includes:
6 1. Large Water Meter, Vault, Bypass and Appurtenances (3-inch and Iarger)
7 B. Products Installed but Not Furnished Under This Section
8 1. Water Meter and Strainer
9 C. Deviations from this City of Fort Worth Standard Specification
10 1.2 PRICE AND PAYMENT PROCEDL)2ES
11
A. Measurement and Payment
12
3. The price bid shall include:
13
b. Precast concrete vault and appurtenances, or poured in place vaults.
14
D. Related
Specification Sections include, but are not necessarily limited to:
15
1.
Division 0 Bidding Requirements, Contract Forms, and Conditions of the
16
Contract
17
2.
Division I — General Requirements
18
3.
Section 03 80 00 — Modifications to Existing Concrete Structures
19
4.
Section 33 06 16 — Concrete Water Vaults
20
5.
Section 33 11 10 —Ductile Iron Pipe
21
6.
Section 33 11 11 —Ductile Iron Fittings
22
7.
Section 33 12 10 — Water Services I -inch to 2-inch
23
8.
Section 33 12 20 — Resilient Seated Gate Valve
24
9.
Section 33 12 50 — Water Sample Stations
25
1.2 PRICE AND PAYMENT PROCEDURES
26 A. Measurement and Payment
27 1. Measurement
28 a. Measurement for this Item shall be per each.
29 b. Measurement includes meter, vault, piping, appurtenances, and bypass line
30 (from upstream tee to downstream tee).
31 1) Piping upstream of bypass line tee is measured and paid separately as water
32 pipe, by size.
33 2) Piping downstream of bypass line tee is measured and paid separately as
34 water pipe, by size.
35 a) Any licensing requirements for plumbing installation are included in
36 this item's measurement.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 11 - 2
LARGE WATER METERS
Page 2 of 4
1
2. Payment
2
a.
The work performed and the materials furnished in accordance with this Item
3
shall be paid for at the unit price bid per each "Water Meter and Vault"
4
installed for:
5
1) Various meter sizes
6
3. The
price bid shall include:
7
a.
Excavation
8
b.
Pre -cast concrete vault and appurtenances
9
c.
Crushed rock foundation
10
d.
Access hatch
11
e.
Piping and appurtenances
12
f.
Fittings
13
g.
Horizontal thrust blocking
14
h.
Sample station and appurtenances
15
i.
Flushing points and appurtenances
16
j.
Installation of Compound Water Meter with Strainer
17
k.
Reinforced Concrete Pipe Sump
18
1.
Reconnection of Service
19
m.
Backfill
20
n,
Pavement removal
21
o.
Hauling
22
p.
Disposal of excess material
23
q.
Placement and compaction of backfill
24
r.
Plumbing Licensing requirements
25
S.
Clean-up
26
t.
Concrete Filled Steel Pipe Bollards as required
27
u.
Surface restoration around perimeter of water meter vault and piping as
28
required.
29 1.3 REFERENCES [NOT USE,
30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
31 1.5 SUBMITTALS
32 A. All submittals shall be in accordance with Section 0133 00.
33 B. All submittals shall be approved by the City prior to delivery.
34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
35
A. Product Data
36
1.
Precast Concrete Vault
37
2.
Piping
38
3.
Sample Station
39
4.
Isolation Valves
40
5.
Sample Tap and appurtenances
41
6.
Hatch
42 1.7 CLOSEOUT SUBMITTALS [NOT USED]
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
M
33 12 11 - 3
LARGE WATER METERS
Page 3 of 4
1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
2 1.9 QUALITY ASSURANCE [NOT USED]
3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
4 1.11 FIELD [SITE] CONDITIONS [NOT USED]
5 1.12 WARRANTY
6 A. Manufacturer Warranty
7 1. Manufacturer's warranty shall be in accordance with Division 1.
8 PART 2 - PRODUCTS
9 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
10 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
I
A. Materials
12
1.
Precast Concrete Vault — Conform to Section 33 05 16
13
2.
Gate Valves — Conform to Section 33 12 20
14
3.
Ductile Iron Pipe — Conform to Section 33 11 10
15
4.
Ductile Iron Fittings — Conform to Section 33 11 11
16
5.
Sample Station — Conform to Section 33 12 50
17
6.
Sample and flushing point taps — Conform to Section 33 12 10
18
7.
Hatch —Conform to Section 33 05 16
19
B. Meter and Strainer
20
1.
Furnished by City
21
2.3 ACCESSORIES [NOT USED]
22 2.4 SOURCE QUALITY CONTROL [NOT USED)
23 PART 3 - EXECUTION
24 3.1 INSTALLERS [NOT USED]
25 3.2 EXAMINATION
26 A. Evaluation and Assessment
27 1. Verify lines and grades are in accordance to the Drawings.
28 3.3 PREPARATION [NOT USED]
29 3.4 INSTALLATION
30 A. Install vault in accordance with manufacturer's recommendations and in accordance
31 with Section 33 05 16.
CITY OF FORT WORT14
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SMALL DIA vIETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 1211 -4
LARGE WATER METERS
Page 4 of 4
1
B. Pipe Penetrations
2
1. Conform to Section 03 80 00.
3
C. Meter
4
1. Obtain meter and strainer from City Field Operations Warehouse.
5
3.5
REPAIR / RESTORATION [NOT USED]
6
3.6
RE -INSTALLATION [NOT USED]
7
3.7
FIELD QUALITY CONTROL [NOT USED]
8
3.8
SYSTEM STARTUP [NOT USED]
9
3.9
ADJUSTING [NOT USED]
10
310
CLEANING [NOT USED]
11
3.11
CLOSEOUT ACTIVITIES [NOT USED]
12
3.12
PROTECTION [NOT USED]
13
3.13
MAINTENANCE [NOT USED]
14
3.14
ATTACHMENTS [NOT USED]
15
16
17
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised December 20, 2012 RELOCATIONS CONTRACT 2019
City Project No. 102197
331225-1
CONNECTION TO EXISTING WATER MAINS
Page I of 8
1 SECTION 33 12 25
2 CONNECTION TO EXISTING WATER MAINS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section includes:
6 1. Connection to existing water mains to include, but not limited to:
7 a. Cutting in a tee for a branch connection
8 b. Extending from an existing water plain
9 c. Installing a tapping sleeve and valve
10 B. Deviations from this City of Fort Worth Standard Specification
11 1.2 PRICE AND PAYMENT PROCEDURES
12 A. Measurement and Payment
13 2. Connection to an existing pressurized Fort Worth Water
14 Distribution System Main that requires a shutdown of some part of
15 the water system:
16 b. Payment
17 1) No additional compensation will be allowed in
18 Miscellaneous Contracts for connecting to existing
19 water mains, it is considered subsidiary to the water
20 pipe being installed.
21 3. Connection to an existing pressurized Fort Worth Water
22 Distribution System Main by Tapping Sleeve and Valve:
23 b. Payment
24 1) No additional compensation will be allowed in
25 Miscellaneous Contracts for tapping sleeves and
26 valves, it is considered subsidiary to the price paid
27 per tap sleeve and valve.
28
29 C. Related Specification Sections include, but are not necessarily limited to:
30 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the
31 Contract
32 2. Division I General Requirements
33 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains
34 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill
35 S. Section 33 05 30 — Location of Existing Utilities
36 6. Section 33 11 05 — Bolts, Nuts, and Gaskets
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised February 6, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 25 - 2
CONNECTION TO EXISTING WATER MAINS
Page 2 of 8
1 7. Section 33 11 10 — Ductile Iron Pipe
2 1..2 PRICE AND PAYMENT PROCEDURES
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
A. Measurement and Payment
1. Connection to an existing unpressurized Fort Worth Water Distribution System
Main that does not require the City to take part of the water system out of service
a. Measurement
1) This Item is considered subsidiary to the water pipe being installed.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the unit price bid per linear foot of water pipe
complete in place, and no other compensation will be allowed.
2. Connection to an existing pressurized Fort Worth Water Distribution System Main
that requires a shutdown of some part of the water system
a. Measurement
1) Measurement for this Item shall be per each connection completed.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Connection to Existing
Water Main" installed for:
a) Various sizes of existing water distribution main
c. The price bid shall include all aspects of waking the connection including, but
not limited to:
1) Preparing submittals
2) Dewatering
3) Exploratory excavation (as needed)
4) Coordination and notification
5) Remobilization
6) Temporary lighting
7) Polyethylene encasement
8) Make-up pieces
9) Linings
10) Pavement removal
11) Excavation
12) Hauling
13) Disposal of excess material
14) Clean-up
15) Cleaning
16) Disinfection
17) Testing
3. Connection to an existing pressurized Port Worth Water Distribution System Main
by Tapping Sleeve and Valve:
a. Measurement
1) Measurement for this Item shall be per each connection completed.
b. Payment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 6, 2013
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 25 - 3
CONNECTION TO EXISTING WATER MAINS
Page 3 of 8
1 1) The work performed and the materials furnished in accordance with this
2 Item shall be paid for at the unit price bid per each "Tapping Sleeve and
3 Valve" installed for:
4 a) Various sizes of connecting main
5 b) Various sizes of existing water distribution main
6 c. The price bid shall include all aspects of making the connection including, but
7 not limited to:
8 1) Preparing submittals
9 2) Dewatering
10 3) Exploratory excavation (as needed)
11 4) Coordination and notification
12 5) Tapping Sleeve and Tapping Valve
13 6) Remobilization
14 7) Temporary lighting
15 8) Polyethylene encasement
I6 9) Make-up pieces
17 10) Linings
18 11) Pavement removal
I9 12) Excavation
20 13) Hauling
21 14) Disposal of excess material
22 15) Clean-up
23 16) Cleaning
24 17) Disinfection
25 18) Testing
26 1.3 REFERENCES
27 A. Reference Standards
A 1. Reference standards cited in this ,Specification refer to the current reference
29 standard published at the time of the latest revision date logged at the end of this
30 Specification, unless a date is specifically cited.
31 2. American Society of Mechanical Engineers (ASME):
32 a. B 16.1, Gray Iron Pipe Flanges and .Flanged Fittings Classes 25, 125 and 250)
33 3. ASTM International (ASTM):
34 a. A36, Standard Specification for Carbon Structural Steel.
35 b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for
36 High Temperature or High Pressure Service and Other Special Purpose
37 Applications
38 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High
39 Pressure or High Temperature Service, or Both
40 d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel.
41 e. A283, Standard Specification for Low and Intermediate Tensile Strength
42 Carbon Steel Plates.
43 f. A285, Standard Specification for Pressure Vessel PIates, Carbon Steel, Low-
44 and Intermediate -Tensile Strength.
45 g. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus.
CPPY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised February 6, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 25 - 4
CONNECTION TO EXISTING WATER MAINS
Page 4 of 8
1 h. D2000, Standard Classification System for Rubber Products in Automotive
2 Applications.
3 4. American Water Works Association (AWWA):
4 a. C200, Steel Water Pipe - 6 IN and Larger.
5 b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN.
6 c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel
7 Water Pipelines.
8 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves.
9 5. American Water Works Association/American National Standards Institute
10 (AWWA/ANSI):
11 a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems.
12 b. C I I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and
13 Fittings.
14 c. Cl 15A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron
15 Threaded Flanges.
16 6. NSF International (NSF):
17 a. 61, Drinking Water System Components Health Effects.
18 7. Manufacturers Standardization Society of the Valve and fitting Industry Inc.
19 (MSS):
20 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves.
21 1.4 ADMINISTRATIVE REQUIREMENTS
22
A. Pre -installation Meetings
23
1.
Required for any connections to an existing, pressurized 16-inch or larger City
24
water distribution system main that requires a shutdown of some part of the water
25
system
26
2.
May also be required for connections that involve shutting water service off to
27
certain critical businesses
28
3.
Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time
29
for the work to occur.
30
4.
The meeting shall include the Contractor, City Inspector and City Valve Crew.
31
5.
Review work procedures as submitted and any adjustments made for current field
32
conditions.
33
6.
Verify that all valves and plugs to be used have adequate thrust restraint or
34
blocking.
35
7.
Schedule a test shutdown with the City.
36
8.
Schedule the date for the connection to the existing system.
37
B. Scheduling
38
1.
Schedule work to make all connections to existing 16-inch and larger mains:
39
a. During the period from November through April, unless otherwise approved by
40
the City
41
b. During normal business hours from Monday through Friday, unless otherwise
42
approved by the City
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised February 6, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
331225-5
CONNECTION TO EXISTING WATER MAINS
Page 5 of 8
1 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to
2 planned disruption to the existing water system.
3 a. In the event that other water system activities do not allow the existing main to
4 be dewatered at the requested time, schedule work to allow the connection at an
5 alternate time acceptable to the City.
6 1) ff water main cannot be taken out of service at the originally requested
7 time, coordination will be required with the City to discuss rescheduling
8 and compensation for mobilization.
9 2) No additional payment will be provided if the schedule was altered at the
10 Contractor's request.
11 1.5 SUBMITTALS
12 A. Submittals shall be in accordance with Section 0133 00.
13 B. All submittals shall be approved by the City prior to delivery and/or fabrication for
14 specials.
15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
16 A. Product Data, if applicable
17 1. Tapping Sleeve noting the pressure rating and coating system supplied including:
18 a. Dimensions, weights, material list, and detailed drawings
19 b. Maximum torque recommended by the manufacturer for the valve by size
20 B. Submittals
21 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required
22 by City that includes:
23 a. Results of exploratory excavation
24 b. Dewatering
25 c. Procedure for connecting to the existing water main
26 d. Time period for completing work from when the water is shut down to when
27 the main is back in service
28 e. Testing and repressurization procedures
29 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe
30 must be certified and provide Welding Certificates, upon request, in accordance
31 with AWWA C200.
32 1.7 CLOSEOUT SUBMITTALS [NOT USED]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
35 1.10 DELIVERY, STORAGE, AND HANDLING
36 A. Storage and Handling Requirements
37 1. Protect parts so that no damage or deterioration occurs during a prolonged delay
38 from the time of shipment until installation is completed.
39 2. Protect all equipment and parts against any damage during a prolonged period at the
40 site.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised February 6, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 25 - 6
CONNECTION TO EXISTING WATER MAINS
Page 6of8
1 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly
2 built and securely bolted thereto.
3 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion.
4 S. Prevent plastic and similar brittle items from being exposed to direct sunlight and
5 extremes in temperature.
6 6. Secure and maintain a location to store the material in accordance with Section 01
7 6600.
8 1.11 FIELD [SITE] CONDITIONS [NOT USED]
9 1.12 WARRANTY
10 A. Manufacturer Warranty
11 1. Manufacturer's warranty shall be in accordance with Division 1.
12 PART 2 - PRODUCTS
13 2.1 OWNER -FURNISHED [opt] OWNER -SUPPLIED PRODUCTS [NOT USED]
14 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
15 A. Manufacturers
16 J. Only the manufacturers as listed by the City's Standard Products List will be
17 considered as shown in Section 01 60 00.
18 a. The manufacturer must comply with this Specification and related Sections.
19 2. Any product that is not listed on the Standard. Products List is considered a
20 substitution and shall be submitted in accordance with Section 01 25 00.
21 B. Description
22 1. Regulatory Requirements
23 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of
24 this Specification.
25 b. All valve components in contact with potable water shall conform to the
26 requirements of NSF 61.
27 C. Tapping Sleeve Materials
28 1. Body
29 a. Body: Carbon Steel per ASTMA283 Grade C, ASTM A285 Grade C, ASTM
30 A36 Steel or equal
31 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness, Fusion
32 applied per AWWA C213.
33 c. All buried tapping sleeves shall be provided with polyethylene encasement in
34 accordance with AWWA/ANSI C105/A21.5.
35 1) Polyethylene encasement shall be in accordance with Section 33 11 10.
36 2. Flange
37 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME
38 B16.1 Class 125.
39 b. Recessed for tapping valve per MSS SP-60
CITY OF FORT WORTH SMALL 1DIAMI;TER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised February 6, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 25 - 7
CONNECTION TO EXISTING WATER MAINS
Page 7 or 8
1 3. Bolts and Nuts
2 a. Flanged Ends
3 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe
4 material.
5 2) Provide bolts and nuts in accordance with Section 33 1105.
6 4. Gaskets
7 a. Provide gaskets in accordance with Section 33 1105.
8 5. Test Plug
9 a. %-inch NPT carbon steel with square head and fusion bonded epoxy coating
10 2.3 ACCESSORIES [NOT USED]
11 2.4 SOURCE QUALITY CONTROL [NOT USED]
12 PART 3 - EXECUTION
13 3.1 INSTALLERS [NOT USED]
14 3.2 EXANIINATION
15 A. Verification of Conditions
16 1. Verify by exploratory excavation, if needed, that existing water main is as depicted
17 in the Drawings and that the Iocation is suitable for a connection to the existing
18 water main.
19 a. Excavate and backtill trench for the exploratory excavation in accordance with
20 33 05 10.
21 2. Verify that all equipment and materials are available on —site prior to the shutdown
22 of the existing main.
23 3. Pipe lines shall be completed, tested and authorized for connection to the existing
24 s)rstem in accordance with Section 33 04 40.
25 3.3 PREPARATION [NOT USED]
26 3.4 INSTALLATION
27 A. General
28 1. Upon disruption of the existing water main, continue work until the connection is
29 complete and the existing water main is back in service.
30 B. Procedure
31 1. Expose the proposed connection point in accordance with Section 33 05 10.
32 2. Dewater the existing water line so the chlorinated water is not unlawfully
33 discharged.
34 3. Maintain the water that may bleed by existing valves or plugs during installation
35 within the work area to a reasonable level.
36 a. Control the water in such a way that it does not interfere with the proper
37 installation of the connection or create a discharge of chlorinated water.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 6, 2013
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
331225-8
CONNECTION TO EXISTING WATER MAINS
Page 8 of 8
1
4: If any discharge of chlorinated water occurs, discharged water shall be de-
1
chlorinated in accordance with Section 33 04 40
3
5. Cut and remove existing water main in order to make the connection.
4
6. Verify that the existing pipe line is suitable for the proposed connection.
5
7. Place trench foundation and bedding in accordance with 33 05 10.
6
8. In the event that a tapping sleeve and valve is used, the coupon from the existing
7
water main shall be submitted to the City.
8
9. Prevent embedment, backfili, soil, water or other debris form entering the pipeline.
9
10. Establish thrust restraint as provided for in the Drawings.
10
11. Cleans and disinfect the pipeline associated with the connection in accordance with
I
Section 33 04 40.
12
12. Place embedment to the top of the pipe zone.
13
13, Request that the City Valve Crew re -pressurize the pipeline.
14
14. Directionally flush the connection in accordance with Section 33 04 40.
15
15. Request that City Valve Crew open all remaining valves.
16
3.5
REPAIRIRESTORATION [NOT USED]
17
3.6
RE -INSTALLATION [NOT USED]
18
3.7
FIELD [oR] SITE QUALITY CONTROL [NOT USED]
19
3.8
SYSTEM STARTUP [NOT USED]
20
3.9
ADJUSTING [NOT USED]
21
3.10
CLEANING [NOT ]USED]
22
3.11
CLOSEOUT ACTIVITIES [NOT USED]
23
3.12
PROTECTION [NOT USED]
24
3.13
MAINTENANCE [NOT USED]
25
3.14
ATTACHMENTS [NOT USED]
26
27
28
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
12/20/2012
D. Johnson
2.2.C.3 and 4 — Added reference to Section 33 11 05 and removed bolt, nut and
gasket material specification
2/6/2013
D. Townsend
3A.13.4 Modified to refer to Section 33 04040
CITY OF FORT WORTH SMALL DIAMETF,R WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised February 6, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 40 - 1
FIRE HYDRANTS
Page 1 of 7
I SECTION 33 12 40
2 FIRE HYDRANTS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Dry -barrel fire hydrants with 5'/4-inch main valve for use with potable water mains
7 B. Deviations from this City of Fort Worth Standard Specification
8 1.2 PRICE AND PAYMENT PROCEDURES
9 A. Measurement and Payment
10 3. The price shall include:
11 c. Extension barrel and stem shall be per vertical foot over X-6" in
I2 Miscellaneous Contracts.
13 C. Related Specification Sections include, but are not necessarily limited to:
14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
15 2. Division 1 — General Requirements
16 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill
17 4. Section 33 04 40 Cleaning and Acceptance Testing of Water Mains
18 5. Section 33 11 10 — Ductile Iron Pipe
19 6. Section 33 11 11 —Ductile Iron Fittings
20 7. Section 33 11 14 — Buried Steel Pipe and Fittings
21 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve
22 1.2 PRICE AND PAYMENT PROCEDURES
23 A. Measurement and Payment
24 1. Measurement
25 a. Fire Hydrant and Extension
26 1) Measurement for this item shall be by the each hydrant, complete in place.
27 2. Payment
28 a. The work performed and materials furnished in accordance with this Item and
29 measured under "Measurement" will be paid for at the unit prices bid per each
30 "Fire Hydrant" installed.
31 3. The price bid shall include:
32 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the
33 Drawings
34 b. Dry -Barrel Fire Hydrant assembly from base to operating nut
35 c. Extension barrel and stem
36 d. Adjusting hydrant to the appropriate height
37 c. Painting
38 f Pavement Removal
39 g. Excavation
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised .Ianuary 3, 2014
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 20I9
City Project No. 102197
33 12 40 - 2
FIRE HYDRANTS
Page 2 of 7
1 h. Freight, loading, unloading and handling
2 i. Disposal of excess material
3 j. Furnish, placement and compaction of embedment
4 k. Furnish, placement and compaction of backfill
5 1, Blocking, Braces and Rest
6 m. CIean up
7 n. Disinfection
8 o. Testing
9 1.3 REFERENCES
10 A. Definitions
11 1. Base: The lateral connection to the fire hydrant lead; also called a shoe
12 B. Reference Standards
13 1. Reference standards cited in this Specification refer to the current reference
14 standard published at the time of the latest revision date logged at the end of this
15 Specification, unless a date is specifically cited.
16 2. American Water Works Association (AWWA):
17 a. C502, Dry -Barrel Fire Hydrants
18 b. Manual of Water Supply Practices M17 (AWWA Manual M17) —Installation,
19 Field Testing, and Maintenance of Fire Hydrants
20 3. NSF International
21 a. 61, Drinking Water System Components —Health Effects
22 4. National Fire Protection Association (NFPA)
23 a. 1963, Standard for Fire Hose Connections
24 5. Underwriters Laboratories, Inc. (UL)
25 a. 246, Hydrants for Fire -Protection Service
26 6. Factory Mutual (FM)
27 a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for
28 Private Fire Service
29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
30 1.5 SUBMITTALS
31 A. Submittals shall be in accordance with Section 0133 00.
32 B. All submittals. shall be approved by the City prior to construction.
33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
34
A. Product Data
35
1. Dry -Barrel Fire Hydrant stating:
36
a.
Main valve opening size
37
b.
Nozzle arrangement and sizes
38
c.
Operating nut size
39
d.
Operating nut operating direction
40
e.
Working pressure rating
41
f.
Component assembly and materials
42
g.
Coatings and Finishes
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised January 3, 2014 RELOCATIONS CONTRACT 2019
City Project No. 102197
33 I2 40 - 3
FIRE HYDRANTS
Page 3 of 7
1
1.7
CLOSEOUT SUBMITTALS [NOT USED]
2
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
3
1.9
QUALITY ASSURANCE
4
A. Qualifications
5
1. Manufacturers
6
a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer.
7
1) Change orders, specials and field changes may be provided by a different
8
manufacturer upon City approval.
9
2. Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and
10
FM 1510.
11
1.10
DELIVERY, STORAGE, AND HANDLING
12
A. Storage and Handling Requirements
13
1. Store and handle in accordance with the guidelines as stated in AWWA C502 and
14
AWWA Manual MIT
15
2. Protect all parts so that no damage or deterioration will occur during a prolonged
16
delay from the•time of shipment until installation is completed and the units and
17
equipment are ready for operation.
18
3. Protect all equipment and parts against any damage during a prolonged period at the
19
site.
20
4. Protect the finished surfaces of all exposed flanges by wooden blank flanges,
21
strongly built and securely bolted thereto.
22
5. Protect fmished iron or steel surfaces not painted to prevent rust and corrosion.
23
6. Prevent plastic and similar brittle items from being directly exposed to sunlight or
24
extremes in temperature.
25
7. Secure and maintain a location to store the material in accordance with Section 01
26
6600.
27
111
FIELD CONDITIONS [NOT USED]
28
1.12
WARRANTY
29
A. Manufacturer Warranty
30
1. Manufacturer's Warranty shall be in accordance with Division 1.
31 PART 2 - PRODUCTS
32 2.1 OWNER -FURNISHED [oRj OWNER SUPPLIEDPRODUCTS [NOT USED]
33 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
34 A. Manufacturers
35 1. Only the manufacturers as listed on the City's Standard Products List will be
36 considered as shown in Section 0160 00.
37 a. The manufacturer must comply with this Specification and related Sections.
38 2. Any product that is not listed on the Standard Products List is considered a
39 substitution and shall be submitted in accordance with Section 0125 00,
CITY OF PORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised January 3, 2014 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
33 12 40 - 4
FIRE HYDRANTS
Page 4 of 7
3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer
regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar
service and size.
B. Description
Regulatory Requirements
a. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA
C502 and shall meet or exceed the requirements of this ,Specification.
b. All Dry -Barrel Fire Hydrant components in contact with potable water shall
conform to the requirements of NSF 61.
C. Performance / Design Criteria
1. Capacities
a. Rated working pressure of 250 psi or greater
2. Design Criteria
a. Operating nut
I ) Uniformly tapered square nut measuring:
a) 1 inch at the base
b) '/x inch at the top
2) Open by turning the operating nut to the right clockwise}
a) Provide operating direction clearly marked with an arrow and the word
"OPEN".
3) Provide weather shield with operating nut.
b. Main Valve
1) Minimum 51/4-inch opening
2) Compression type
a) Opening against pressure
b) Closing with pressure
c. Nozzles
1) `T' shape, 3 nozzle arrangement
2) Nozzle sizes, threads and configuration in accordance with NFPA 1963
a) Hose nozzles
(1) 2 x 2'/2-inch (nominal size of connection)
(a) 180 degrees apart
(b) Thread Designation 2.5-7.5 NH (NFPA 1963)
b) Pump nozzle
(1) 4-inch (nominal size of connection)
(a) Thread Designation 4-4 NH (NFPA 1963)
d. Hydrant Barrel Configuration
1) Upper barrel
2) Breakable flange and stem
a) To be installed above ground at the connection to the upper barrel
3) Extension barrel (if needed) and lower barrel
a) Extension barrel and stem
(1) Lengthen in 6-inch increments
e. Drain Valve
1) Non -corrodible material
2) Spring operated drain valves are not allowed.
47 D. Function
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised January 3, 2014
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENI'S &
RELOCATIONS CONTRACT 2019
City Project No. 102197
331240-5
FIRE HYDRANTS
Page 5 of 7
1 1. Drain Valve
2 a. Drain fire hydrant barrels when main valve is closed.
3 E. Materials
4 1. Furnish materials in accordance with AWWA C502.
5 2. Dry -Barrel Fire Hydrant Assembly
6 a. Internal parts
7 1) Threads
8 a) Provide operating thread designed to avoid metal such as iron or steel
9 threads against iron or steel parts.
10 2) Stem
11 a) ,Stem Nuts
12 (1) Provide bronze stem nuts.
13 (a) Grades per AWWA C502
14 b) Where needed, stem shall be grooved and sealed with 0-rings.
15 3. Provide crushed rock for placement around base conforming to Section 33 05 10.
16 F. Finishes
17 1, Primer Materials
18 a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502_
I9 2. Finish Materials
20 a. Dry -Barrel Fire Hydrant
21 1) Exterior
22 a) Above grade
23 (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant
24 assembly components in accordance with AWWA C502.
25 (2) Coating shall be Flynt Aluminum Paint in Silver.
26 b) Below grade
27 (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant
28 assembly components in accordance with AWWA C502.
29 2) Interior
30 a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance
31 with AWWA C502
32 2.3 ACCESSORIES
33 A. Polyethylene Encasement
34 1. Provide polyethylene encasement in accordance with Section 33 11 10.
35 B. Embedment
36 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10.
37 2.4 SOURCE QUALITY CONTROL
38 A. Tests and Inspections
39 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with AWWA
40 C502,
41 B. Markings
42 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with AWWA C502.
CITY OKFORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised January 3, 2014
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
33 12 40 - 6
FIRE HYDRANTS
Page 6 of 7
1 PART 3 - EXECUTION [NOT USED]
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATION [NOT USE,
4 3.3 PREPARATION [NOT USED]
5 3.4 INSTALLATION
6 A. General
7 1. Install in accordance with AWWA Manual of Water Supply Practice M17,
8 manufacturer's recommendations and as shown on the Drawings.
9 2. Provide vertical installation with braces, rest and blocking in accordance with City
10 Standard Details.
11 3. Excavate and backfill trenches in accordance with 33 05 10.
12 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10.
13 a. At the location of the weep holes, wrap barrel with polyethylene encasement
14 and crushed rock with filter fabric to prevent dirt and debris from entering the
15 fire hydrant.
16 5. Polyethylene encasement installation shall be in accordance with the applicable
17 portion of Section 33 11 10.
18 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated
19 in the Drawings.
20 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in
21 accordance with AWWA Manual of Water Supply Practice MI 7, to allow drain
22 outlets to operate.
23 a. The crushed rock should extend 6 inches above the drain outlets and a
24 minimum of 1 foot on all sides of the fire hydrant base.
25 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet.
26 a. Cover is measured from the invert at the fire hydrant base, vertical to ground
27 elevation.
28 b. Fittings may be used along fire lead line to ensure minimum and maximum
29 cover requirements are met.
30 3.5 REPAIR / RESTORATION [NOT USED]
31 3.6 RE -INSTALLATION [NOT USED]
32 3.7 FIELD CONTROL
33 A. Field Inspections
34 1. The Dry -Barrel Fire Hydrant and assembly shall perform as intended with no
35 deformation, leaking or damage of any kind for the pressure ranges indicated.
36 2. City inspector will issue final inspection notice to City staff.
37 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to
38 inspect and operate the hydrant, to ensure that the fire hydrant was installed in
39 accordance with AWWA Manual of Water Supply Practice MIT This includes but
40 is not limited to:
41 a. Operation of Nozzles and operating nut are not obstructed.
42 b. Drain valve is not obstructed or plugged
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised January 3, 2014 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
331240-7
FIRE HYDRANTS
Page 7 of 7
4. Keep fire hydrant wrapped or covered to identify that it is out of service until the
water line it's connected to is put in service.
B. Non -Conforming Work
1. If access and operation of the Dry -Barrel Fire Hydrant or its appurtenances do not
meet the criteria of the AWWA Manual of Water Supply Practice MI 7, the
Contractor will remedy the situation criteria, at the Contractor's expense.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
3.14 ATTACHMENTS
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
2.2.F.2.a.1).a).(2) Added paint manufacturer specification
12/20/2012
D. Johnson
2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread
Designations
Specification Modified to be in accordance with the Reduction of Lead in Drinking
Water Act (P.L. 111-380) — All material s to be lead-free in accordance with this act.
11/27/2013
D. Townsend
Sections modified are 1.I.A.1, 1.9.A.2, and 2.2.E.1
Sections added are 1.3.A.2, 1.3.13.7, 1.6.B.1, 2.2.13.Le, 2.4.13.2
H.R. 3598 (P.L. 113-64) signed into law 1/2/2014 waived Reduction oifLead in
Drinking Water Act (P.L. 111-380) requirement for fire hydrant. All previous
revisions related to "lead-free" requirement are now deleted including those revisions
1/3/2014
D. Townsend
made 11/27/2013, those being:
Sections modified are 1.1.A.1, I.9.A.2, and 2.2.E.1
Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1, 2.2.13.Le, 2.4.13.2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised January 3, 2014
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No, 102197
347113-I
TRAFFIC CONTROL
Page 1 of 6
1 SECTION 34 7113
2 TRAFFIC CONTROL
3 PART1- GENERAL
4 1.1 SIJNLM"Y
5 A. Section Includes:
6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. TRAFFIC CONTROL
9 The contractor will be required to obtain a "Street Use Permit" (0.1-55.-26)
10 prior to starting work. As part of the "Street Use Permit", a traffic control
11 plan is required. The contractor shall be responsible for providing traffic
12 control during the construction of each work order consistent with the
13 provisions set forth in the latest edition of the "Texas Manual on Uniform
14 Traffic Control Devices" (TMUTCD).
15 Unless otherwise included as part of the work order, the contractor shall
16 submit a traffic control plan (duly sealed, signed and dated by a Registered
17 Professional Engineer (P.E) in the State of Texas), to the City Traffic Engineer
18 at or before the start of each work order. The P.E. preparing the traffic
19 control plan may utilize standard traffic reroute configurations posted as
20 "Typicals" on the City's Buzzsaw website. Although the work will not begin
21 until the traffic control plan has been reviewed and approved, the contractor's
22 time will begin in accordance with the timeframe mutually established in the
23 "Notice to Proceed" issued the contractor.
24 Work shall not be performed on certain streets / locations during "peak traffic
25 periods" as determined by the City Traffic Engineer and in accordance with
26 the applicable provision of the "City of Fort Worth Traffic Control Handbook
27 for Construction and Maintenance Work Areas".
28 Payment for Traffic Control shall cover the design, installation and
29 maintenance of the Traffic Control plan and devices required at the
30 appropriate unit price bid.
31 C. Related Specification Sections include, but are not necessarily Iimited to:
32 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract
33 2. Division 1-- General Requirements
34 1.2 PRICE AND PAYMENT PROCEDURES
35 A. Measurement and Payment
36 1. Installation of Traffic Control Devices
37 a. Measurement
38 1) Measurement for Traffic Control Devices shall be per month for the Project
39 duration.
40 a) A month is defined as 30 calendar days.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
3471 13 - 2
TRAFFIC CONTROL
Page 2 of 6
1 b. Payment
2 1) The work performed and materials furnished in accordance with this Item
3 and measured as provided under "Measurement" shall be paid for at the
4 unit price bid for "Traffic Control".
5 c. The price bid shall include:
6 1) Traffic Control implementation
7 2) Installation
8 3) Maintenance
9 4) Adjustments
10 5) Replacements
11 6) Removal
12 7) Police assistance during peak hours
13 2. Portable Message Signs
14 a. Measurement
15 1) Measurement for this Item shall be per week for the duration of use.
16 b. Payment
17 I) The work performed and materials furnished in accordance to this Item and
18 measured as provided under "Measurement" shall be paid for at the unit
19 price bid per week for "Portable Message Sign" rental.
20 c. The price bid shall include:
21 1) Delivery of Portable Message Sign to Site
22 2) Message updating
23 3) Sign movement throughout construction
24 4) Return of the Portable Message Sign post -construction
25 3. Preparation of Traffic Control Plan Details
26 a. Measurement
27 1) Measurement for this Item be per each Traffic Control Detail prepared.
28 b. Payment
29 1) The work performed and materials furnished in accordance with this Item
30 shall be paid for at the unit price bid per each "Traffic Control Detail"
31 prepared.
32 c. The price bid shall include:
33 1) Preparing the Traffic Control Plan Details for closures of 24 hours or
34 longer
35 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices
36 (TMUTCD)
37 3) Obtaining the signature and seal of a licensed Texas Professional Engineer
38 4) Incorporation of City comments
39 1.3 REFERENCES
40 A. Reference Standards
41 1. Reference standards cited in this Specification refer to the current reference
42 standard published at the time of the latest revision date logged at the end of this
43 Specification, unless a date is specifically cited.
44 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
45 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of
46 Transportation, Standard Specifications for Construction and Maintenance of
47 Highways, Streets, and Bridges.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
34 71 13 - 3
TRAFFIC CONTROL
Page 3 of 6
1 1.4 ADMINISTRATIVE REQUIREMENTS
2 A. Coordination
3 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to
4 implementing Traffic Control within 500 feet of a traffic signal.
5 B. Sequencing
6 1. Any deviations to the Traffic Control Plan included in the Drawings must be first
7 approved by the City and design Engineer before implementation.
8 1.5 SUBMITTALS
9 A. Provide the City with a current list of qualified flaggers before beginning flagging
10 activities. Use only flaggers on the qualified list.
I I B. Obtain a Street Use Permit from the Street Management Section of the Traffic
12 Engineering Division, 311 W. 106' Street. The Traffic Control Plan (TCP) for the
13 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set.
14 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit.
15 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional
16 Engineer.
17 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or
18 Specifications. The Contractor will be responsible for having a licensed Texas
19 Professional Engineer sign and seal the Traffic Control Plan sheets.
20 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan.
21 P. Contractor responsible for having a licensed Texas Professional Engineer sign and seal
22 changes to the Traffic Control Plan(s) developed by the Design Engineer.
23 G. Design Engineer will furnish standard details for Traffic Control.
24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
25 1.7 CLOSEOUT SUBMITTALS [NOT USED]
26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
27 1.9 QUALITY ASSURANCE [NOT USED]
28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
29 1.11 FIELD [SITE] CONDITIONS [NOT USED]
30 1.12 WARRANTY [NOT USED]
31 PART 2 - PRODUCTS
' 32 2.1 OWNER FURNISHED loRl OWNER -SUPPLIED PRODUCTS [NOT USED]
33 2.2 ASSEMBLIES AND MATERIALS
34 A. Description
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
3471 13 - 4
TRAFFIC CONTROL
Page 4 of 6
1 1. Regulatory Requirements
2 a. Provide Traffic Control Devices that conform to details shown on the
3 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control
4 Device List (CWZTCDL).
5 2. Materials
6 a. Traffic Control Devices must meet all reflectivity requirements included in the
7 TMUTCD and TxDOT Specifications Item 502 at all times during
8 construction.
9 b. Electronic message boards shall be provided in accordance with the TMUTCD.
10 2.3 ACCESSORIES [NOT USED]
11 2.4 SOURCE QUALITY CONTROL [NOT USED]
12 PART 3 - EXECUTION
13 3.1 EXAMINATION [NOT USED]
14 3.2 PREPARATION
15 A. Protection of In -Place Conditions
16 1. Protect existing traffic signal equipment.
17 3.3 INSTALLATION
18
A.
Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on
19
the Drawings and as directed.
20
B.
Install Traffic Control Devices straight and plumb.
21
C.
Do not make changes to the location of any device or implement any other changes to
22
the Traffic Control Plan without the approval of the Engineer.
23
1. Minor adjustments to meet field constructability and visibility are allowed.
24
D.
Maintain Traffic Control Devices by taking corrective action as soon as possible.
25
1. Corrective action includes but is not limited to cleaning, replacing, straightening,
26
covering, or removing Devices.
27
2. Maintain the Devices such that they are properly positioned, spaced, and legible,
28
and that retroreflective characteristics meet requirements during darkness and rain.
29
E.
If the Inspector discovers that the Contractor has failed to comply with applicable federal
30
and state laws (by failing to furnish the necessary flagmen, warning devices, barricades,
31
lights, signs, or other precautionary measures for the protection of persons or property), the
32
Inspector may order such additional precautionary measures be taken to protect persons
33
and property.
34
F.
Subject to the approval of the Inspector, portions of this Project, which are not affected by
35
or in conflict with the proposed method of handling traffic or utility adjustments, can be
36
constructed during any phase.
37
G.
Barricades and signs shall be placed in such a manner as to not interfere with the sight
38
distance of drivers entering the highway from driveways or side streets.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
347113-5
TRAFFIC CONTROL
Page 5 of 6
1 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may
2 be erected and mounted on portable supports.
3 1. The support design is subject to the approval of the Engineer.
4 I. Lane closures shall be in accordance with the approved Traffic Control PIans.
5 J. If at any time the existing traffic signals become inoperable as a result of construction
6 operations, the Contractor shall provide portable stop signs with 2 orange flags, as
7 approved by the Engineer, to be used for Traffic Control.
8 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal
9 turn-ons, street Iight pole installation, or other construction will be done during peak traffic
10 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm).
11 L. Flaggers
12 1. Provide a Contractor representative who has been certified as a flagging instructor
13 through courses offered by the Texas Engineering Extension Service, the American
14 Traffic Safety Services Association, the National Safety Council, or other approved
15 organizations.
16 a. Provide the certificate indicating course completion when requested.
17 b. This representative is responsible for training and assuring that all flaggers are
18 qualified to perform flagging duties.
19 2. A qualified flagger must be independently certified by I of the organizations listed
20 above or trained by the Contractor's certified flagging instructor.
21 3. Flaggers must be courteous and able to effectively communicate with the public.
22 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals
23 and follow the flagging procedures set forth in the TMUTCD.
24 5. Provide and maintain flaggers at such points and for such periods of time as may be
25 required to provide for the safety and convenience of public travel and Contractor's
26 personnel, and as shown on the Drawings or as directed by the Engineer.
27 a. These flaggers shall be located at each end of the lane closure.
28 M. Removal
29 1. Upon completion of Work, remove from the Site all barricades, signs, cones, Iights
30 and other Traffic Control .Devices used for work -zone traffic handling in a timely
31 manner, unless otherwise shown on the Drawings.
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised November 22, 2013 RELOCATIONS CONTRACT 2019
City Project No. 102197
1
2
3
4
5
6
7
8
9
10
11
12
13
3471 13 -6
TRAFFIC CONTROL
Page 6 of
3.4 REPAIR 1 RESTORATION [NOT USED]
3.5 RE -INSTALLATION [NOT USED]
3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.7 SYSTEM STARTUP [NOT USED]
3.8 ADJUSTING [NOT USED]
3.9 CLEANING [NOT USED]
3.10 CLOSEOUT ACTIVITIES [NOT USED]
3.11 PROTECTION [NOT USED]
3.12 MAINTENANCE [NOT USED]
313 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
11/22/13
S. Arnold
Added police assistance, requirement for when a site specific TCP is required
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
APPENDIX
GC-4.01 Availability of Lands - None
GC-4.02 Subsurface and Physical Conditions - None
GC-4.04 Underground Facilities - None
GC-4.06 Hazardous Environmental Condition at Site - None
GC-6.06.1) Minority and Women Owned Business Enterprise Compliance
MBE Specifications — Special Instructions for Bidders
MBE Subcontractors / Suppliers Utilization Form
MBE Prime Contractor Waiver Form
MBE Good Faith Effort Form
MBE Joint Venture Eligibility Form
GC-6.07 Wage Rates
2013 Prevailing Wage Rates (Heavy and Highway Construction Project)
GC-6.09 Permits and Utilities - None
GC-6.24 Nondiscrimination - None
GR 01 60 00 Product Requirements -None
CITY OF FORT WORTH SMALL DIAMETER WATER MAIN
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS, REPLACEMENTS &
Revised July 1, 2011 RELOCATIONS CONTRACT 2019
City Project No. 102197
GC-4.01 Avaff ability ®f Lands
THIS IMAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102I97
C-41o02 Subsurface end Physicals Conditions
TMS PAGE LEFT INTIENTRONAI:'LLY FLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
GC-4o04 Underground Facilities
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
GC-4®06 nazardous Environmental Condition at Site
THIS PAGE LEFT INTENTIONALLY BLANK _
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
GC-6o06oD Minority and Women Owned Business
Enterprise Compliance
MBE Specifications — Special Instructions to Bidders
1 MBE — Subcontractors / suppliers Utilization Form
I
MBE — Prune Contractor Waiver Forte
MBE -- Good. Faith Effort Form
MBE — Joint Venture ]Eligibility Form
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
FORTWORTH
City or Fort North
Minority Business Enterprise Specifications
SPECIAL. INSTRUCTIONS FOR OFFERORS
PLICATION OF POLICY
If the total dollar value of the contract is $60,000 or more, then a MBE subcontracting goal is applicable.
POLICY STATEMENT
It is the poiicy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises
(MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current
Business Diversity Enterprise Ordinance applies to this bid.
The City's MBE goal on this project is
MBE PROJECT COALS
% of the base bid value of the contract.
Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a
MBE Utilization Form and a SBE Utilization Form to be deemed responsive.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with
the intent of the City's Business Diversity Enterprise Ordinance by one of the following:
1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or;
3. Good Faith Effort documentation, or;
4. Prime Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Purchasing Division, within the following times allocated, in order
for the entire bid to be considered responsive to the specifications. The Offeror shall deliver [he firiEE doc�urnantation in
Pierson to the appropriate amployee of the purchasing division and obtain a daiallime recoipt. Such recelpl shall be
evidence that the City received the documentation in the time allocated. A faxed andlor emailed copy will not be
accepted.
1. Subcontractor Utilization Form, if goal is
received no later than 2:00 p.m., on the second City business day
met or exceeded:
after the bid opening date, exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor
received no later than 2:00 p.m., on the second City business day
Utilization Form, if participation is less than
after the bid opening date, exclusive of the bid opening date.
stated goal:
3. Good Faith Effort and Subcontractor
received no later than 2:00 p.m., on the second City business day
Utilization Form, if no MBE participation:
after the bid opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will
received no later than 2:00 p.m., on the second City business day
perform all subcontracting/supplier work:
after the bid opening date, exclusive of the bid opening date.
S. Joint Venture Form, if goal is met or
received no later than 2:00 p.m., on the second City business day
exceeded:
after the bid opening date, exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN
THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS.
FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WiLL RESULT IN THE BID BEING CONSIDERED
NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A
PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION
PERIOD OF THREE YEARS.
Any questions, please contact the MIWBE Office at (817) 212-2674.
Rev. 2/10/15
ATTACHMENT 1A
Page 1 of 4
FORT WORTH City of Fort Worth
Minority Business Enterprise
MBE Subcontractors/Suppliers Utilization Form
OFFEROR COMPANY NAME: Check applicable block to describe
Offeror
PROJECT NAME: NON-MfW/DBE
BID DATE
City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER
% %
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing
Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive Of bid opening date,
will result in the bid being considered non -responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization
schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing
misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non -responsive to bid specifications.
MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of
bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic
area of Tarrant, Dallas, Denton, Johnson, Parker. and Wise counties.
Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of
subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a
subcontractor is considered 15t tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime
contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and
counting those dollars towards meeting the contract committed goal.
ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority
business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that
the City may deem appropriate and accepted by the City of Fort Worth.
If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease
trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may
lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and
commissions earned by the MBE as outlined in the lease agreement.
Rev. 2/10/15
FORT WORTH ATTACHMENT IA
Page 2 of 4
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., l9linorii y aiid non-14 B13 6. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
NCTRCA N
' SUBCONTRACTORISUPPLIER
Company Name T n Detail Detail
Address i M W Subcontracting Supplies Dollar Amount
Telephone/Fax e B B B Work Purchased
Email E
Contact Person E
I
Rev. 2110I15
�R_ .,�` T ATTACHMENT 1A
Page 3 of 4
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., iMinority and non -MBE,-. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
NCTRCA N
SUBCONTRACTOWSUPPLIER °
Company Name T n Detail Detail
Address i Subcontracting Supplies
� M W Dollar Amount
Telephone/Fax r B B BM Work Purchased
Email E E
Contact Person E
El El
Rev. 2/10115
FORTWORTH
ATTACHMENT IA
Page 4 of 4
Total Dollar Amount of MBE Subcontractors/Suppliers 1
Total Dollar Amount of Non-iw11BE Subcontractors/Suppliers I
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS 1 $
The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the
Minority and Women Business Enterprise Office through the submittal of a Request for Approval o
Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result
in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed
explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail
explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and
any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with
owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that
will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee
of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract
or debarment from City work for a period of not less than three (3) years and for initiating action under Federal,
State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material
breach of the contract and may result in a determination of an irresponsible Offeror and debarment from
participating in City work for a period of time not less than one (1) year.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Printed Signature
Contact Name/Title (if different)
Telephone and/or Fax
E-mail Address
Date
Rev. 2110/15
ATTACHMENT 1 B
Page 1 of 1
City of Fort Worth
Minority Business Enterprise Specifications
Prime Contractor Waiver Form
OFFEROR COMPANY NAME: Check applicable block to describe prime
PROJECT NAME;
NON-MAN/DBE
BID DATE
City's MBE Project Goai: Offeror's MBE Project Commitment: PROJECT NUMBER
%
If both answers to this form are YES, do not complete ATTACHMENT IC (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes.
Failure to complete this form in its entirety and be received by the Purchas"Ing Division no later than 2:00
p.m., on the second city business day after bid opening, exclusive of the bid opening date, will result in
the bid being considered non -responsive to bid specifications.
Will you perform this entire contract without subcontractors?
YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an operational profile of your business.
NO
Will you perform this entire contract without suppliers?
YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business.
NO
The Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and
any proposed changes to the original. MBE(s) arrangements submitted with this bid. The Offeror also agrees to
allow an audit and/or examination of any books, records and files held by their company that will substantiate the
actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local
laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract
and may result in a determination of an irresponsible Offeror and barred from participating in City work for a
period of time not less than one (1) year.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Printed Signature
Contact Name (if different)
Phone Number Fax Number
Email Address
Date
Rev. 2110115
ATTACHMENT I
Page 1 of 4
FORT WORTH City of Fort Worth
Minority Business Enterprise
MBE (good Faith Effort Fora/
OFFEROR COMPANY NAME: Check applicable block to describe
Offeror
PROJECT NAME:
MNVTBE NON-MNVIDBE
BID DATE
City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER
%
If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this
form.
w
if the Offeror's method of compliance with the MBE goal is based upon demonstration of a
"good faith effort", the Offeror will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 11 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation of the facts or intentional discrimination by the Offeror.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive
of bid opening date, will result in the bid being considered non -responsive to bid specifications.
1.j Please list each and every subcontracting andlor supplier opportunity for the completion of this
project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT HST NAMES OF;
FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity
regardless of tier.
aaamonal sneers. Ir
I List of Subcontracting Opportunities I List of Supplier Opportunities I
Rev. 2110/15
ATTACHMENT IC
Page 2 of 4
2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors
and/or suppliers from the City's MIWBE Office.
Yes Date of Listing 1 1
No
3.) ' Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at feast ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened?
Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.)
No
4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at feast ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
Yes (If yes, attach list to include name Of MBE firm, person contacted, phone number and date and time of contact.)
No
5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are
opened?
Yes (if yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is
returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the
facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation"
documentation may render the GFE non -responsive,)
No
6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened?
Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned
as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for
proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may
render the GFE non- responsive.)
No
NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method
must be applied to the applicable contract. The Offeror must document that either at least two attempts
were made using two of the four methods or that at least one successful contact was made using one of
the four methods in order to be deemed responsive to the Good Faith Effort requirement.
NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier
opportunity to be in compliance with questions 3 through 6.
7.) Did you provide plans and specifications to potential MBEs?
Yes
No
8.) Did you provide the information regarding the location of plans and specifications in order to assist
the MBEs?
Yes
No
Rev. 2110115
ATTACHMENT 1 C
Page 3 of 4
9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set?
Yes (if yes, attach all copies of quotations.)
No
10.) Was the contact information on any of the listings not valid?
Yes (If yes, attach the information that was not valid in order for the MIWBE Office to address the corrections
needed.)
No
11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the
forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting
documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute
concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any
relevant documentation by City personnel.
(Please use additional sheets, if necessaiy, and attach) _
Compan Name Telephone Contact Person Scope of Work Reason for Resection
ADDITIONAL, INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
MBE participation on this project.
The Offeror further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The Offeror also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than °three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any °failure to comply with this ordinance shall create a material breach of
contract and may result in a determination of an irresponsible Offeror and debarment
from participating in City work for a period of time not less than one (1) year.
Rev. 2/10115
ATTACHMENT 'IC
Page 4 of 4
The undersigned certifies that the information provided and the MBE(s) listed waslwere
contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be
contacted and the reasons for not using them will be verified by the City's IVI[WBE
Office.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Printed Signature
Contact Name and Title (if different)
Phone Number
Email Address
Date
Fax Number
Rev. 2110115
FORTWORTH
CITY OF FORT WORTH
M13E Joint Venture Efiszibility Form
All questions must be answered; use "N/A" ifnot applicable.
Name of City project:
A joint venture form must be completed on each project
RFPBid/Purchasing Number:
1. Joint venture information:
Joint Venture
Page 1 of 3
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
joint venture
MBE firm
name:
Non -MBE 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:
�z. Neu a of work pertormect t)y the Joint venture:
Describe the scone of work of the MBE: 11 Describe the scone of work of the non -MBE:
Rev. 2110/15
Joint Venture
Page 2of3
3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward
meeting the project goal?
4. Attach a copy of the joint venture agreement.
S. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement)
Profit and loss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests:
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a. Estimating
- ---------------------------------
b. Marketing and Sales
_ _-....----- --------- ------ ------------ ------
c. Hiring and Firing of management
personnel
— ----- —--------- ------ -------------
d. Purchasing of major equipment
and/or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the MBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or
the dollar amountslpercentages change from the originally approved information, then the participants must
inform the City's MIWBE Office immediately for approval. Any unjustified change or deletion shall be a
material breach of contract and may result in debarment in accord with the procedures outlined in the City's
BDE Ordinance.
Rev. 2/10/15
Joint Venture
Paqe 3 of 3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts.
Name of MBE firm
------------------------------------------------------------------------
Name of non -MBE firm
Printed Name of Owner
Printed Name of Owner
Signature of Owner
Signature of Owner
Printed Name of Owner
Printed Name of Owner
Signature of Owner
Signature of Owner
Title
Title
Date
Date
State of
On this
Notarization
County of
day of , 20 , before me appeared
and
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public
Print Nan
Notary Public
Signature
Commission Expires
(seal)
121M IM[4YAM
GC-6o07 Wage Dates
s
2013 Prevailing Wage Rates (Heavy and Highway
Construction Projects)
1 2013 Prevailing Wage Dates (Commercial
Construction Projects)
a
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
2013 PREVAILING WAGE RATES
(Heavy and Highway Construction Projects)
CLASSIFICATION DESCRIPTION
Wage Rate
Asphalt Distributor Operator
$
15.32
Asphalt Paving Machine Operator
$
13.99
Asphalt Raker
$
12.69
' Broom or Sweeper Operator
$
11.74
Concrete Finisher, Paving and Structures
$
14.12
Concrete Pavement Finishing Machine Operator
$
16.05
Concrete Saw Operator
$
14.48
Crane Operator, Hydraulic 80 tons or less
$
18.12
Crane Operator, Lattice Boom 80 Tons or Less
$
17.27
Crane Operator, Lattice Boom Over 80 Tons
$
20.52
Crawler Tractor Operator
$
14.07
Electrician
$
19.80
- Excavator Operator, 50,000 pounds or less
$
17.19
Excavator Operator, Over 50,000 pounds
$
16.99
Flagger
$
10.06
Form Builder/Setter, Structures
$
13.84
Form Setter, Paving & Curb
$
13.16
Foundation Drill Operator, Crawler Mounted
$
17.99
Foundation Drill Operator, Truck Mounted
$
21.07
Front End Loader Operator, 3 CY or Less
$
13.69
Front End Loader Operator, Over 3 CY
$
14.72
- Laborer, Common
$
10.72
Laborer, Utility
$
12.32
Loader/Backhoe Operator
$
15.18
Mechanic
$
17.68
Milling Machine Operator
$
14.32
Motor Grader Operator, Fine Grade
$
17.19
Motor Grader Operator, Rough
$
16.02
Off Road Hauler
$
12.25
Pavement Marking Machine Operator
$
13.63
Pipelayer
$
13.24
Reclaimer/Pulverizer Operator
$
11.01
Reinforcing Steel Worker
$
16.18
Roller Operator, Asphalt
$
13.08
Roller Operator, Other
$
11.51
Scraper Operator
$
12.96
Servicer
$
14.58
Small Slipform Machine Operator
$
15.96
- Spreader Box Operator
$
14.73
Truck Driver Lowboy --Float
$
16.24
Truck Driver Tra nsit-Mix
$
14.14
Truck Driver, Single Axle
$
12.31
Truck Driver, Single or Tandem Axle Dump Truck
$
12.62
Truck Driver, Tandem Axle Tractor with Semi Trailer
$
12.86
Welder
$
14.84
Work Zone Barricade Servicer
$
11.68
The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
a
2013 PREVAILING WAGE RATES
(Commercial Construction Projects)
CLASSIFICATION DESCRIPTION
Wage Rate
AC Mechanic
$
25.24
AC Mechanic Helper
$
13.67
Acoustical Ceiling Installer
$
16.83
Acoustical Ceiling Installer Helper
$
12.70
Bricklayer/Stone Mason
$
19.45
Bricklayer/Stone Mason Trainee
$
13.31
Bricklayer/Stone Mason Helper
$
10.91
Carpenter
$
17.75
Carpenter Helper
$
14.32
Concrete Cutter/Sawer
$
17.00
Concrete Cutter/Sawer Helper
$
11.00
Concrete Finisher
$
15.77
Concrete Finisher Helper
$
11.00
Concrete Form Builder
$
15.27
Concrete Form Builder Helper
$
11.00
Drywall Mechanic
$
15.36
Drywall Helper
$
12.54
Drywall Taper
$
15.00
Drywall Taper Helper
$
11.50
Electrician (Journeyman)
$
19.63
Electrician Apprentice (Helper)
$
15.64
Electronic Technician
$
20.00
Floor Layer
$
18.00
Floor Layer Helper
$
10.00
Glazier
$
21,03
Glazier Helper
$
12.81
Insulator
$
16.59
Insulator Helper
$
11.21
Laborer Common
$
10.89
Laborer Skilled
$
14.15
_ Lather
$
12.99
Metal Building Assembler
$
16.00
Metal Building Assembler Helper
$
12,00
Metal Installer (Miscellaneous)
$
13.00
Metal Installer Helper (Miscellaneous)
$
11.00
Metal Stud Framer
$
16.12
Metal Stud Framer Helper
$
12.54
Painter
$
16.44
Painter Helper
$
9.98
Pipefitter
$
21.22
Pipefitter Helper
$
15.39
Plasterer
$
16.17
Plasterer Helper
$
12.85
Plumber
$
21.98
Plumber Helper
$
15.85
Reinforcing Steel Setter
$
12.87
Page 1 of 2
Reinforcing Steel Setter Helper
$
11.08
Roofer
$
16.90
Roofer Helper
$
11.15
Sheet Metal Worker
$
16.35
Sheet Metal Worker Helper
$
13.11
Sprinkler System Installer
$
19.17
Sprinkler System Installer Helper
$
14.15
Steel Worker Structural
$
17.00
Steel Worker Structural Helper
$
13.74
Waterproofer
$
15.00
Equipment Operators
Concrete Pump
$
18.50
Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel
$
19.31
Forklift
$
16.45
Foundation Drill Operator
$
22.50
Front End Loader
$
16.97
Truck Driver
$
16.77
Weider
$
19.96
Welder Helper
$
13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted
and published by the North Texas Construction Industry (Fall 2012) Independently compiled bythe Lane Gorman
Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The
Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp
Page 2 of 2
QGC-6o09 Permits and' Utillties
THIS PAGE LEFT INTENTIONALLY LILY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
GC-6o24 Nondiscrimination
THIS IMAGE LEFT INTENTIONALLY LILY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197
GR-01 60 ®® Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SMALL DIAMETER WATER MAIN
EXTENSIONS, REPLACEMENTS &
RELOCATIONS CONTRACT 2019
City Project No. 102197