HomeMy WebLinkAboutContract 56896�u�`'�����6� i��� �
�,����"E��� ��.
,�,..
REG��,�� �r
� ��� ����.�.
��
1P����T ��7�.]L
� �O�
" T� C��TST]lt�J� 1T��1�T OF
�0�1 VV���� l��Y�n 1L��il�
]���p��� C������t
�bfy ��mject l�I�. ]1�3327
Mattie Parker
Mayor
David Cooke
City Manager
Chri.stapher Harder, P.E.
Wat�r Directar
P��p��°e� ��r
'1�'Iln� �ity of F`��t �V��th
�����° D�par��xn��t
2�21
/ �
��
[ ����������00p
A
�
`r � a,
6
4
l��Il�9�4�SAAI!'�Ds�
i�eae�e
����
� r
�-'�'r,��
1�����
������
U�'�'���.��'i� �i������
r41•� ������'�a�'
� �� 1��`�Ri'�, °i
� -��.._- -
1 �
��� ��� �
�
��t �fFo��v�i�r��
�
Standard Construction Specification
Documents
Adopted September 2011
aa o0 00
STANDARD COPIST12UCi'ION SPECIFICATIOl� DOCUIviENTS
Page l of $
sEc-riory oa ao 00
TABLE OF CONTENTS
Division 00 - General Conditions
Last Revised
00 OS 10 Ma oe and Council Comfnunication 0710I/2,011
00OS 1S Addenda 07/0I/2Q11
OD I I 13 Invitation to B idders 03/09/2020
00 2I 13 lnstructions to Bidder•s 01/05/2�21
OQ 35 13 Conflict of Interest Statenleilt 02/24/2020
DO 4I 00 Bid Form �3./0912020
00 42 43 Pro osal Form LJnit Price O1f20/2012
OQ 43 13 Bid Bond 09/11/2017
0.0 43 37 Vendor Com liance to Sta1e Law Nonresident Biddet� Q6/27/20l 1
00 45 11 Bidders Pre �alifications a7101f2�] ]
OQ 45 I2 Pre ualifieation Statemeili 07/01I201 1
00 45 I3 Bidder Fre ualiiication A lication 031�912Q20
00 45 26 Contractar Cozn liance with Warl�e�-s` Com ensation Lavv 07/� 112611
00 �45 40 Minori /Wornen Business Enter rise Goal O11a1/2021
OD 52 43 A reement 09/0b/2019
OQ 61 13 Performance Band 07/01/2011
00 6i 14 Pa ment Bond Q7/Q112011
DO 61 I9 Maintenance I3and 07/01I2011
00 61 25 Certificate of Insucance 0 710 1120 1 1
00 72 p0 Genef•al Coilditions 03/09/2020
00 73 00 Su lenientar Gonditions 03l09/202a
Divysion Q1- General Re nireme�ts Last Revised
01 11 00 Surnrn�r of W ork 12/20/2012
QI 25 00 Substitution �'rocedure� 07/01/201 I
013119 PieconstructionMeetin 0$I]7/2012
OX �� �.� C��lStXAC#1011 PI'0 1"�SS SG�"IECIU�� O7IO1/ZO11
Ol 32 33 Preconstruction Video 07/0I/20I1
O1 33 Ofl Su6mittals 12/20/2012
6i 35 13 S ecial Pro'ectProcedut•es rv/Deviations 12/20/2012
O1 45 23 Testin and Ins ectian Services �3109/202Q
0� 50 Ofl Terr� orar Facilities and Controls 07/01/2011
O1 55 2b St�eet Use Permit and Modificatians �o Traiflc Con�z�ol q3122/2021
w/Deviations
O 1 57 13 Storm Water Pollution P�•evention Plan Q7/4l /2.011
O1 58 13 Tem orai Pro'ect Si na e Q710112Q11
O1 60 00 Pr�oduct Re uireinents 03/09/2020
O 1 66 DO Froduct S#ora e and Handlin Re uirements o7ia � �zo z z
pl 70 OD Mabilization and Remobilization�vlDeviations I 1/22/2016
O] 71 23 Constt•uction Stalcin and Sui•ve 021I4/201$
Q1 74 23 Cleanin 07/01/2011
O 1 77 19 Closeout Re uirecnents 03/22/2021
CI1'Y pF FpRT WORTH 2O21 WA'I'�R MA1N LEAK
STAI�IDARD CONSTItUCTION SPECIFICATION DOCUMLNTS REPAIR CpN"I'RACT
Revised May l3, 2021 City ProjectTIo. IQ3327
aD 00 DO
S'I'AN1]ARD CQNSTRUCTIOPISPECI�iCATiON IIOCUMCNTS
Page 2 af $
O1 78 23 O eratian and Maintenance Data 12/2b/2012
O1 78 39 Pro�ect R�cord Documents 07/01/2011
Technical Specifications vvhich l�ave been modified by the Engineer speci£�caIly %r t�is
Project; hard copies are included in the P�rosect's Contract Docurnents
Date
Division 02 - �xistin Conditions Modified
D2 A� I I4 i7tili Removal/AbandonrrMent
Division 03 - Cancrete
None
Di�ision 2b - Electrical
None
Div�sion 31- Earthworli
None
Division 32 - E�terior Im rovements
32 17 23 Paveme�t Maekin s
32 3 I 13 Chain Fences and Gates
32 3 i 26 Wire Fences and Gates
32 3l 29 Wood Fences and Gates
Division 33 - UtiliEies
33 OS 14 Adjusting Manholes, inlets, Valve Baxes, and Other S�•uctures ta
Grade
33 l l i3 C. oncrete Pressure Fi e, Ba�•-Wra ed, Steel C lindex• T e
33 12 1� Watex• Services 1-inch ta 2-inch
33 12 25 Connection to E�stin Water Mains
Division 34 - Trans ortation
34 71 13 Tt•aff c Cantrol
Technical Specifications iisted belaw are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httr�:/l%rtwarthtexas.�ov/tpwlcontraciorsl
or
httus:llaans.fortwartht�s�s.�av/Proi.ectRcsources/
Division 02 - ExisEin Conditions La�t Revised
02 � 1 15 Pavin Removal 02/42/2016
Division 03 - Concrete
03 3D 00 Cast-Tn-�lace Cancrate I2/2Q/2o12
03 34 13 Controlled Low Stren h Material CLSM 12/24/2012
03 34 16 Conct•ete Base Material for Trench Re air 12/20/2012
CITY OF FORT WORTH 2�21 WATEA IvIAIN LF.AK
STAN�A1tD CONSTRUCTION SPECIFICATION DOCUIVIEN3I'S REPAIIt GONTRACT
Revised May l3, 2021 City ProjecfNo. 103327
Ot7 00 04
STANDAitD CONSTRUCTIOM SPECIFICATIbN DOCUMENTS
Page 3 of S
03 80 00 Modificatians to Existing Concrete St�•uctures 1212o/2012
Divisio�n 26 - Electrital
None
Divisioxz 31- �arthworli
31 37 QO Ri ra 12/2a12Di2
Division 32 - Exterior Zm rvvenaen�ts
32 D 1 17 Permanent As halt Pavin Re air 12/20/2012
32 O 1 18 Tem orar As halt Pavin Re air 1 212 0/2 0 1 2
32 O1 29 Concrete Pavin Re air 12/20/2012
32 1 I 23 Flexible Base Coui•ses 12/20f2012
32 12 16 As halt 1'a�vin 12/20/2012
32 13 13 Canerete Pavin 03/19/2p2I
32 13 20 Concr�te Sidewalks, Drivewa s a�ad Bai�rier Fcee Ra�n s 04/29/2021
32 13 73 Conct•ete Pavin Jaint SeaIants 12/2fl/2012
32 14 I6 Brick Unit �avin 12/20/2012
32 16 I3 Concrete Curb and Gutters arid VaLle Gutters 10/DS/2016
32 9I I9 To soil Plac��nent a�id Finishin of Pa�r�Cwa s i2/20/2012
32 92 I3 Soddin 65/13/202i
32 92 I4 Non-Native Seediii 05/131202I
Di�ision 33 - Utiiities
33 04 30 Tem orar Water Services 07/0�12D11
33 04 40 Cleanin and Ac�e tance Testin af Water Mains Q2/0612D 13
33 OS IO Uiili Trench Excat+ation, Embedment, and Backf'ilI 0 4/4 212 0 2 1
33 OS I2 Water Liqe Lowerin 12/2Q12012
33 OS I6 Conciete Water Vaults 12/20f2fl12
33 O5 20 Au er Borin 12/2QI�412
33. OS 21 Tunnel Liner Plate 12/20/2012
33 OS 22 Steal Casin Pi e 12/20/2012
33 OS �3 Hand Tunnelin 12/2Q/2012
33 OS 24 Tnstaliatian of Gart'i�t• Pi e in Casin ar `I'unnel �.inet• Plate OG/1912013
33 OS 26 Utili Markers/Locatars 12/20/2012
33 OS 30 Locatian of Exisiin Utilities 1 212 012 0 1 2
33 11 OS Bolts, Nuts, and Gaskets 12/20120I2
33 11 10 Ductile Ii•on Pi e 12/2Q/20i2
33 11 11 Ductile Tron Fittin s 12/20/2012
33 11 I2 Pol vin 1 Chloride AVC Pressure Fi e 1111b/2fl18
33 11 I3 Co:ncrete �'ressure Pz e, Bar-Wra ed, Steel C Iinder T e 12/20/2012
33 12 20 Resilient Seated Gate Valve I2/20/�p12
33 12 21 AWWA �t.ubbez--Seated Bui�eril Val�es 1 2/2 012 0 1 2
33 12 3D Combination Air Valve Assemblies for Potable Watee 5 steins 12/2Q/2�12
33 12 40 Fire H drants 01/03/201�+
33 12 50 Water Sarn le Stations 12/20/2012
33 12 60 Standard Blow-off Valve Assembl 0G/19/2013
CITY OF PORT WORTH 2O21 WAT�R IvlATN LEAK
STAND�RD CQNSTRi3CT[�N SP�CIFICATION DOCU1vI�NTS RII'AIR CONTRACT
Revised May l3, 2021 City Pruject Na. 103327
00 00 OD
31'ANDARU CONSTRUCTTON SPGCI�ICATIOI�! DOCUML"P7T5
Pa�e 4 af $
Di�ision 34 -
None
Appendig
GC-6.06.D
GG6.07
Minorify and Women Owne� Business Enterprise Compliance
Wage Rates
�ND OF SECTION
CiTX bF FORT WORTH 2O21 WATER MA1N LEAK
STA�TIJARD CONSTRUCTION �PECIFICATfON D�CUMENTS REPATI2 CON'I'RACT
Revised May 13, 2021 City Prpject Na, 103327
11l4121, 2:19 PM
M&C - Council Agenda
�i�y o� �'��-t Wor�h, T�x��
��yo� ��� ���a��a� �o�r������°����i
DATE� Tuesday, No�ember 9, 2021
�OG NAfUIE: 6021WMLEAKR�CIRCL.EG
REFERENCE NO.; '"*M&C 2�-08�7
SUBJ�CT:
{AL�.) Authorize Executian af a Canfract with Wil[iam J. Schuftz, Irrc, dlbla Circle C Cnnstruction Campany,
in the Amount of $750,000,00 for the 202� Water MaEn Leak Repair Confiracf and AdaptAttached
Appropriatian �rdinance
RECOMMENDATION;
]t is recomm�nd�:d that the Ciiy Council:
1. Authorize the execution of a confract with William J. Schu{tz, Inc. dlbla Cirde C Cor�sfruction
Company, in the amounf af $7�O,Q00.00 for 2�21 Water Main Leak Repair Contract with up to threE
renewals (City Project Na. 103327); anci
2. Adopt the attach�d apprapriation ordinanc� inc�easing estimated r�ceipts and appropriatinns in the
Water and Sewer Capital Pro�ects F'und in the amaunt of $9�0,0�0.00, transferred fram available
funds within the Wat�r and Sewer F'und, �'or the purpase of funding the 2021 Wat�r Main Leak
Repair Contract (City Project Na. '[03327).
D1SC1JS51�N:
The war�C �o be performed under this contract consists of repairing water main l�aks thafi are faund in t�e
city's water system during main leak investigations. This confract is necessary #o maintain quality water
service by augme�ting Wat�r Field Operations' efForts in repairing water main f�aks within the water
system in a timely mann�r.
The bid documenfs irtclu�ed a s#ipulation that the totaf q�antities listed may naf re�iect actual quantifiies
and that �he amount budgeted for the �rojects is $7�Q,000.�0. Final paym�nts will be made based on
actual measured quantities. The bid documents also included a stipulation giving the C�fy the option to
renew (subjecfi to appropriated fiunding) this con#ract thr�e fiimes under the same terms; conditians and
unit prices.
The project was adve�tised far bitf on July 8, 202� and July 1�, 2Q21 �n the Fort Warfh Sfar-Telegram and
on Augus� 5, 202�, the following bids were received,
��dder �►mo�tnt ��me o�
� �ompletion
Vllilliam J Schuf�z, Inc. dlbla Ci�cle C Construction ���,�5� �2� �a 365 Calendar
Company ' Days
StafF has re�iew�d the proposai unit prices and considers th�m to h� fair and reasonab[�.
In addition to the confract amount, $�5Q,OD0.00 is required for project managemenfi, material testing and
inspecfion. This project will have no impact on the Water De�artment's operating �udget when
compieted. �
Appropriatians fior 2D21 Water Main Leak Re�air Cantract are as depict�c� beiaw:
�und �xis�ing Add[t`[anal �rojec�
�►pprapria�ions �►ppropria4ions %tal*
apps.cfwnet.orglecouncillprintme.asp?id=29415&print�true&1?acType�4�rint ��Z
��ia�z�, z�s �r�
J&S Capital
rojecfs - Func[
6DQ2
'rojecfi Total
M&C - Cou�cil Agenda
$900,0OO.OQ��$9D0,000,
��oo, 000.ao����oo,000.o
'�Numbers rounded for pr�sentafian purposes.
Busin�ss Equifiy: William J, Schulfz, Inc. dl�la Circl� C Construetion Company is in compliance with the
City's Busin�ss Equity Qrdinance by committing to 10 percent MIWBE participafion on this praject. The
City's Business Eq�ity goal or� th[s project is five percent.
This proj�ct is locafed in ALL COUNCIL ❑15TRICTS.
F15CAL. f[dFC)R�VIATION 1 CERTIF{CATION:
The Direcfor of Finance c�rtifie� that funds are currenf[y availab[e in the 1Nater.and Sew�r Fu�d, and
upon approval of the above recor-nmendation and adapfion of the attaGhed appropriafon ordinance, funds
will b� a�aifable in fil�e W&S Capi#al Projects Fund for the Water Main Lea€c Repair Cntrct project to
support the approval for the abo�e. recommendatior�s an� execufiian of fihe contracfi. Prior �a any
expanditur� being incurred, the Water Department has th� res�onsibifility of verifying the availability of
funds.
� �L1ND IDENTIFIERS {FIDsj:
- TO
Fund Departmen� cci
ID
�ROt111
�epar�men#
Y�
CERTIFICA IONS:
$D.00
�o.
Prajec� I�rogram
l� l
Submitteti for Cifiy Manager's Oftice by�
Originating Department Head:
Addi�ional Informa�tion Contact.
�udge�
Y'ear
�udgef
Year
Dana Burghdoff (80�$)
Chris Harder (5020)
Ke��r�nce
Chartfield
Reference
Chartfield
J, Chris Und�rwood (2629}
ATTACHMENTS
�{.6D21WMLEAKR-CIRCLEC 129�form.pdf (C�W fnternal}
2. 6021 WMLEAKR-CiRCL.EC Compliance Memo.pdf (CFW lnternal)
3. 8021 WMLEAKR-CIRCLEC FID T�ble �NN � Q.04.29 ).xlsx (C�W Internal)
4. 6024WMLEAKR-CIRCLEC furtds a�ailability.dac�c (cFw I�ternal)
5.6Q21WMLEAKR�CIRCLEC �6002 A022��,docx (Pubf�c)
6. SAM Wifliam �. Schuliz, Inc Circle C Construction Company_�dt (cFW Intarnaq
apps,cfwnet.orglecounoillprintmc.asp7id-29415&prin�true&�ocType-Print
unt{ Project
� r❑
Lfli7
ou
2�2
0
.O�J
L7
�
N
�
O
U
II�
�
�
a
0
0
0
0
0
a
�
0
�
�
` o fl o 0 0 0 o c�
i o 0 0 o a o n o
+ O 4 C? P O O O O
0 0 0 o n ra o 0
� a ca o�n �n i-n o a
f � v� � vr in irr � o
� � �
:,
n o a
O O O
p o v�i
�v r�-� v�i
� �
�
N
tAd
H
�
�
U
�
CJ
�
�
N
4
�O
rEl N
c��! N
m m
a �
s-1
O
O
�
m
CP
c7 Q
0 0
w w
0 0
N N
O O
O O
(O ln
1!1 IJI
N N
[71 ,� :n G� th di ` dti di U'1 U5 � O'� vF G5 O5 v� 41
p� - ��� m al al ati di di di c5 dti � ffi Ul 45 C5
a1 a'l a'l 01 G'E OF Rl �* G► G5 G't 4'� aY a5 a, a5
pl jr Q�� 01 41 Ot 45 4i m R1 175 �7 C5 Gh #1 01 0'F
C7 Q Q Q q O O Q O O O O O� d' E[f
m — m m m m� d� d� op aa W o0 oa o0 on o0
n n n i. � n n n n n n�. n�. n n
.-t .1 ,1 �-I c-I .1 a ,-I ,� rl .-d .1 �-t �-! rl .a
p � O 4 a O O O O O O O � O O O
O -.. O O C7 O� O O 4 O O O O O O O
n n n n n n I� n I� n n n n I� n i.
N E N N t�! [V N iV f•1 (V N N N N n3 N fV
m q m m m m.m m m m m m m m m m m
m m m m m m m m m m m rn m m m m
O O O O d O O O O C7 4 O C] 4 O �
c-I H a-i .-i r-I a--1 r-1 r-1 H e-1 s-i ri rl �--i r-! .--I
r-I a^i 4--! r-I Cl 6 O p Q.--! O rl N O O O r-[
Q O O O lf1 � ri Lfl O C7 C7 � Q H �1 � �
O O �O rl 1'YI Ifl O f�"1 lt] H l!1 r-i a-i O M v"1 �-!
�o �n to p o 0 0 0 0 0 0 0 0 0 0 0 0
�n u� * v� � ,� m � � m m �r �n rr � m �
m m ■ rn� m m n m m� m�n u� n m m�
Lf� '�' � d' 1f1 lll lii V] Lf� 1!i lii lf] l.fi L/7 l!� �fi �1 ul
o a o a o 0 0 0 o a a a a a a o 0
ni m m rm m �n m m m m m rn m m m m m�
o d' d� �' 'd' V' d� d� 'd' V� �1' d' c# � Ch d�
m o 0 0 o n ca t7 o v o 0 0 0 0 0
0 0 0 o a o 0 o a ci a o Q o 0 0 0
� ia cn m io �n w cn �n �n ua in � in ca �n �o
a o 0 0 0 0 0 0 0 0 0 o a o a o n
F
H N N N N N N N N N �V N N N N nf N
O O O O O O O O O O O C] O O O � O
p p O p O�O O O O O O � O 0 O O �
U? �O W 1L1 c� l� l0� (� lfl l0 lQ LO lO lO [O tO �
L!] lfl �f) N F!1 t/] V1 715 u1 lf7 lf1 u1 Lf1 �[1 711 Lf1 !f1
I+`1 N N(V N N N N N N N TV N r1 N N N
00 05 10 - l
MAYOR AND COUNCIL COlvIMUN1CATTOIV (M&C)
Page I nf 1
1
2
3
4
5
6
7
8
9
ia
xt
12
13
14
IS
16
17
1S
19
20
21
22
23
SECTION 00 0510
MAYOR AND COT]N'CIL CONIlVIL7NICATION (M&C)
END OF SECTXON
CITY O�' FORT WQRTH
STANDARD CON3TRUCTION SPECIrICATIOIV l�OCUMENTS
Revise.d July 1, 2011
2D2] WATSR MAfN LEAI{
REPAIR CONTRACT
City ProjectNa. 103327
�
I
1
000515-1
ADI7END.0.
Page 1 of ]
J
��
1
2
3
4
5
6
7
S
9
10
11
12
i3
14
15
16
17
18
19
20
21
22
23
�ECTXON 00 0515
ADDENDA
END OF �ECTION
CITY OF FORT WORTH
5TANDARD CONS'Ci2UCTION SPECIFICATION DOCCJMENTS
Revised 7uly 1, 2011
2(]21 VaATER 1VfATN T.EAK
REPAIR Ca]�TRACT
City Projeot No. 1 Q3327
�
Qpll13
INVITATION TO BIDI?ERS
1'age 1 of 3
SECTION QO ll 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Sealed bids/proposals for 2d21 WATER MAIN LEAK REPAIIi. CONTRACT, City Project
No. 103327 ("Project") will be received until 1:30 PM on ihe date listed below at the I'urchasing
Office 1Qcated at 200 Texas St., Port Worth, Te�as 76102. All Bids MUST be in a SEALED
El�] VELOPE with the BID NUlVIBER LOCATED 4N `I'HE OUT�IDE OF ENVELOPE. Bids
will be opened and read aloud publicly at 2:40 PM on the date listed below in City Council
Chain.bers, Iocated on ihe 2°a floor of City Hall at 20p Texas St., Fort Woz�th, Texas 76102.
a�g��t s, zoz�
In 3ieu of delive3�ing completed Business Equity (M/V4�BE} forn�s for the proj ect to the Purchasing
Offic�e, bidders shall e-mail the completed Business Equity forms to the City Project Manager no
later than 2:00 PM on the second City husines� day after the hid opening date, exclusive vf �ae
bid opening date.
GENERAL DESCRIPTION OF WORK
The maj or work will consist of the (approximate) following:
Repairs af 4-inch through 54-inch Water Main Leaks
TIME PERIOD AND RENEWALS
The fiime period of this A�reement wiII be far ane calendar year .or the expira#ior� of the funding,
whichever occurs last. The c1ty res��-ves the rigl�t to z'enew the contract for up to three (3}
additio��al one calendar year ti�ne periods o�• up ta three (3) additional funded expenditUres of
$7SQ,000.�0 under the same terms, conditions and unit prices. The City shall provide at least
sixty (60) days' nozice to the CantracYar of the Ciiy's intent to renew.
PREQIIALIFXCATXON
The i'nnprovernents inoluded in this project must be performed by a contraetor who is pre-
qualified by the City at the time of bid opening. The procedures for qualifica.tion and pre-
qualification are outlined in the Section DO 2l Z 3-1NSTRUCTIONS TO BIDD�RS.
Additipnal prequalification pertai�in� to exrlerEenc� prolect experience, staff and
equipment capacity anci response time is required. Refer to IN�TRIICTIONS TO
BIDDERS specification OQ 21 13, Section 3.5 for �ore details.
DOCUMENT EXAMINATION AND PROCUREIVI�NTS
The Bidding and Cantract Documents may be examined nr obtained o�-line by visiting the City
of Fort Woi�n's Purchasing Division web�ite at �tttp:,'/wv►r,:�.fort�';ortht�xas.��/ urch��in� and
clicking on the lir�lc to the advertised project folders on ihe City's elecfronic document
management and coll.ahoration system sit�. The Contract Documents may be downloaded,
viewed, and printed by interest�d contracto:rs and/or suppliexs.
Bid Dacurn�nt Package
ntt �:Hdacs b3GQ. uto_ask.comishar s."eac226Q-4b6� 4988-a8fG-e1e d3 809d5
CITY DF FORT WORTH 2D21 VVATER MAIN LEAK
STANDARD CONSTRLTCTION SPECIFICATION DOCUIViENT REPAIR CONTRAC�'
Revised March 9, 2020 City Project �Ya. ip3327
OO l i 13
€NVITATION TO BID.DERS
Page 2 of 3
Addenda Falder
https:lldocs. b360.auta�esK.comishares12374d1 e3-afa6�46c-9�cf-� 4a8302e9 3c2
Copies of the Bidding and Cantract Documents may be obtained from:
7. Chris Underwood
Watar Department, Design Sezvices
927 Taylor Street
Fort Worth, Texas 76102
The eost.of Bidding and Contract Documents is: No Cost
PREBID CONFERENCE
A grebid conferenca will not be held as discussed in Section QD 21 13 -- INSTRUCTIDNS TO
B IDDER.S
Since a prebid coilference is not being held, prospective bidders can e-mail questior�s or
comments in accordance with Section 6 of the Instruetions to Bidders referenced above to the
project rnatlager{s) at the e-mail addresses Iisted below. Einailed questions wiil suffice as
"questions in writing" and the requirement to foimally mail questions is suspended. If neeessary,
Addenda wi11 be issued pursuant to the Instructions to Bidders
CITY'S R.IGHT TO ACCEPT OR REJECT BIDS
City reserve.s the right to waiv� irregu]arit�es aaad to acGept or reject bids.
AWARD
City will awarci a contract to the Bidder presenting the lowest price, quali�cations and
cornpetencies considered.
1NQUII�IES
Al] inquiries relative to this procurem�nt should be addressed to the fallawing:
Attn: J. Cl�ris Underwood, City of �'oi� Worth
Email: john.underwoad cr fort�vorthtexas.gov
Fhone: ($ I7) 392-2629
AND/OR
Atfin: Lawrence Hamilton, P.E., C. ity of Fort Worth
Em ail: lawrence.hamiltonQfortworthtexas.gov
�'k�ane: (8I7) 392-2626
EXPRESSION O�+' INTEREST
To ensure bidders are leept up to date of any new rnformation pertinent to this project, bidders are
requested to email Expxessions of Interest in this proeurement to the City Project Manager and
the Design Engineer. The email should include the bidder's company name, contact person, that
individuals e�naii address and phone number. All Addenda will be distributed directly to those
who have expressed an interest in the procurea�ent and will also be posted in the City of k'ort
Wortl�'s ptiirchasing websita at http:/lfortwort)Ztexas.gav/purchasingj
C1TY QF FORT W�12TH 2O21 WATER MAIN LEAIC
STANDAT2IJ CONS'CEtUCT[ON SP�.CI�ICATTQI�I {70CiJM�.AIT REPAIR CQNTRACT
Revised Mazch 9, 2020 City ProjectNo. 103327
DDI1]3
I[�TVITATIDN Tp SIDDERS
Page 3 of 3
PLAN HOLDER�
'I'o ens�u�e yau are kept up ta date of any new infor�nation perlinent to tl�is project such as when
an addenda is issued, download the Plan Holder Registration fonn to your computer, complete
and email it to the City Project Manager or the design Engineer,
The City Project Manager and design Engineer are responsible to upload the Flans Holder
Registration form to the Flan Holders folder in BIM360.
E-mail yoL�r compleied Plan Holder Registration form to those listed in INQUIRIES abov�.
ADVERTI.SEMENT DATES
July S, 2021
Ju[y I5, 2Q21.
END OF SECTI�N
i
��
CITY OF FORT WaRTH
STANDA�tl7 COhISTRUCTION SPECIFICAT[ON DOCUMENT
Revised March 9, 2020
2021 VJATGR MAI]V LEAK
REPAIR CONTRACT
CiLy Pmject Na. 103327
00 2 ] 13
IN51'RUCTIONS TO BIDDERS
SECTION Q0.2113
INSTRUCTIONS TO BIDDERS
1. Deiined Terms
Page l of 10
1.1. Ter�ns used in these INSTRUCTIONS TO BIDDERS, which a,t'e de�xned in Section 00 72
QQ - GEN�RAL CONDITIONS.
1.2. Certain additian.al ter►ns used in i�'iese INS'I'RLTC`I'IONS TO BIDDERS have the
rneanings indicated below which are applicable tn both the singular and plural thereQf
1.2.1. Bidder: Anyperson, frm, partnership, eompany, association, or coi�paration acting
directIy through a duly authorized representative, submitting a bid far perforrning
the work contemplated under the Contract Documejlts.
T.2.2. Nonresident Bidder: Any person, firm, partnership., eompany, assoeiation, or
corporation acting di�ectly through a duly authorized representative, submitting a
bid for performing the work cantemplated under the Contract Documents whose
principal place af business is not in the .State of Texas.
1.2,3. Su�cessful Bidder: The lowest responsible and responsive Bidder io wham City
{on the hasis of City's evalaation as hereinafter provided} makes an award.
2. Copres of Bidding Documents
2.1. Neither City nor Engineer sha11 assume any responsibility fvr errars oz' rr►isinierpz'atatians
resultir�g from the Bidders use of incorn.plete sets of Bidding Dacuments.
2.2. City aaad E,n�in�er iz1 making capi�s of Bidding Documants available do so oniy for the
purpose af abtaining �ids far the Work and da not authorize ar confer a license or grant
for any athe�• use.
3, Prequalification af Bidders (Prime Contractors and Subcontractors)
3.1. AIl Bidders and their subcontraetors are req�zired to be preyualified for the work types
requiring prequalification at the time ofhidding. Bids received from contractors who are
not prequalrfied shall not be opened and, even if inadvertently opened, shall not be
considered. Prequalification requirement work types and documentation are available
by accessing aIl .required files through the City's website at:
htt�s:/lanns�fortv�+�r�htex�s.govlProiectResources/
3.1.1. Water and 5an'ttary Sewer — Requirements document located a�;
https://a�ps.fortworthtexas.govlProjectResources/ResourcesP102%�0-
;° o20Construction%20Documents/Contractor%20FrequalificatiQnlWater%20and%2
OSanitary%20Sew�r°1420Contractor"/o24Prequal�cation%20 ro am/WSS°,/o2avre
a ual°/n20requirpments.pdf
CI'I'Y OP PORT VJQRTH 2O21 WATER NIAfN LEAK
STANDARD CONSTRUCTION SFECIFICATTON DOCUMENT REPAIft CONTRACT
Revised Jannary O5, 2Q21 City Pmj ecY No. 103327
oa z i rs
INSTRUCT[ONS TO DIDDERS
Page 2 oF IO
3.2. Eacl� Bidder, unless currently prequalified, must submit to Ci�y at least seven (7) calendar
days prior to Bid opeiling, the documentation identi�ed in Section 00 45 11, BII?DERS
PREQUIILIFICATIONS.
3.2. ].5ubmission of and/or questions related to prequalification should be adciressed to
t11e City contact as pro�ided in Para�raph 6.1.
3.3. The City reserves tlze right to require any pre-quali�ed cnntractor wlao is the appaz-�nt low
bidder(s) for a project to subinit sucli additional infortriation as the City, in its sole
discretiai may require, ii�cluding but not limited to manpower and equipm�nt recards,
information about key personne] tp be assigned to the projeet, and constt•uction schedule,
to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to
deli�er a quality product and successfully complete projects far the amount bid within
the stipulated time fra�n�. Based upon the City's assessment of the submitted
�information, a recpmmendation regardiz�g the awat•d af a co�iract wilI b� [�riade to th.e
City Council. Failure to subnnit #he additiona] infor�nation, if requested, may be grounds
far rejecting the apparent low bidder as non-responsive. A�fected cantractors �vill be
notified in writing af a recommendation to the Ci#y Council.
3.4. In addition to prequalification, additional requn�emei�ts for qualification �nay he required
within vaz�ious sections oi the Cont�•act Documents.
3.5. Additional pra-qualifcations are required for Lhis eont�•aci as follows; Bidder shall
provide an acceptabie expariencc record far eanezger►cy repair of large daai�eter water
tn.ains. Bidder s11a11 submit manpawer and equipmenf records along with the resuine(s)
of key persan33e1 who will be assigned to work on the einergency. Bidders must proaide
a plan of action for immadiately responding when contacted about an emergency,
staying on the site until coinpletian of the emergency repair and handiing more than one
�znergency work order at a time. An acceptable experience record must reflect the
�idder's experi�nce with em.ergency work of the same nature and magnitude as that of
this cont��act (ernergency :rapaar af 24"-54" diameter water inains) and such experie;�ce
rnust have been gained nat mare than fo�.ir (4) yeat•s prior th� date �n whicl� liids are to
be received for this project. The names and contact person(s} of past ciients far projects
completed within this time frame alang with their addresses and telephone numbers shali
be supplied. The requested material must be submitted to the Cify no late�• than faurteen
{] 4) days prior to the date af the opening of the bids. The City wiIl provide a list of
prequalifi�d contractors %r this project set�en (7) cfays grior to the date of the opening of
the bids. This lisi will be posted. Any bids not satisfying these nrequalification
req,uirements sha�I be rejected as non-resp.onsive. All pre-qualification information
must be delivered to Watez• Depaxtment 311 W 14�' Street, Fvrt Worth T� 76102,
Attention: J. Chris Underwoad.
CI'I'Y OF FORT 'WORTH 2O21 WATER MAIN LEAK
STANI]AI�D CONSTRUCTIpN SPECIFICATION QOCUIvI�NT REPAIR CONTRACT
Itevised J�nuary O5, 2021 City Project No. 103327
0021 i3
1N5TRUCTIONS TO SiDD�:RS
Page 3 of 10
4. Examin�tion of Bidding and Contract Dacunr�ents, Other Related Dafa, and Sife
4.1. Before su6mitting a Bid, each Bidder shall:
4.1.1. Examine and earefully study the Cont�•act Docu�nents and other related data
identified in the Bidding Documents (including "tecYrnical data" referred to in
Paragraph 4.2. below). No informatian given by City or any representative of the
City other than that contained in the Coniract Documents and off cialIy
promulgated addenda �hereto, shall be hinding upon the City.
4.1.2. Visit the site ta becnme familiar with and satisfy Sidder as to the general, local and
site condiiions that may �%ct cost, progress, performance or fiarnishing of the
Wark.
4.1.3. Consider federal, state and lacal l,aws and Regulatians that naay affect cost,
progress, periarir►ance or �urnishing ofthe Wozk.
�.1.4.5tudy all: (i) reports of explor�tians and tests of s�bsurface candition� at or
contiguous to the Site and all dravvings of physical conditions relating to existing
surface or subsurface structures at the Szte (except U�de�'g;round �'acilities} that
have been identif ed in the Contract Documents as cantaining reliable "technical
data" and (ii) reports and drawings of Hazardous Enviranmental Conditions, if any,
at the Site that have been identified in the Cantract Documents as containing
reliable "technical data."
4.1.5. Be advised that the Contract Documents on file with the City shall constitute al1 of
the information which the City will furnish. All additional infoz-mation and data
which the City will supply after promulgation af the fortnal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as thnugh such addenda were actually written intQ the original
Contraet Doeuments. No information given by the City other than that contained in
th� Cnntract Documents and officially promulgated addenda theraio, shall be
bindin� upon the City.
4.1.6. Perform indep�ndent research, investigations, tests, borings, and such other means
as may be necassary Yo gain a complete knovwledge of the conditior�s which will be
encounte�'ad during the consiruction oithe prajeci. On request, City may provide
each Bidder access to the site to conduct such examinations, investigations,
explorations, tests and studi�s �s each Bidder deems necessary for submission of a
Bid. Bidder must fill all holes and clean up and resiore the site to its former
conditions upan completion of such �xplorations, inv�stigations, t�sts and studies.
Cl'I`5i OF FORT WORTH 2O21 WATER MAIN LEAK
STANDARD CONSTRlTCTTON SPECIFIGATIOIY DOCUfvI$I�[T REPAIR CONTRACT
Revis�d danuary 05, 2021 City Project No. 1 D3327
OD 21 33
ILVSTRUCTTONS TO �3]]�I]�RS
Page 4 af ] 0
4.1.7. Determine the dif�iculties of #he Work and all a#�ending circumstances affecting the
eost af doing the Work, time required for its completion, and obtain all information
required to make a prop:osal. Bidders shal] rely exclusively and soIely upon tYteir
o�vn esti�nates, investigation, research, tests, explorations, and other data which are
necessary for full and complete information �:igon which the proposal is to be based.
It is understood that the submission of a proposal is prima-facie evidence that the
Bidder has made the investigatian, examinatians. and t�sts l�erei�i reqL►ic•ed. Claims
foz• additional coznpensatian du� to vari.ations between condiiions actually
encountered in const��uctian and as indicated in the Contract Dacuinents will not be
allowed.
4.1.8. Promptly notify City of a11 co�lflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contrac�or
shall nat take ad�antage of airy gross ei•ror or omission in the Cor►tract Doeuments,
a�ad tl�e City shall be p�rmitted to make sueli corr�ctzo��s or i�aterp:retations as may
be deez�.ed nec�ssa�y for fulfillment of tI�e int��nt of th� Coiltract Documents.
4.2. Refe�•ence is made to Sectian 00 73 00 — Suppleinenfiary Conditinns for identification of:
�.�,. ]. those reports of explorations and tests of subsurface conditions at or cor�tiguous to
the site which have bee�� utilized by City in preparatio.n of the Contract Documents.
The logs of �oil Borings, if any, on the plans are for general in�ormation on1y.
Neither the City nor the Engineer guarantee that tha data shown is representaiive o�
car�d'ztions whzcla actually exist.
4.2.2. those drawings af physical eonditions in ar relating to existing surface and
subsurface structui•es (except L]nderground Facilities) which are at oi• cantiguous to
the site that have been utilized by City in preparation af the Contract Documents.
4.2.3. copies af such reports and drawings will be made avatlable by City to any Bidder
on request. Those reports and drawings may not be part of the Contz-aet
Documezats, but the °techi�ical data" contained ther�ita upon wl�ich Bidder is en�itYe.d
to rely as p�-avided in Paxagraph 4.�2. of the Gen�ral Condi�ions has besn id�nti�ed
and established ii1 Paragraph SC 4.02 af the Supplamentaty Conditions. Bidder is
responsible for any interpretation or concjusian drawn from any °technical data" or
any atl�er data, interpretations, opinions ar information.
4.3. The submission of a Bid will constitute an incontrovertible representatian by Bidder (i)
that B idder has complied wiih eveiy requirement of this Paragraph 4, (ii) that without
exception fihe Bid is premised upon performing and furnishing the Work required by the
Contract Doctunents and agplying the specific means, nneihods, techniqu�s, seque:nces or
pracedures o.f canstri�ction {if any) #laat may b� shown or i;ndicated o.r expressly required
by the Cantract Dacuments, {iii} that Bidder has given City written r�otice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as cfescribed in
Paragraph 6., and {iv) that the Contract Documents are generaIly sufficiex�t to indicate
and convey understanding of al] terms and conditions for performing and furnishing ihe
Work.
CITY OF FORT WORTH 2O21 WATER MAIN LEAK
S7`A,N]]ARI] �ONSTRUCT`ION SPECIPICATION DOCUMENT �2E.PAIIZ GfJ1�ITRACT
Revised 7anuary d5, 202F City ProjeetNo. 103327
QO 21 13
1N5TRUCTIONS TO BIDDERS
Page 5 of l D
4.4. Th� provisio��s of this Paragraph 4, in.clusive, do not apply to Asbestos, Polychloriilated
biphenyls (PCBs),1'et;roleum, Hazardnus Waste nr Radina.ctive Mate:rial cov�reci by
Paragraph 4.06. of the General Conditions, �7nless speci�cally identi�ed in the Con.t�•act
Documents.
5. Availability af Lands for Work, Ete.
5,1. The lands upon which the Work is to be perfarmed, rights-of-way and easements for
access thereto and other lands desig�lated for use by Contractor in performing the Work
are identif'ied in the Contract Docuinents. All additional lands and access thereto
required for temporary construction facilities, construction equipinent or storage of
materzaIs and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. �asements for permanent structures or permanent changes in existing
f'�cilities at'e to ba obtained and paid for by Ciiy unless otherwise provided in the
Contraet Doeuments.
5.2. Outstanding right-of way, easeinents, and/or permits to be acquired by the City are listed
in Paragraph SC 4.Q 1 of the Suppleznexitary Conditions. In ihe event the n�;cessa�y right-
of-way, easements, and/or permits are n.ot obtaizaed, th� City resc�rves the riglxt to car�c�l
the award of contz'ac1: at any time before th� Bidder begins any consiruction work on the
proj ect.
5.3. The Bidder shall be prepared to camm.enee construction without ail �xecut�d right-of-
way, e�seinents, and/or permits, and sha�l submit a schedula to the Gity of hd�
eonstruction will proceed in the other areas of the project that do not require permits
and/or easements.
5. Interpretations a�d Addenda
6.1. All qusstions about ihe meaning or intent of the Bidding Documents are to be directed ta
City in writing on or before 2 p.m., the Monday priar to the Bid opening. Questions
received after this day may not be responded to. lnterpretatiflns or clarifications
consider�d necessajy by City in response to such questions wi11 be issued by Addenda
delivered to all parties recorded by City as having received tY�e Bidding Dacuments.
Only questions answered by iarmal written Addenda will be binding. Oral and other
interpretations nr clarificatians will be without legal effect.
Address quesiions to:
City of Fort Wor�h
2�0 Texas 5treet
Fort Worth, TX 76102
Attn: J. Chris Underwood
Fax: (8I7) 392-2527
Emai�: john.underwood@fortworY.�texas.go�+
Phone: {817) 392-2629
6.2. Addenda may also be issu�d to modify the Bidding Docuz�rzents as deszr�ed advisable by
City.
CITY QP FORT WORTH 2p21 WATER MAfN LEAK
ST:4I�3DARD CO�+TSTRUCT[pN SPECIFICFITIQN DOCUMLNT REPAIR COIVTRACT
Revised,lanuary O5, 2021 Cily ProjcatNo. 103327
00 21 13
INSTRUCTIONS TO BIDDERS
Page G of 1 Q
63. Addenda or clariiicatians may be posted via the City's elecironic documant inanagem�nt
and callaboraiion system at:
ht�s:/ldacs.b360.autodesk.com�shares/2374d1 e3-afa6-446c-90cf- l 4a8302e 13c2
6.�. A prebid conference may be held at the time and place indicated in the Advertisement or
INVITATION TO BIDDERS. Representatives of City wiil be presant to discuss the
Project. Bidders axe encou�•aged to attend and participate in the can�erence. City will
transmit to aI1 prospective Bidders of record such Addenda as City cnzasiders necessary
in respo��se ta questians arising at the eanference. 4t'al statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by Bid Bond made payable to Ciiy in au amount ai �'ive
(5) percent of Bidder's maximum Bid price on forin attached, issued by a surety meeting
the requireinen�s of Paragraphs 5.01 of the General Conditions.
'1,2. The Bid Band af all Bidders �ill be retained e�ntil the conditions of the Notiee af Award
have been satis�ed, lf the Successful Bidder fa�ls to execute and deliver the complete
Agreement within 10 days after the Notiee o.f Award, City may consider Bidder to be in
dafault, rescind the Notice af Award, and the Bid Bonci of that Bidder will be foi•feited.
�uch forfeiture shaII be City's exclusive remedy if Bidder defaults. The Bid Bond of all
other Bidders whom City believes to have a reasonable chance of re�aivin� the award
will be retained by City until iinaI cantract execu�ion.
8. Cozzh^act Ti�rzzes
The numbar of days wi�hin vvhich, or the dates by which, Milestones as�e ta be achieved in
accordance with the General Req�irements and the Worlc is to be completed and ready for
Fiizal Acceptance is set foi�th in the Agreemei7t or incorporated iherein by reference to the
attacl�ed Sid Form. The City may renew this Agreement for up ta tluee {3} additional time
periods under the same terms, eonditions and unit prices. The City shall provide at least sixty
(60) days' no�ice �o the Contractor af the City's intent to ren�w.
9. Liqu,idated Damages
1'ravisions far liquidated damages axe set forlh in the Agreement.
10. Suhstitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of maferials and equipment described in the
Bidding Documents without consideration ofpossi6le substitute or'br�equai" items.
Whenever it is indicated or speciiied in the Bidding Documants that a"substitut�" n:r "or-
equal" item of material or equipment may be furnished or used by Coniractor if acceptable to
City, application for such accepiance will not be cnnsidered by City until a$er the Effective
Da.te of the Agreement. The procedure for submission af any such applieation hy Contractor
and eansideration by City is set forth in Paragraphs 6.05A., 6.O5B. and 6.OSC. ofthe General
Conditians and is supplemented in Section O1 25 Oa of the General Requirements.
CITY Or POEtT WORTI-I 2021 WATER MAIN LEAK
STAN]]ARD CONST"TtiIC7T0?�f SPECT�'[CATIOiV 170ClIMEN'T' REPAIR CONTRACT
Revised .Tanusry O5, 2021 City Project No. ]03327
DO 21 13
R�iSTRUCTI0N5 TO BIDDERS
11. Subcontractors, Snppliers and Others
Page 7 vf ] 0
11.1. In accordance with ihe City's Business Equity Ordinance No. 24534-11-2020 tha
City has goals for the participatian af ininority business and/or women business
enterprises in City contracts. A capy ofthe Oi•dinance can be qbtained fi•om the
Office of the City Secretary. The �iddez• shall submit #he Business Equity Ufilization
Form, Business Equity Prime Contractor Waiver Form and/or Good Faitn Effart
Form with documentation and/or Business Equity Joint Venture Form, as
apprapriate. The Farms iilcluding documentation must be received by the City no
later than 2:00 P.M. CST, on the second business day after the bid openiug date. The
Bidder shall obtain a receipt frQm the City as evidence the doeumentation was
received. Failure to comply shall render the bid as non-responsive.
Business Equity Ordinanee No. 24534-11 2020
htt�is:/lapps.%rtworthte�s.gov/ProjectResourceslResourcesP/60°fo20-
%�OM WBElNE W%20Business%2OEquity%200rdinance/Ordinance%2024534- I 1-
Z020.pdf
1].2. Nn Contractox shall b� required tn enzploy aziy 5ubcant�ractor, Supplier, atl�er person
ar or�anization against whnm Coniractor has reasonable objection.
12. Bid Form
12,1. The Bid �'arm is ii�cluded vvitia the Bidding Docur�nents; additianal copies may be
obtained from the Gity,
122. All blanks on the Bid Form must be completed by printing in ink and the Bid Form
signed in ink. Erasures or alterations shall be initialed in ink by the person signing
the Bid Form. A Bid price sha1I be indicated for each Bid item, ajternative, and unit
price item listed therein. In the case of optianal alterrtatives, the wards "No Bid,"
"No Change," or "Not Applicable" may be entered. Bidder shail state the prices,
written in ink in �oth words and numerals, far vahich the Bidder pr�poses to do the
work contemplated or furnish materials reqttired. �!1 prices s�all be wtiifien legibly.
ln case of discrepancy between price in written words and the price in written
numera�s, ihe price in written words shall govern.
12.3. Bids by corporations shaIl be executed in the corporate name by tfie president or a
vice-president or a�her corporate ot�icer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corparate address and state oi
incorporatian sha.11 h� shown below the ,signat�re.
12.4. Bids by partnerships sha11 b� executed in the partnership name aa�d signed by a
partner, whase title inust appear undex YIZe signature accompanied b�+ evidence of
aut�o.rity to sign. The afficial address of the partnershzp shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name af the %rfn by a
mernber and accompanied by evidence of autharity ta sign. T�ie state of formation of
the firm and the offici.al address of the firm shalj be shown.
CITY OF FORT WORTH 2O21 WATER MAIN LEAK
STANDART� CON3TRUCTION SPECIFICAT[DN DOCUMEN'i' REPAIR CONTAACT
12evised ]anuary 05, 2021 City Praject Na. 103327
00 21 13
INS'fRIIC`I'IQNS TO ffiDDERS
I2.6.
I2,7.
12.8.
12..9.
Page 8 of l0
Bids by individuals sha11 show the Bidder's name and afficial address.
Bids by joint ventures sha11 be executed by each joint venture iiz the inamier u�dicated
on the Bid T'orm. The of�ieial add�-ess of the joint venture shall be shown.
AlI na�nes shall be typed or printed in ink below the signature.
The Bid shall cantain a�a acknawledgezaaent of recaipt of all Addenda, the numbers of
which shall be filled in on the Bid S�orin.
12.10. Postai and e-mail addresses and te�ephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of autl�oriiy �o canduci business as a Nonresident Bidder ii�t the state of
Texas shall be provided iz� accardance wifh Section 00 43 37 — Vendor Coi�pliance
to Sfate Law No�� Resident Bidder,
13. �ubmission of Bids
Bids shal] be subinitted on the prescribed Bid Form, provided with the Bidding Documenis,
at the tiine and place ir�dicated in the Advertisement or INVITATION TO BIDDERS,
addressed to Purchasing Manager of the City, and shall be enclosed in an opaque seaied
�nv�lope, marked with the City ProjectN�ambar, Project titl�, the name and addr�ss of
Bidder, and accompanied by the Bid security and other required docuanents. If tlle Bid is sent
Y1lrpugh the inai[ or other delive�y sysiezn, tk�e sealed eilvelape s11ai1 be enclased in a separate
envelope with the notation "BID ENCLOSED" on the f�.ce of it.
14. Mocliiication and Withdra�val of Bids
14.1. Bids addressed to tlie Purchasing Manager and filed with the Purchasing Oifice
canx�.ot be withdrawn prior to tha ti�ne set for bid opening. A z`�quest for witladrawal
must be made in writii�g by an appropriate document duIy e�ecuted iz� tkxe tna.t�tn.er
that a Bid must be exeeLtted and delivered to the plaee where Bids are to be submitted
at an� time prior to the qpening of Bids. After all Bids not reqaested for withdrawal
are opened and pubIicly read a.loud, the Bids for which a withdrawal request has been
properly filed may, at the option af the City, be returned unopened.
14.2. Bidders may modify their Bid by electronic communication at any time prior to tlie
time set for the closin.g of Bid receipt.
].5. Ogening of Bids
Bids will be opened and read aloud puhlicly at i:he place where Bids are to be submitted. An
abstract of the amaunts of the base Bids and major alternales (if any) will be made avaiIable
to Bidders after the opening of Bids.
16. Bids t.o Remain Subject to Acceptance
All Sids will remain subj ect to acceptance for the time periot{ specified for Notice oi Award
a�1d �xecutinn and deli�rery of a coznplete Agreeinent by Successful Bidder. City nnay, at
City's sole dise�•etio�a, �•eI�ase any Sid and nullify the Bid security prior to that dafe.
ci-r� or rox-r �uox-rx aoz � wn�R na.arN L��rc
STANDARD CQNSTRUCTION 5P�CIP[CATION I]OCUM�NT REPAIR CpNTRACT
Revised January OS, 2021 City Froject No 103327
0021 [3
INSTRUCTId1+25 TO SIDDERS
17. Evaluation of Bids and Award of Cvntract
Page 9 of ] D
17. L City reserves the rigfit to rejact any or all Bids, including without Iimitation the rights
to reject any or all nonconfarming, nanresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bzdder if City beIie�es that it would not be in the best
interest of the Project to make an award to that Bidder, whether because the Bid is
naY respansive pr the Bidder is unqualified or of doubtfttl financial abiIity nr fails ta
m.eet any other pertinent standard or criteria estabIished by City. City also res�t`ves
the right to wai�ve informalities not involving price, contract time or chatages in YI�e
Woric with tha Successful Bidder. Diserepancies between the muItiplication of ut�its
of Woric and unit prices will be resolved in favor of the unit prices. Dzscrepancies
between �he indicated sum of any column of figures and the correct sutp thereof will
be resolved in favor of the carrect sum. Discrepancies b�tween wnz�ds and figures
will be resalved in favor of the words.
17.1.1. Any or all bids will b� rejected if City has reason io believe that collt�sion exists
j among the Bidders, Bidder is an igterestcd party to any litigation a�ainst City,
City or Bidder may have a claim against the ather ar be engaged in litigatlon,
Bidder is in arrears on any existing cantract or has dafaulted on a previous
� � contract, Bidder has performed a prior contract in an unsatisfactory mannar, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt connpleiion of addiYianal work if awarded.
17.2. City may considez the quali�cations and experience of 5ubcontractors, Suppliers, and
other persons and arganizations �ropased for those partions of tlie Work as to which
the identity of Subcontractors, Suppliers, and other persons and organizations must
be submitted as pz'ovidad in the Contract Docutnents or upon the reguest of the City.
Gity also may corisider the opera#�ng costs, maintenance requirements, performar�ce
data atld guarantees af majar items Qf materials and equipment �roposed for
incorporation in the Work when such da#a is required to be suhmitted prior ta the
Natice of Award.
17.�. City may conduct such investigations as City deems necessary to assist zn tI�e
evaluation of any Bid and to establish th� responsibility, qualiiicatians, and �nancia.l
ability of Bidders, proposed Subcontractors, Suppliers and other gersans and
organizations to perform and furnish the Work in accordanc� witla the Cantract
Documents to City's satisfaction within the prescribed time.
I7.A. Contractor shall perform wifih his own organization, work of a�alue not less than
35°/n ofthe value embraced on the Contract, unless otherwisa appz'aved by the City.
17.5. If the Contwact is to be a�varded, it will be awarded to Iawest responsib�e and
. responsive Bidder whose evaIuation by City indicates that the award will be in the
best interests of the City.
CITY QF E012T WORTH 2O21 VUATER MAIN L�AK.
STA3�DARD CONSTRUCTION SPECIFICATION DOCUMCNT REPAIR CON'CRACT
Revised 7anuary OS, 2p21 Gity Project No. 103327
00 21 13
INSTRUCTIONS TO BIDDERS
Page 10 of 10
17,6. Purs�zant to Texas Government Code Chapter 2252.001, the City wi[1 not award
contract to a Nonresident Bidder ui�Iess t��a Noi7resident Bidder's bid is lower than
the lowest b�d submitted by a responsible Texas Biddei• by the same amount that a
Te�cas resident bidc�er would be required to underbid a Nontesident Bi.dder to obtain a
comparabl� co�ltract in the state in which the nanresidant's principal place oF
business is located.
17.7. A contract is not awarded �ntil formal City Cauncil authorizatian. Tfthe Contract is
to be awardEd, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. Na other act of City or others will consti#ute
acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by
the City.
1'7.7.1.The cantractar is required to �ll ont and sign the Certiizcate oiInEeres�ed
Parties Farm 1295 and the �orz�n must be subznitted to the Project Manager
before the contra�t �will be presented to tl�e City Council. The form can be
obtained at httns://www.ethics.state.tx.usldata/forms11�95/1�9a.pdf
17.8. Failure or refusal io comply with the requirements may result in rejection of Bid.
1$. Signing a�Agree�nent
18.1. When City issues a Notice of Award to the Succassful Bidder, it will be accompanied
hy the required number of unsigned cauntarpar�s of the Agreement. Withi�a 14 days
thereafter Co.ntractor shall sign and deliver the required number of counterparts of f11e
Agreement #o City wi#1� the required Bonds, Certificates of Insurance, and al] other
required doeumentation.
� s.z.
18.3
Failure to execuie a duly awarded contact may subject the Contractor to penalties.
City shall thereafter deliver one fi�lly signed enuntez-paz�t to Contzactor.
END O�' SECTION
CITY OF P012T WOR7'I� 2021 WA'T�R MAIN LEAK
STANDARI} CONSTRUCTION SPECIFICATION TJOCUM$NT R�.PAIR CONTRACT
Revis�d 7anuary O5, 2021 City Projecc No. 103327
' a. � .
�1
DU 35 13
BID FQRNi
Page 59 of 59
s�c�io� au 3� � �
CONFLICT OF INTEREST AFFIDAVIT
�ach bidder, afferor, or responden� (hereinaiter also referred io as "you") to a City of Fork Workh (also
referred to as "City") pracurement are required to complete Confl'tct of fnterest {�uestionnaire (the
attached CIQ Form) and l.ocal Go�ernment �fficer Conflicfs Disclosure Statement (the attached CIS
Form) below pursuant ta state law. This affidavif will certi�fy that the Bidder has on fle with tl�e City
Secretary the required documentation and is eligible to bid an City Wark. T�e ref�renced forms may alsa
be downloaded from the website iinks provide� below.
httr llwwv �3fihi�;s.st�i#ts.t�t.4�J�Orrtl�Jt-1C�.d�'
ht_�:NwvM+w.ethir_.c et�t�,.� ,�s►�ormsJ�lG :gdf
CIQ Form is on file with Cifiy Secretary
CIQ �orm is being pro�ided ta the City Secretary
C1S Form is o� File with City Secrefiary
CiS Form is b�ing pravided fo th� City 5ecretary
0
p
❑
❑
�IDDE�:
William J 5cf�ultz Inc dba Circle C Construction Comp
PO Box 40328
Fort Worth, Texas 761 �4D
By: Teresa S Skelly
Signature: ��'
Title: Presiden�
END OF S�CTION
CITY C3F �OF2T WOR7N
STANbARti CONS7RUCTION SPECIFICATEON DQCUM�NTS
Form Revised 20120327
Emergency Water Line Breaks July 2029 .xls
��IV�LI�'� �� IIVi�R��Y �U�S i IO�IN�IR�
�or vendor ar a�her person doing husiness wiih Iocaf governmental en4i4y
This questionnaire refiects changes made to the law by H.B. 1491, 80th Leg., Regular Sessfan.
���� �IQ
OFFICE lF5E 01VLY
This questionnaire is being filed in aeaordance with Chapter 176, Local Go�ernment Cnde Date Received
by a persvn who has a business relationship as defined by Section 176.001(1-a) wikh a[oca[
governmental entity and the person meets requirements under Section 176.006(a).
By !aw this questionnaire must be fiEed with the records administrator of the local gov�rnmental
entity not later than the 7th business day after the date the persan becomes awar� af faets
that require the statementto be filed. 5ee Section 176.006, Local Go�ernment Cvd�.
A person commits an offense if the person knowingEy violakes Section 176.fl06, L.ocal
Government Code. An offense under this section is a Class C misdemeanor.
Name of person who has a business relationship with local go�ernmental entify.
❑ Check this box if you are filing an update to a previously filed r{uestionnaire.
(The law requires that yau file an updated completed questionnaire with the appropriate filing authority nat
later than the 7th business day after the date the origin.ally filed questionnaire becomes incomplete or inaccurate.)
Name of local government off3�er with whom ffler has empl�oyment or business relationship.
Name of Officer •
This section (item 3 including subparts A, B, C& p} must be completed for each o#Flaer with whom the filer has an
employment or other business relatianship as defined by Section 176.OQ1(�-a), Local Government Code. Attach additiona!
pages to this Form CIQ as necessary,
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment
income, from the filer of the questionna{re?
� Yes � No
B. Is the filer of the questionnaire receiving or likely to raceive taxable income, other than investment income, from or at the
direction of the local government officer named in this section AND the taxable income is not received frqm the local
governmental entity?
� Yes � No
G. Is the fller af this questiannaire employed by a corporation or other business entity with respect to which #he local
government officer serves as an officer or cEireekor, or holds an awnership of 10 percent or more?
� Yes � Na
b. Describe each ernployment or business reiatianship with the local government officer named In this sectian.
Signature of person doing 6usiness with the governmental entily
Dafe
Adopled 06I2912007
L�Cd�L G�1/ER�I�IIENi O��IC�R �OFi� ���
C��l��I� i � �ISC���I��� ��'�'��I�1��li
{Ins3ructions far completing and filing this forrri are provided on t�e next page.)
This questionnaire reflects changes made tn the ]aw by H.B. 1491, SOth Leg., Regular Session. �������������
This is the notice to the appropriate local governmental enti#y that the following local
government offcer has become aware affacts that rec�uire the ofFicerta file this statement �ale Recei�ed
in accvrdance wi#h Chapter 176, Local Go�ernment Code.
� Name of Local Go�ernment Offic.er
2 Ofiice Held
� Name of person described by Sectians 176.002(a) and 976.003(a), Local Governrnent Gode
a Description of the nature and extent of employment or othe.r business re[ationship with person named in item 3
� List gifts accepted hy the local government of�icer and ar�y farrmlly member, excluding gifts descrsbed by Section
178.003(a-7), if aggregate value of the gifts accepted from person named in item 3 exceed $250 during the 12-manth
period described by 5ection 77BA03(a)(2j(B)
bate Gift Accep#ecf Description af Gift
Date GiftAccepted Deseription afGift
Date GiftAccepted bescriptian of Gift
(attach additianal forms as necessary)
6 AFFIDAVIT
I swear under penalty of perjury that the abave statement is true and correct, I acknowiedge
that the disclosure applles to a family member (as daPined by Sec#ion 176.001(2), Lacal
Govemment Code) af tnis local government afficer. I also acknowledge thal this statement
covers the 12-month period described by Section 176.003(a), Local Governmanl Code.
Signalure of Loca[ Govemment Officer
AFFIX NOl'ARY STAMP ! SEAL ABOVE
Sworn to end subscrlbsd before me, by the said , thls tite day
of , 20 , to certify which, witness my hand and seal of office.
Signaturs af officer adminlsEering aath Printed name of offlcer adminisiering oath 7itle of aff[cer administering oath
,4dopied D6l2912047
LOCAL G01/ER��I�iVi O��'IC��
���d��I��S �I�C���UR� �����k���d i
Seetion 176,003 of #h� Lncal Government Code requires certain local governm�nt officers to file this form. A
"local governrnent afficer" is defined as a member of the go�erning body of a local govemmental entity; a
director, superintenden#, adminis#rator, president, or ather persan designated as the e�cecutive officer of ihe
local gov�rnmental er�tity; or an employee of a local governme�tal er�tity with respect to wham the local
governmentaf entity has, in accardance with Section � 76.005, extended the requiremen�s of Seetions 176.003
and 176.Q04. This form is required to be filed with the recards adminisfrator of the local ga�ernmental �ntity
not later than 5 p.m, on the seventh busin�:ss day after the date on which the officer �ecomes aware of the
facts that require the filing of this statement.
A lacal gov�rnment officer cammits an offense if the of�icer knowingly violates Section 1 i6.003, Local
Ga�ernment Code. An afFense under this section is a Class C misdemeanor.
Pl�as� refer to chapter 176 af the Local Government Code for detailed information r�garding the requirement
#o file this form.
INST�UCiI�NS FOR COi�'rP��'TI�dC T'bl� �OFt�VI
The following numi�ers correspond fo fhe numbered boxes on fhe ofher srde.
'i. Name of Local Government Officer. Enfier the name of th� lacal gover�ment officerfiling this staieme�t.
2. Office Held. Enter the name of the affice he{d by the lacal government officer filing this statement.
3. Narne of person described by Sections 176,UO2(a} and 176.003(a}, Local Government Code. ��teT
fhe name af the persan described by Secfion 'f 76.�a2, Loca1 Gavernment Cade with whom the offieer has an
employment or other business relationshi� as described by S�;ctian 176.003{a), Local Go�ernment Coc�e.
4. �escription of the rtature and extent of emplaymenf ar business relationsh�p w'rth persan named
in item 3. �escribe fhe nature and extent ofi the employment or other business relationship with the� person
in item 3 as cfescribed by Section `i76.0a3{a), Local Go�emment Code.
�. List gifts accepted, excluding gifts described hy 5ectian 176.003(a�1), if aggregate value of the
gifis accepted from person named in iiem 3 exceed $250. List gifts accep#ed during the 12-month period
(described by Sectian 176.003(a}, Local Governrr�ent Code) by the local go�ernment officer orfamily member
af fihe offiicer, exclu�ing gifts described by 5ectian 176.003(a-1 }, from tne person named in item 3 that in ih�
aggregatc exc�ed $250 in value.
6. Aifrdavit. Signature af local governmen� ofFicer.
Adopked 06/29/2047
00 41 00
BI� FOR�I
Page 1 of 59
TO: The Purchasing Manager
clo: The Purchasing Division
200 Texas Street
Gty of Fort Worth, 1"exas 76102
FOR:
City Prajecf No.: 1033�7
lJnitsl5ections: Water fmprovements
1. Enter Ir�to Agre,�m�nt
S�CTION 00 47 00
BID FORM
2027 WA7ER MAIN LEAkt RL�pAIR CONTRACT
The undersigned Bidder proposes anci agr�es, if this Bid is accepted, to enter into an Agreerrient with City in khe form
included in the Bidding Documents to perform and furnish all Work as speci�ed or indicated in the Coniract Documents
for the Bid Price and within the Contraet Time indica#ed in t�is Bid and 9n accordance with the other terms and car�ditions
of the Confract Dacuments.
2. BID�ER Ac�Cnowledgements and Certification
2.1. In sul�mit��ng this Bid, Biddar accepts all of the terms and conditians of the INVITATION 70 B1tipERS and
INSTRUCTlONS i0 BIDDERS, including withnut limitation those dealing with the dispositfon of Bid Bond.
2�2� Bidder is aware of al1 costs to provide the required insurance, will do so pending contraci award, and will
prnvide a �alld insurance certificate meetinq all requiremer�ts within 14 days of notiflcation of award.
2.3. �idder certifies khat this Bid is genuine and not made in the interest of or on behalf of any undisc[osed
indi�idual or entity and Is not submitted in conformity wiih any collusive agreemeni or rules of any group,
association, organfza#ion, or corporation.
2.4. Bidder has not directfy or indirectly induced or solicited any oth�r Bidder io submit a false or sham Bid.
2.5. Bidder has not salicited or lnduced any individual or entity to refrain from �idding.
2.6. Bidder has nat engaged in corrupt, fraudulent, collusive, oe coercive practices in compefing for #he Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means ihe ofFering, givfng, recei�ing, or soliciting of any thing of value lik�ly to
influence the action of a public afficial in tf�e bidding process.
b. "fraudulent practice" means an intentional misrepr�sentaiion of facts made (a} to influence the
bidding process to �he detriment of City (b) to establish Bid prices at artificia! non-competitive
levels, or (c) fo deprive City of the benefits ofifree and open competition.
c. "cpllusi�e practice" means a scheme or arrangement between two or mare Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at arkificial, nan-competitive
levels.
d. "caercive practice" means harming or threatening io harm, directly nr indirectly, persons or their
property to influence their participatian in the bEdding process nr affect the exeaution of the
CITY OF FORT WORTH 202'E WATER MA{N LEAK
STANDARD CONSTRUCTION SPECIFICRTION �OCUMENTS REPAIR CONTRACT
Farm Revlsad 2q75D821 City Prajecl No. 103327
a �
� '
oa a� o0
6lD FORM
Page 2 of 59
Co ntract.
3. Prequali�icati4n
The Bidder aeknawledges that fhe following wark types must be perFarmed only by prequalified contractors and
suboon#rackors:
a. W�ter I�npro�em�nts - 4-inch to .�'i4-inch Water Main Replacement
�
c.
�
4. Time of CompleEion
�F.1. The Work will be campEete for �'inaf Acceptance within 365 days after the date when the
the Contract Time cammences to run as pravided 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 af Milestones} within the times specified in the Agreement.
5. Afitached to this Bid
The following dacuments are attached to and made a part af this Bid:
a. This Bid Form, 5ection 00 41 �D
b. Required Bid Bond, Section 00 43 13 issued by a surety meeiing the requirements of Paragraph
�.01 of the General Conditions.
c. Pro�osa[ Form, Section 00 42 43
d. Vendor Cornpliance to State Law Non Resident Bidder, Section 40 43 37
e. MWBE Forms (optivnal at kime of bid)
f. Prequalification Statement, Section DO 45 12
g. Canflict of Interesf AfFidavit, Section 00 35 93
�If necessary, CIQ or C15 forms are to be pro�ided directly to City Secretary
h. A�y additional documents that may be req�ired by Section 92 of the Instructfons to �idders
6. Total Bid Amaunt
6.1, Bidder will complete the Work in accordance with the Contract Documents for the foilowing bid amount. In the
space provided belaw, please enter the total bid amount for this project. Qnly this figure wiEl be read puplicly
by the City at the bid apening.
CfTY OF F0127 WORTH 2O21 WAT�R MAIN LE4K
STANOAR� CONSTRUCTION SPECIFICATION DflCUfVIENTS REPAIR CQNTRACT
Form Rav{sed 2a1b�821 Cily Arofect No. 103327
Y �
{ �
�D d1 00
BIR FORM
Page 3 of 59
6.2. ii is u�derstood and agreed by the Bidder in signing this proposaJ thai the total bid arnount enkered below is
sub�ect to �erificatian andlor modif[cation by multiplyfng the unit bid prices for each pay itern by the respeciive
estimated quantities shown in this praposa{ and then tataling all of the extended amounts.
6.3. 7otal Bid Amount
Tofal Bid $13,359.825.00
i. Bid Submittal
This Bid is submitted an August 5, 2021 hy the entity nameci below.
Res�eckfully sub 'fted,
By,
(Signature)
Teresa S S[cellv
(Printed Name)
Title: President
Company: William J Schultz Inc dba Circle C Constructian Compa
Adt{ress: PO Box 40328
Fort Worti�, Texas 761�0
5taie of Incorporation: Texas
Email: t.�rie1�.��:-��ec:.,��stru�tcvr�.�r�
P hane: 817-293-1863
EN[i OF SEC730iV
ci�v ox �aar war�T�
STANDARb CbNSTRUCTIflIV SPECIFICATION bOCUMENT5
Form Revlsad 20150821
Corporate Seal:
2021 WAT�R MAIN LEAK
REPAiR COiVTRAC7
Cfty ProJect No. i03327
00 42 43
BID PROPOSAL
page 5 af SB
SEC'FION 00 42 43
PROPOSALFOAM
�i1►i I�r �::� [�1 �l:;3.:� i�
B�idder's Application
Project Item Infoauatian Siddel's Proposal
Bid 1.ist Item SpeciScation Unit o€
Pay IIem �a. Sr�Gon No. B�d Qu�� Measucement Daseription Tlnit Price BiQ Va[ue
'{ 077d,4102 01 70 0� 20 EA Work Order Mo6ilization
Three - Thousand Dollars
no Cenfs $3,000.00 $60,000.00
2 331'i.0�59 33 19 10 90Q LF 4-inch DIP Wafer Plpe
elghty flvs
Dollars
no Cents $85.00 $8,500.00
3 3311.�D61 33 i 1 12 10[1 LF 4-�inch PVC Water Pipe
sevenfy five
�ollars
CenFs $75.00 $7,50D.00
4 339 9.fl159 3311 10 500 LF 6-Inch DIP vUafer Pipe
ninety flve
�a[lars
Cents $95.OQ $47 500.00
5 3311.Q161 3311 12 1,OOU LF 6-inch PVC Water Pipe
eighry five
Dollars
Cenls $85.OD $85,000.00
6 3311.0261 3311 1D 50D LF 8-inch �1P Water Pipe
one hundracE five
oollars
Cents $105.OQ $52,500.00
7 33i1.02S1 3311 12 1,OOQ tF 8-inch PVC Water Pipe
ninety five
Dollars
Cents $95,0� $95,D00.00
8 3311.0351 3319 'k0 250 LF 10-Inch DIP Water Pipe
one hundred twenty
�ollars
Cents $120.0� $3d,00tl.00
9 3311.036'[ 33 1 i 12 500 LF 10anch PVC Water Pipe
one hundred len
Dollars
Cents $'i10.OD $55,pOD.O(J
10 3311.0451 33 11 10 5U0 LF 12-Inch �1P Wafer Pipe
one hundred thlrty
�ollars
Cents $130.00 $65,000.00
11 3311.0487 �311 12 1,000 LF 12-inch PVC WterPipe
o.ne hundred tweniy
Dollars
Cents $120.00 $920,tl00.00
12 3311,0551 331i 10 'i00 LF 16-inch DIP WaterPlpe
�CIIYOF FORT WORTH 2O21 WA7E12 MAIN LEAK
5TAN�AR� CONS7RUCT10N SPEGIFICATION UOCl1M�N75 REPAIR 0�6l7RAGT
Form Revlsed 20i 207 20 Cily Projec! No. tOS327
5 i
t °
00 42 -03
B�o pROPOSAL
Page B oi.SB
�
GITY 6F FPRT WQRTH
STANDAR� CONS7RUCT10N SPECIF[CqTION �OCUMENTS
Fortn I�eNsed 267Z0720
hundred
�ollars
Cents
$200.U0 I $20.ODQ.OD
R�21� WATSR MAIN EEAK
REPAIA cONTAqcT
Gily Pro]eot No. 193327
00 q2 43
BI� PROPO5AL
page 7of8fl
SECT[ON UO 4� 43
PROPOSAi. FORM
Ul_►1..Yy'��� t � ��
Sidder's Application
P[aject Item fnformatiam Siddefs Proposal
eid List Item Specificatian i3nit of
Pay T3em �0 5ectiva riIo, B� p�'a°u� Measureme.nt Descriptian Unit Price Bid Value
13 33i 1 A56� 33 11 12 10fl I.F 16-inch PVC C905 Water pi�e
one hundred seventy fve
Dollars
Cents $375.OU $9%50�.00
14 9999.0001 3311 1d 1�Q LF 2D-inch DIP Water Pipe
two hundred twanty
�ollars
Cents $220:p0 $22,0OO.OQ
i5 9999.D002 33'I1 i2 iD0 LF 20-Inch PVC C905 Water Pipe
two hundred
pollars
Cenis $2Ua.oU $20,000.00
16 3311,0651 33 11 10 100 l.F 24-]nch DIP Water Pipa
fwo hundred eighfy
Dollars
Cents $2$U.O� $2$,OQ0.00
'{7 3311.QS61 33 11 i2 100 1.F 24-Inoh pVC C905 Water Pipe
two huncfred seveniy
€]ollars
Cents $270.00 $27,QD0.00
18 3311.0671 33 11 14 10U l.F 24-inch Steel AW WA C20q Water Pipe
fwo hundred seventy
[]ollars
Cents $270,QQ $27,OOO.QD
19 3317.0681 33 11 13 10p LF 24-Inch Concrete AW WA C303
Water Pipe
two hundred seventy
Dollars
Cenls $270.U0 $27,OOQAO
20 3311,0751 33 11 1� i00 �.F 30-inch bIP Waier Pipa
three hundred
DoAars
Cents $300,OD $30,0OO.OA
21 3311.0761 33 11 14 10o LF 3D-Ir�oh Sleel AWWA C200 WaterPipe
two hundred eighty
Dollars
Csnts $280.00 $28,000,00
22 3311.0771 33'f113 'i4Q l.F 30-inchConcreteAWWAC3U3
Water Pipe
thrae hundred
� Dollars
Cents $3oU.p0 .�3Q,00o.00
29 3311.0851 3311 10 1 p0 LF 36-Inch DIP Water Pipa
three hundred twenty
Dollars
Cenls $32p,Uo $32,000,00
2a 3311.�869 3311 1�+ 100 LF 38-Ench 5teel AWWA C2pp Water Pipe
CkTY OF FORT WORTH 2O27 WA7"Eft hfAlM LEAK
STANtiARL1 CON37RllCTION SPECIF[CATIUN �OCUMEPITS REPAIR COPF7RAGT
Form Revlaad 20120726 Ciry Pro�ect No, 103327
t i
00 42 93
BI� PROROSAL
page & af 5a
three hundred fifty
aollars
Cents
$350.00
cin oF �aar woazw za�� waT�R naair� �.�nK
8T0.NOARD�CON97RUCT[4N SPECIFIGATfON GOCUMEF�ITB REPAIR QONTRqGT
Form Rovised 2042U120 Gliy Pm)ect No. 7.03327
0o az aa
BID PROPOSAL
Page B of 59
S�cTrory oo az a3
rxopos�, xo�
urnT px�cE srD
Bidder's Application
Projeci Item Inforn�aEion Iiidder's Proposal
P2yltem aid List Itam Speci6catinn B�d Qu���� Unit of pescription []ail Pricc Bid Value
Ma, SectionNu. Nieaeureme¢t �
25 3311.0871 33 '[ 1 13 10D LF 36-Inch Concrele AW WA C303
Watar Aipe
thrae hundred elghty
Dotlars
Cents $380.00 $38,000.00
26 331i.0951 33 11 10 100 LF 42 inch p!P Water Pipe
four hundred iwenty
aollars
Cenfs $420.06 $42,000.00
27 3311.0961 33 71 14 100 LF �k2-incF� 5teel AW WA C200 Water Pi�pe
faur hundred fiky
Dollars
Cents $4b0.00 $45,000.00
28 339 9.0971 3311 13 1 �U LF 42-Inch Concrete AW WA C3Q3
Water Pipe
four hundred fifty
Dbllars
Cents $450.OD $45,400.00
29 33ii.1051 3311 14 '{00 LF 48-inch bIP WaierPipe
four hundred eighty
Dollsrs
Cents $48U.OD $48,D00.00
3Q 3311.'iQ61 33 11 94 100 LF 48-inch 5tee1 AWWA C20U Water Pipe
fiive h�ndrecf
Dollass
Cents $5U0.40 $50,000.00
31 3319.1071 3311 13 9�U LF 48-inch Cohcrete AWWA C303
Water Pipe
five hundred twenty flve
bollars
Cents $525.00 $52,500.00
32 3391,1151 3311 10 100 LF 54-inch alp Wafer Pipe
five hundred fifty
�ollars
Cents $550.00 $55,000.00
33 3311.1161 3311 14 100 LF 54-inoh Sfeel AWWA C2D0 Water Pipe
five hundred seventy
Dollars
Cents $67D,OD $57,000.00
34 33.11.1171 3311 13 1 DU LF 54-inch Concrete AW WA C303
Water Pipe
five hundrad seventy
Dollars
Cenfs $57U.00 $57,000.00
35 3305.20Q9 334524 1UD LF 6-inahWaterCarrierPipe,
DIP �rlCasing Spacers
one hundred
boltars
Cants $900.00 $i0,000.00
36 3305.20Q2 33 05 24 1 �0 LF 8-inch 1Nater Carrler Pipe,
�CITY 4F FORT W�RTki 2021 WAT�R MAIb! LEAK
STANdARo CON3TRl1CTS�3J-SPECIF'iCA710N DOCUMEiJTS REPAIR-CONTRACT
Form Rewsed 20120126 CilyproJeclNo, ia3327
1 �
0o a2as
BIO PROROSpi
Pege 19 of 69
cirr o�fnRr woRrH
37ANnAR� GON67R11C71ON SPECIFIGA710M UOCi1MFs1T8
Porm ReHaed 2p12p120
wlCasing Spacers
hundred twenty
bollars
Cents
I
$920.Q0 � $12,000.00
2�27 WATER MAIN LEpK
REPAIR CONTRACT
Cily PioJecl No. 10532'7
00 42 43
BIO PRUPOSAL
Page 71 of fi9
sscT�oH oo ax a3
PROPOSAL FORIuI
UNXT PRICE BID
Bidder's Application
Project Item Information Biddei s Proposal
Eid I.ist Ilem Spo�ificatioa LIniE af
Pay Item �p 5��� No, B�a �u���ty Measurement ➢ascription Uait Price B[d VaFne
37 3305.2pQ3 33 05 24 100 LF 10-inch Water Carcier Pipe,
DIP wlCasing Spacers
one hundred fiifty
Dn[lars
Cents $15p.4D $95,0OO.Od
38 33p6.20Uh 33 05 24 100 LF 72-inch Water Carrier Fipe,
DIP wlCasing Spacers
ane hundred seventy
�ollars
Cenfs $17Q.00 $77,000.00
39 33D5.20Q5 33 05 24 100 LF 16-inch Water Garrier Pipe,
DIP wlCasing Spacers
two hundred
�a�lars
Cents $20d.00 $20,0OO.OQ
40 3305.2406 33 0.5 24 100 LF 20-inch Wafer Carrier Pipe,
[Jlp wlCasing Spacers
two hundred thiriy
Dollars
Cenls $230.�0 $23,DDO.DO
41 3305.2p07 33 05 24 1D0 LF 24-inch Waler Carrlar Pipe,
dIP w�Casing 5pacers
!wo hundred fiifty
�nllars
Cents $250.00 $25,000.00
42 3305.2fl08 33 D5 24 100 LF 30-inch Water Carrier Pipe,
pIP wlCasing 5pacers
three hundred
�ollars
CenYs $30fl.00 $3Q000.00
43 3345.2009 33 05 24 100 LF 36-inch Water Carrier Pipe,
C]IPwlCasing Spacers
three hundred fiity
Doliars
Cents $350.00 $35,000.00
44 3305.2U10 33 05 24 100 LF 42-9nch Wafer Carrier Pipe.
DIF' wlCasing S�aoers
four hundred
Doliars
Cents $400.OD $40,OOO.QO
45 3305.2019 33 p5 2�} 14{} LF 48-Incf� Water Carrler Pipe,
[JIP wJCasing Spacers
faur hundred P�fty
Dollars
Cenfs $450.D� $45,000,00
46 33052D12 33 05 2A 10p LF 54-inch Waler CaMer Pipe,
DIP wlCasing Spacers
five hundred
�ollars
Cents $5�0.00 $50,OOD.00
47 33U5.1 UD3 33 05 22 20U LF 20-inch Casing by Open Cuf
fhree hundred fifty
bollars
Cents $35D.00 $70,000.00
48 3305.1004 33 Ob 22 104 LF 24-Inch Casing by Open Cut
GITY flF FORT WORTH 2O29 WA7ER M1hAIN LEAK
&TAN�ARa C�3JSFRU6TION SpECIFICAT[OF! DOCIIF/EIJT5 REPAIR CONTRAGT
Foien fiavised 2012092� CRy Pmjecf�No. 1033P7
.
60 42 43
BI� FROPOSAI
page 72 aF59
�
GfTY OF FORT WORTH
STAP1bAR� CONSTRUCTION SPECIFICATION DOCUMEFfTS
Form Revised 2612U120
hundred
Qallars
Cen3s
$4ap.aa � $40,000.00
202i Wa'i�R MAIN LEAK
REPAIR CONTRACi
City Pro]ecl No. 7�5327
0o a2aa
alo PRaposAl
page 73 aF 68
S�CA'ION 09 42 43
PRDPOSAL FOIiN!
�r�.r � �;� ��; i �.
Bidder's Application
Project {tem Infarmaflan Bidder's Propasal
Pay I[em Bid T,ist liem Specificatian B{� QuanHty U°it of Descrip€ien Unil Price Bid Valuc
]�la. Section No. Measueement
�49 3305.1005 33 05 22 1 UO i.F 3U-inch Casing by Open Cut
four hundred flfy
poflats
Cerrts $d50.Q0 $45,040.00
50 33D5.1006 33 �5 22 5U l.F 86-inch Casing hy Open Cut
fve hundred
�ollars
Cenfs $5D0.00 $25,400.D0
51 3305.7Q07 33 05 22 50 l.F 42-inch Casing by Open Cut
(i�e hundred flfty
Dollars
Cents $550.ff� $27,5D0.00
52 33U�.10D8 33 p5 22 5p L.F 48-innh Casing by Open Cut
six hundred
poll2rs
Cents $60�.OD $30,Q00.00
53 3305.1 a09 33 b5 22 5p 1.F 54-inch Casing by Open Cut
se�en hundred
flollars
Cerrts $7QO.D0 $35,D00.00
54 33D5.1010 33 �5 22 50 l.F 60-inch Casing by Open Cut
eighf hundred
bollars
Cents $800.OD $d0,OQ0.00
55 3305.1 D11 33 45 22 50 LF 86-inch Casing by Open Cut
nine hundred
DpBars
Cents $900.DU $45,OOa.00
56 33{i5.1012 33 05 22 5o LF 72-inch Casing by Open Cut
one thousand �ve hundred
Rollars
Cents $i,500.40 $75,OD0,00
57 3305.1103 33 05 22 200 LF 20-inch Casing 6y Other than
Qpen Gut
eight hundred
boAars
Cehfs $800A0 $960,0�0.00
58 33Q5.'[ 3 D4 33 d5 22 10p LF 24-inch Casing by Other lhan
Opan Cut
nine hundre.d
Dolkars
Cents $900,00 $90,OOpAO
59 3305.1105 33 0522 100 LF 30-inch Casing hy Otherthan
Open Cut
one thousand
pollars
Cents $i,d00,00 $i00,000.00
64 3305.1106 33 05 22 50 i.� 36-lnch Casing by Other than
CITY OF FPATV4aRTH 2O2� V4ATER MAIN iEAK
STRNUARO C�NSTRUCT[�N SPECIFICATlON 60CUMENTB REPAIR CONTRA�CT
Farm Revlsed 20t2U120 CRy PioJeatNo.103�27
no a2aa
BIO PR[7POBAi.
Pege 14 oF59
�
1.
crrr of Foxr waarH
57AG7�AR� GONS7Rl1CTION BAEE4FICATION �OGl1MENT5
Form Rayised 2Pi2U120
Open Cut
one thousand flve hundred
Doilars
_Cehts $'I ,500.00
20251fJATER MAW LEAK
REPAIR EUNTRACT
Gity Pmjact Na.103327
tlA 42 d3
910 PROPaSAL
Pege 15 of 59
,��c�iorr ao az a3
�xoros�. rroxtv�
UNIT PRICE BID
Bidder's Applica�ion
Projact Item Informatioa Hiddec's Proposal
BidListItem 5pecifcstion Llvitoi
Pay Itam Na. Seation No. Bid Quantiry Meesurement ���P��pa IInit Price Sid Value
fi1 3305,7107 33 05 22 50 LF 42-Inch Casing hy Okher than
Open Cut
one thousand five hundred
Dallars
Cents $1,50D.�D $75,000.00
62 3365.1108 33 05 22 54 LF �}8-inch Casing 6y Othar than
Open Cut
one thousand se�en hundred fifty
Rollars
Cents $1,7'50.00 $87,500.Q0
83 3305,1149 33 05 22 5� LF 54-Inch Casing by qther than
Open Cut
one lhausand seven hundred iifty
Dol[ars
Cerets $1,75D.00 $87,500.00
E4 3305.11'i 0 33 05 22 50 LF 60-inc� Casing 6y Olhar tF�an
Open Cut
fwo thousand
pollars
Cenfs $2,O.D0.00 $900,00.0.00
65 3305,1111 33 05 22 50 LF 66-inch Casing by Other fhan
Open Cut
twothousand
Dallars
Cents $2,000.00 $900,000.00
66 33�5,i 112 33 U5 22 50 LF 72-inch Casing by Oiher than
Open Cut
Ywo thousand ser+en hundred fifty
oollars
Cents $2,750.00 $'l37,5Q0.00
67 3305.1301 33 05 21 50 LF 38-9nch Tunne! Linet I'late by
Other than Open Cut
one thousand fiva hundred
�ollars
Cents $1,500.0� $75,000.00
68 3305.1302 33 05 21 50 LF 42-Inch 7unnel Liner P4afe by
Other than Open Gut
• one thousand five huncEred
pollars
CenYs $1,50Q.0� $75,000.0�
69 3305.1303 33 05 2i 50 LF 48-Inch Tuhnel Liner Plate by
Ocher than Qpen Cut
one thousand seven hundr�d flfty
Aollars
Cents $9,750.d0 $87,500.Q0
7tl 3505.9304 33 D5 21 50 LF 54-ineh Tunnel Liner Piate by
Otherthan Open Cul
ane fhousand se�en hundred flfty
bollars
Cenis $1,750.00 $87,500.OQ
71 3305.1305 33 U5 21 50 LF 60-inch 'Tunnei Liner Plate hy
Olher ihan Open Cut
twothousand
oollars
Cents $2,0OO.OD $�Q0,000.00
72 33U5.1305 33 05 21 50 LF 6S-inch Tunnel Liner Plate 6y
CfTY OF FORT 44'ORTH 2621 WATER MA W LSAK
97AH6ARp C4NS7R11C710N SPECIFIEATION OOCUi�AEN7S REPAIR CONTRACT
Form Revlsed 2012U120 Gfry ProJecl Na.103327
00 92 43
Bk� PROP09AL
Page 76of59
CIIY OF FORT WORTH
8'TAN�AR� CON9TRUCTION 5PECIFICATION �OCUMEN75
Form Ravised 20126i2�
Other than Open Cut
a
$2,500.OD I $9
2021 WATER MAkN LE4K
REAAIRCONFRACT
Cily Pm[eck No. i Q3327
oa 42 4a
BI� pROPQSAL
page 7 7 o15B
SECTION 00 42 43
PROPQSAL FdRM
UNIT PRICE BiD
Bidder's Application
Frojecl I1em InPormation Bidder's Pcopasal
Bid�LiStItem Specificafion Unitaf
Payi[em �o. Seclwn ]Ho.. �ld Qwantiry Measuremeot Descrip[ion ilntl Price Bid Value
73 3345.'{ 307 33 05 21 5� LF 72 inah Tunnel 4.iner Plate by
Other fhan Open Cut
two thousand five hundred
�ollars
Cents $2,5D0.00 $�25,OOtl.00
74 33i2.3D01 3312 20 10 EA 4-inch Gate VaEve
one lhousand five hundred
Dollars
Cants $'{,500.00 $15,0OO.Op
75 3312.3002 3312 2D 25 EA 6-inch Gate Valve
twathousand
Dallars
Cents $2,000.00 $50,OOp,00
7fi 3312.3a03 33 12 2� 25 EA S-incf� Gate Valve
two thausand flue hundred
❑ollars
CenEs $2,500.OD $62,5DO.Q0
77 3312.30D4 33 12 2D 15 EA 1 Q-inch Gate Valve
three thousand
Doflars .
Cents $3;OOOAO $45,000.00
78 8312,3005 33 12 20 25 EA 12-inch Gate Vavle
lhree lhousand five hundrgd
Dollars
Cenfis $3,5.DO:OU $87,500.00
79 3312.3006 33 12 2D 5 EA 16-inch Gate Vaiva wlVaulf
e[gf�feen thousand five hundred
�ollars
Gents $18,500.00 $92,500,00
80 9999.00[13 33 12 20 5 EA 16-inch Gate Valve, Direct Bury
Ewenty five thousand
� Dollars
Cents $25;OUO.UO $425,000.00
8'[ 3312.3007 3312 2U 5 �A 2�-inch Gate Va{ve wlVault
thirty five thousand
Dollars
Cents $35,00.0.0� $975,R00.00
82 9999A004 33 12 20 5 EA 20-lnch Gate Valve, D�rect Bury
thirty thousand do[lars
Cents $30,000.00 $950,DOO.QO
83 3892.30D8 33122D 5 EA 2�4-inchGateVavlewlVault
forty Ehousand
�otlars
CenEs $40,OOD.00 $200,QOD,OQ
84 9.999AD05 3312 20 5 EA 2�}-inch Gate Valve, L7irect Bury
GITY QF F4R7 WOfi7H 2U21 WATER MAIM LEAK
STAN�AR� GONSTRl1CT14N. SPEC1FICqTION PaCUI✓ENT3 REPAIR CON'[FL4C7
Fo'm Rev�sed 20720120 Gilypraject Na 9Q3327
i
�
CITY OF FOIZT WORTH
3TAiJOARO CONSTRUCTION SPECIFICATON �OCUMEh7TS
Farm Rei3sed 2a720320
thirty five thousand
Dollars
_Cenls $35,DQO.U�
ao az aa
Blp PROp4SAL
Page }8 oi69
2621 WATER iulAlh! LEAK
REPAIFi GafJTRACT
GNyPmjem! No. 103327
no aa aa
BI� PROPdBAL
Yega 18 oF 59
SECTION 00 4Z 43
PROPOSAi. FORM
UNIT PRICE EID
Bidder's Application
Fmject Item Infnimatian Bidder's Prnposal
Pay Item B=d List I1am Spacffication $�d Quanlity Uni! oF pescripllon Unit P�Ice Bid Value
T'o. Section 1Vo. Measureroent
85 3312.3D09 3312 20 2 EA 30-inch Gate Valve wNaull
fiRy fve ihausand
Dollars
Cents $5�,oao.00 $1�0,000:00
86 9999.00D6 3312 20 2 EA 30-inch Gate Valve, Direct 8ury
fiftvthousand dollars
Cenls $50,000.aa $90�OOQ.00
87 3312.3610 33 92 20 2 EA 36-inch Gate Valve wfVault
sixty five thousand dallars
Cents $65,Op0,00 $130,000.00
88 9999,OOD7 3312 20 2 F�, 38-inch Gate Valve, Direct B�ry
sixty thausand dollars
Cenfs $60,Op0.00 $920,000.00
89 3312.30'{ 1 3312 2� 2 EA 42-inch Gafe Valve wNault
ane hundred twenty thousand
Dollars
Cents $i20,d00.OD $240,000.00
90 3999.0008 33 12 20 2 EA 42-irsch Gate Vaive, Direct Bury
one hundred fen thousand dollars
Cents $110,UOD.00 $220,000.00
91 3312.3U12 3312 2U 2 EA 48-ineh Gate Valve wNa�lt
one hunred fortv fi�e thousand dollars
Cents $145,000.40 $29D,000.00
92 9999.QD09 3312 20 2 EA 48-inch Gate Valve, Direct Bury
one hundred thirty fiye
lhousand pollars
Cents $435,000.00 $270,OOO,flO
93 9.999.001 ff 3312 21 2 EA 3�-inch AW WA SulEerfly
Valve wNault
thirtyive lhousand doikars
Cents $35,OD0.00 $70,OOD.00
94 3312.5U00 33 j 2 21 2 �A 36-fnch AW WA Buttarffy
Valve wNault
forty five lhousand dollars
Cents $40,000,00 $.80,000.00
95 3312.50.01 3312 21 2 F�1 42-i�1ch AW WA BulterFly
Valve wNault
fi� thnusand dollars
Cents $SD,OOU,OD $100,000.00
96 3312.5UO2 33 � 2 21 2 EA 48-inch AW WA Buttertiy
Valve wNault
CI'I'Y OF FOK7 WORT71 202� WATFR iJ�AIN LF1iK
3TAhl�AR� C�NBTEik1CTEON SPEGFEEqTIUN P�CllMENTB REPAll2 CON7'RRCT
Fonn RetAsed 20120520 Clty P�o]ac� N0.103327
1
�
I
:
I�
!
CITY OF FORT W4RTy
S7AiJC1ARd CUNSTRUCT[OM SPECIFICATION OOGIFMENT9
Form ReNsed 26120120
���. d�
00 92 43
81� PROP4SA1.
paga 26 oF 59
2027 WATER MAlN LFAK
REPAIR CON'ERAET
cilyPru)ect uo. toasz7
00 42 43
BIO PROPO&AL
Paqa 21 of 54
SECTION 00 42 43
PROPOSAL PORM
UNIT PRICE S�D
Sidde�r's Applicatxon
Projaci [tem Informatian IIidder's Proposal
13id i.iat Itew Spacifcation IIuit of
P$y �t� No, Secrion No. $'d Quantiry Meesurement Q�scriptian Uait Price Bid Value
97 3312.5flD3 33 12 21 2 �A 5�4-inah AWWA ButterFly
Valve wlVault
ninaty thousand dollars
Cenfs $90,04D.OD $1g0,Q00.00
9$ 3312.3101 33 92 20 5 EA 4-inch Gut-[n Gate Va1ve
four#housand
Cents $4,000.0� $20,000.00
99 3312.31 D2 33 12 20 5 EA 6-inch Cui In Gate Valve
fourthousand five hundred
Cenfs $4,50D.00 $22,500.00
100 33.12.31U3 33 i2 20 5 EA 8-inah Cut-[n Gate Vaive
five thousand
Cents $5,OD0.00 $25,0OO.OQ
'i01 3312.3104 33 122Q 5 EA 10-Inch Cuf-In Gafe Velve
six thousand five hundred
Cents $6,500.OD $32,500.A0
1�2 3342.3105 33 92 20 5 EA 12-inoh Cut-In Gate Valve
seventhousand
Cents $7,000.00 $35,000.00
iO3 3312.310G 33 122U 2 EA 16-inch Cut-!n G�ts ValvewNault
twenly five lhousand dollars
Cents $25,00a,00 $50,400.40
104 3312.3107 33 72 24 2 EA 20-inch C.ut-In Gate Valve wNawlt
iiflv flve thousand dollars
Cents $55,aao.00 $1i0,00Q.00
'[D5 3312.3109 33 12 2Q 2 EA 24-inch Cut-In Gate ValvewNault
sixly thousand dollars,
Cents $60,OOO.pO $120,000.00
106 3312.3110 33 12 20 2 �A 3Q-inch Cui-In Gate Vafve wNault
eiqhty_thausand dollars
Genfs $80,000.00 $1fi0,000.00
107 3312.3111 3312 20 2 �A 36-inch Cut-In Gate Valve wNa�lt
ninei housand dollars
Cents $9p,a0D.p0 $180,Q00.00
108 3312.3912 3312 20 2 EA 42-inch Cuf-ln Gate Valve wNauli
one hundred si�y thousand dpllars
G11Y OF FORT 1N�RTH 2O2S WATER MAW EEAK
6FAN6AR� CONSTRUCTION SPECIFICAT(ON �OCIJMENTS REPAIR GON7ftAC7
Form Ftevlaed 201Z012U PityA�uJeG No. 703327
D092 43
BIE] PRI7POSAL
Page 22 af 59
,.
�
�
�
�
� I �ollars
� Cents $160,pODAO $320,D00.00
CITYUFFORT WORTH
SipNnAHd GONSTRLGTION SPECIFICATSON OOGl1MENT8
Fnrtn Re�ised Ru12012U
zo2ti N7ATER MAIN LFAK
REPAIR CA3JTRACT
city Pio[ect No. 7U3327
0{142 43
91b PROP09AL
Page 23-of 59
SLCTIQ�V 00 42 +�3
PROPOSAL FOiLM
[il�lj���!]�: -i7
Sidde�'s Applicatian
Pmject Item information Siddecs Propasal
Pay Item g'sd List I[em SpeciC�catinn $�d Qusatity Unil of ➢ascriptlon Clnil Price Bid Value
No. Seclion No. Measurement
1 �9 9999.0011 33 12 20 2 EA 48-Inch Cut-kn Gate Val�e wNault
one hundred e�hk4lhpusand dollers
Cents $1 &O,Q00.00 $360,000,00
11 p 9999.4012 33 i 2 20 2 EA 54-lnch Cut-In Gafe Valve wNaulf
three hundfed thousand dollars
Cents $30Q,OOp.Op $SOO,OOO.OD
i11 62A�1.i301 024994 5 EA Ftemove4-inchWaterValve
three hundred doAars
Cents $3�O.D0 $1,500,00
112 0241.1302 02 41 1G 5 �A Remove fi-inch V4fater Valve
fiva hundred dollars
Cents $500.00 $2,500,00
113 0241.1303 0241 14 5 EA Remo�e 8-9nch Watar Valve
stx hundrec! dolfars
Cents $600.00 $3,000,00
114 0249.1304 0241 14 5 EA Remove i0-inoh WaterValve
seven hundred dollars
Cerrts $700.0.0 $3,5a0.00
115 0241.13U5 0241 14 5 EA Remove 12-inch WatarVal�e
seve� hundred dol4ars
Gents $706.00 $3,500.00
11B U241.1351 02 41 14 2 EA Sa vage 16-inch Water Valve
one tho�sand dollars
Cents $4,0OO.Od $2,000.00
117 0241.1353 02 �F1 i4 2 EA 5alvage 20-inch Water Valve
one thausand fl�e hundred dollars
Cents $i,5tl0.Up $3,OOO.DO
118 0241.i354 D2 43 14 2 EA 5alvage 24-Inch Wafer Valve
one thausand five hundred dollars
� CenEs $1,50D.00 $3,000,00
119 0241.1355 02 41 14 2 EA Salvage 30-Inch Water Vaive
two fhousand five hundred dollars
Cents $2,5DO.D0 $5,000.00
120 0241.1356 0241 'i4 2 EA 5alvage 36-inch WaterVavle
CIIY OF FORT WOftTFi ���1 WAT�Ft MAIN f�AK
BTANRAR� CONSTRUGTION SPECIFICAl1ON R�CU3�M1ENT5 REPAIR GaNTRAGT
Form Rev�ed 2Ri20120 CityFfoJect Ma, t08327
00 q2 43
Bi0 FROPOSAL
Pepe 24 af 59
three thnusand
� I Cenis � $3,D00.00 � $6,00�.0�
CITYOF F�RT WORTH
STAN6AR� CCINS7F2UCTION 3PECIF1CATlO�i �OCUMEtJ73
Furm Revisetl 2q720720
2027 WATER A9AIN LEAK
REPAIR CtlN7RACT
CilypfoJeclNo,103327
ao az 4a
BI[7 PROPaSAI
Page25 oF56
SECTION OQ A2 43
PROPOSALFORM
CI1►1 Y i�-7:� [�� : -I-��
Bidder's Application
Projed Item Informalion Bidder's Proposal
Yay tte�p $�d List Ifem Spec35caGon B�d Quentity ��t�af Descripiion i7¢it Pnce Bid VaI¢e
No. Seciioa No, Measurement
121 0241.1357 �2 49 14 2 EA Salvage 42-inch Wafer Valve
five thousand dollars
Cents $5,OOO,DU $90,ODD.OD
122 0241.9358 02 4'f 94 2 �A 5alvage 48-inch Water Valve
five Ehousand
ol{ars
Cents $5,OOU.Op $7p,000.00
123 024�.1359 02 49 14 2 �A Salvage 54-inah Water Valve
flve fhousand doliars
Cents $S,OOOAO $90,OOD.Oa
124 33'f 1.ODOi 3311 1� 10 70N �uctile Iron Wafer FiAings
vVlf2estraint S 12-inch
ten thousand
Cents $i0,0�0.00 $f00,0.00.00
125 331'[.40d1 33 11 11 1U iQN bucfife Iron Weter Fittings
wlResiraint z 16-inch
Ewenty five thousand
c�nrs �zs,onn.00 $2�0,000.ao
126 3311.OU11 33 11 14 1 LS 24-Inch Steel Pipe Fittings
(PerAttached List�
Dol lars
Cents $122,OODAD $722,000.40
127 3311.q�11 33 91 14 1 1.S 30-inch 5teel Pipe Fittings
. (Per Attached List)
Dollars
Cents $139,40.D.00 $139 ODO.Od
928 3319.0011 3317 14 7 LS 35-inch 5leel Pipe Fittings
{Per Attached Lls!)
Dollars
Cents $16Q,i0p,Op $160, 900.OQ
129 3311.OD11 3311 94 1 i..5 42 inch Steel Pipe Fittings
(Per Aitached L[st}
Dallars
Cen#s $179,500.D4 $179,50p.00
130 3311.Q011 331'i 9�} 1 LS �48-inch Sfeel Pipa Filtings
(Per Attached List)
Dollars
Cenis $204,000.p0 $2D4,000.00
131 3311.OU1'i 33 i 1 44 1 L5 54-inch Steel Pipe Fittings
(Per Attached Listj
�nllars
Cents $232,OOD.pa $232,Q00.00
132 3311 A021 3311 13 1 LS 24inch Concrete C363 Pipe
Fittings (Per Attached List)
CITY OF FORT WORTH 2O21 WATER MAM LEAK
S7ANQARD CONS7ftUG714N SPEGIFIGATION �OCLIMENT9 REPpIR CONTRAQT
Farm Revised Ra12072o Gty Pmjscttdo. i03327
6p 42 43
BI� PROP08AL
Pa9e 28 0{ 5g
CIN OF FORT WORTH 2a21 WATER MAIN LF15K
SiAkUARd CONSTRUCTION�SP�CIFICATION DOCIIMENTS REPAIR C�M7f2ACT
Fonn Re�ised 2072012P CiryP�ojeet No. 703�27
90 42 43
BID PROP09AL
Page 270(59
SECTION 00 42 43
PROFOSALFORM
U1�fMM���[��1;3lr'
Bidder's App].ication
Pmjecl Item Po%rnlatioa Sidder's Proposal
Sid Lis[ Item SpeciScetian Lfnif nf
7ay Item Nn. Sectioa Na. $�d Qu��ty Measura�nent ���Ption [7¢it Price Bid Va1ue
133 3311,OD21 3311 13 1 LS 30-inch Concre}e C303 Plpe
Fittings (Per Attached List}
Dollars
Cents $13S,O�D.00 $i39,000.00
134 3311.OU21 3311 13 1 LS 36-inch Concrete C303 Pipe
Fitt€ngs (PerAttached List)
Dollars
Cents $164,OOO.DO $�64,000.00
135 3399,0021 33 91 13 1 LS A2-irich Concrete C303 Pipe
Fi�ings (Per At�acherJ List)
Dollars
Cents $179,55D.00 $179,550.00
13S 3311,0021 3.311 'f3 1 LS 48�inch Concrete C303 Pipe
Fittings (PerAtfached LisE)
�ollars
Cents $203,Q00.00 $203,000.00
'[37 331 �.Q021 3311 T3 1 L5 54-Inch Concrete C303 Pipe
Fittings (Per Ailached t[st)
Dollars
Cents $232,OOD.OD $232,QOO.OD
138 33'i2.0001 33'f240 20 EA FlreHydrant
five thousand doltars
Cents $;5,OOD.00 $i00,400,a0
i39 3305.0909 33 05 14 2D VF Fire HydrantStam Extensl4n
three hundred dollars
Cents $3�0.40 $6,000.00
140 0241.1510 02 41 14 5 EA Salvage Fire hydranl
six hundred
Cants $600.00 $3,OOaA�
141 3312.1002 3312 3Q 5 EA 2-inch Combination Air Valve
Assembfy far Water
fifteen thousand dolEars
Cents $15,ODQ.00 $75,Q00.00
142 3312.1003 3312 30 5 �A 3-inch Combinatlon Alr Valve
Assembly for Water
hnrent thousand oltars
�ollars
Cenfs $2Q.00O.AO $900,000.00
143 3312.�004 33 72 30 5 EA 4-Inch Combinatlon Air Valve
Assembly for Water
lwentvfive thousand dolla�s
Cen#s $25,000.00 $i25,000.00
144 3312.'Efl05 3312 30 2 E4 6-inch Cambination Alr Value
Assembly for 1Nater
CITY OF FORY WORTH 2427 4VAT�R i�IAIN LFAK
STANDRI30 CON87RUCT10N SPEC1FlCATION pOCUMENT3 REPAIR CONTRAG7
FOn11 Revieed 20120120 Cily p[a[eal Nn.103527
0o axn�
9m pROPOBAL
Page26 oFb9
�
� !
� I
CRY QF FORT WORTH
STAN�AR� CONSTRUCTION 3PECIF{CATION OOGl1MENT6
Folm lie+l�ed 2072A120
���.�0
2�2i 1rVATF1t MAiN L@AK
REPASR CONTRACT
City Pmject No. 7U3327
Oq 42 43
BSq PR�POSA!
Page 29 oF 59
SECTION 00 Q2 43
PROPOSALFORM
UN�T PRICE BID
Szdder's Application
Praject T€em Inlbrmation Biddee's Proposal
Bid List I[am Specificalion Unit oi'
Pay Item No. 5ectioA Na. B�d Q���� Measurement Description Un�t Price Sid Va1ue
145 33'f2.100fi 33 12 30 2 EA $-inch Compination Air Valve
AssembEy for 1Nater
foriy thousand dollars
Cents $4D,OUO.flO $80,OOD.00
146 3312.6001 3312 6.0 5 �A 4-inch Blow Off Valve
fifteen thouand dollars
Cents $15,OOO.QO $75,ad0.�00
i47 3312.60U2 33 1269 5 EA 6-Inch BlowOff Valve
lwenty lhousand dollars
Cents $2a,000.00 $i0Q000.00
148 3312.6Dp3 3312 60 2 EA 8-inch Blouv Off Valve
twentyfive thousand dollars
cents �z�,000.ao �sa,000.ao
1�9 3312.6pQ4 33 72 6U 2 EA 92-inch Blow Of� Valve
thirty five thousand doHass
Cants $35,ano.ao $l0,OD0.00
15q 0241.1602 02 �}9 14 3 EA Remove Concrete Water Vault
three thousand dapars
Cents $3,0O�.OD $9,ODO.Qd
15� 9999.0013 10 EA 314-Inch WaterTap la Main
one thousand lwo hundred
Cents $1,200.D0 $72,OOa.00
1,52 9.999.00i4 100 LF 314-€nch Copper Service Line
iwenty five
Dollars
Cents $25.00 $2,5Q0.00
153 9999.0095 5D LF 3l4inch Private Water Service
sixty frva
�ollars
Cenls $B5.OQ $3,250.00
154 9999.Da16 25 EA 1-inch WaferTap to Maln
one thousand flve h�ndred dol[ars
�ollars
Cents $1,500.00 $37,5QOAd
155 9999.4017 250 I.F lanch Copper 5eroica Line
thirtvflve dolfars
Cents $35.D0 $8,750.OQ
158 3312.2D04 33 12 14 125 LF 1-inch PrivaEe YUalerService
GITYQF F�RT WORTH 2921 WATER MAIN LEAK
STAN�RRO CONSTRUCTIOM SPEGIF1CAllON pOCL1MENFS REPAIR CONTRACT
Form Ravlsed 2U120120 Clry PmjeckNv. i03327
0642 43
BIO PROFOSAL
Page 3A of 59
�
G{TYOF F6RT WORTH
STANOAR� CONSTRUCTION SPECFFlCATION OOCLMENYS
Foim Revlsed 20120i2U
�s3.00
202i WATER MAW LEAIC
REPAIR CONTRAGT
CiYy ProfectNo. 503327
04 42 43
BS� PR�pO5Al
Page91 of59
S�CTION 40 42 43
PROPOSAC. FORNf
UNIT PR�CE BID
Sidder's Applicatian
Project Item mformation Hidde.�'s Proposal
Bid List Ilem Speeificalion Unit af
PayItem Ha. SuGonNo, BidQuantity Measurement D��PGon UnitPrice BidYalue
157 8999.0098 10 ER 1-412-inch WaterTap lo �Aain
Iwa tha�sand dollars
Cents $2,OOD.00 $20,ODO.pO
i58 998S.OU19 1U0 LF 1-112-inch Cappar 5ervice l.lne
fartvFiva dollars
Cenfs $46;00 $4,3Q0.00
159 3312:210�} 33 i210 SO LF 1-il2-Inch PrlvateWaterService
sevent}�dol{ars
Cents $70.00 $3,540.Q0
160 9999.0020 90 EA 2-inch Water Tap lo Maln
two thousand five hundred dollars
Cents $2,5D0.00 �25,000.00
'E61 9599.0021 1U0 LF 2-inch Copper Serv€ce Line
ft dollars
c$nts �so.00 $�,000,00
152 33t2.2204 3312 14 50 LF 2-Inch Private Water 5arvice
seventv fus dollars
Cents $75,00 $3, 750.00
163 9999.0022 25 EA 1-Inch Plastic Meter Box (Class A),
(3I4 & 1-Inch Meters) Furnish & 5et �
five hundred dollars
Cenls $500.00 $72,500.00
164 9999,Q023 10 EA 2-ineh Plaslfc Maler Box (Class CJ,
(1-112 & 2-inch NEslers) Furnish & Set
five hundred dollars
Cents $500.OQ $5,000,04
165 9999.0024 10 EA Bullhead Plastic Mefer Box {Class B)
(2 3149nch Meters) Furnish & Sat
five hundred dollars
Cents $5U�.Otl $5,OQO.QO
18fi 9899.0025 5 EA 7-inch Connrete Meter Box [Class A),
(314 & 1-Inch Meters} Furn[sh 8� Set
five hundred dallars
Cenls $50D,Od $2,500.00
167 9999.OD26 2 EA 2-inch Cnncrete Meter Box (Class C),
(9-112 & 2-incfi i�lelers) Furnish & Set
five hundred dollars
Cents $500.00 $9,Oa0A0
168 9999AU27 2 EA Bullhead Concrete Meter Sox (Class B}
(2 314-]nch Meters} Fumish & 5et
CITYOF FOliT WORTH ZflZf WATER Ml11N LFAK
STpNOAR� CONSTRl1CTI0A1 SPECFFICA710N OOGl1MEN7S REPAIR CONTRACT
Farm Revlsed 2U720120 CSty PioJ8c1 Nv. 703327
uo-azaa
Blfl PRPPmSAL
Page 32 nF�.r,A
one thousand dallare
CenEs $1,Q00.00 $2,040.00
�
�
.`
CITY OF F4RT SNORTH 2O21 WATER MAIN LEAK
97ANOARU C4N3TRUC71dN SPECIF7CATION OOCIJMENTe REpAIR GON]RqCT
Fam1 RsNsed 26120120 Gily Projaot Na. 7 U3327
� ,
s�c�io�v oo az a3
PROP05ALPORM
J
4
J
UNIT PRICE l3ID
Yrojocl item Tnformation
Bid Lisl item Specification Unit of
Pay Item Na. Section Na. B�d Quentiry Measurement
169 9999,0028 5 EA
'[70 9999.0029 2 EA
171 9999.D030 2 �A
172 9999.0�31 5 EA
473 999S.Of332 5 EA
174 9999.0033 2 �A
17S 9999.U034 2 �A
�7s ssss.00ss 5 �A
177 33D4.0102 83 04 30 1,500 LF
178 3312.4002 33 12 bU 5 EA
i 79 D241.1'[ 18 02 41 14 10 �A
180 U241.1106 D2 4'f 14 5 �A
Bidder's Application
8idder's Praposal
Desctip[io� ilttiL Price 6id Value
Cents
Meter
$2,000.00 � $4,000.00
00 42 43
�ID PROPOSA�
Pa9e 33 of 59
00
00
00
Preventer
ffteen doNars
$15.00
Da
one thousa�d dollars
I
16-inch Pressure Plug
one thousand five hundred dollars
CSTYOF FORT WORTH
$TAN�AR� �CONSTRIlC710N SPECIFICATION I70Gl1MENTS
Foitn Itevtsed 2012U12o
$i,000.00
zoat wa�R r,�qlN �easc
REPAIR CONTRACT
CiryPmJa�t No.1a3327
,i
90 42 43
91[i PRPP43Al
page34 af 5B
� I I 1 I I l ce�t5 ���,saa.oa � ��soo.00 �
�
1
�
�
r
CI"I"Y OF FORT W�127H 2O21 WA7Ekt MA1k LEpK
STAN�ARO CONSTRUGTIPN�SPF.CIFICAT[ON �OCllMENTS REPAIR C4HTRACT
Form Revised 20i20120 CAyrProJact No. 703327
0o aaaa
aio pRopaxn�
page 35 offi0
,i
5
UNXT PRICE B�D
SEC'I'IO1H 06 4Z 43
PROP05ALFORM
Pmject Itcm fnformeflon
� Pay Item $�d Lisf Item Specificatian %�dQu��ty Unil of
1Vo. Section No. Mceaurement
181 0241.1108 D2 41 14 2 EA 20-inc
one th
182 0241.110.9 024194 5 EA 24-Inc
two th
183 0241.1110 0241 'f4 2 EA 30-lnc
fhree
i84 0241.1111 424714 2 EA 36-inc
d
,' - three
188 U249.1112 02 41 94 2 EA 42-inc
four tl
18fi 0241.1113 �2 41 14 2 EA 48-in�
fo�r tl
� —
187 U241.1194 02 41 14 2 EA 5A-in�
�
five tl
188 0241.1218 02 41 14 10 EA 4-irlal
Aban
ane t
i83 D241.12U6 02 41 14 5 EA 16-in
Plug
onef
190 0241.1208 02 41 14 2 EA 20-In
Piug
twot
191 024'f.1209 024194 5 EA 24-ir
Plug
ti1fBE
192 0241.1210 0241'f4 2 EA 30•ir
Plug
Bidder's Application
Bidder'sProposal
Qeseriptio� Unil Pfice Bfd Value
Pressure Plug
ousand doElars
Pressure Plug
ousand fiva hu
Pressure Plug
usand dollars
Prassure Piug
�usand dollars
Pressure Plua
Plug
$1,500,06 $3,000,00
$2,OOO.pp $1D,000.00
$3,OOO.DO $6,Q00.00
$3,5�Q.00 $7,000.00
$4,D00.00 $8,OD0.00
$4,OOQ.OD $8,000.00
$5,OD0.00 $1Q,OOD.00
$1,OOD.00 $10,aoo.ao
$1,500.00 $7,500,00
$2,OD0.00 $q,000.00
$3,000.00 $�5,OOO.QO
c1TYOF FORT WORTH 2n27 WAT�R AAAIN LEAK
STANOAR� CONSTRUCTION SPEClFlCA710N �OCUMENTS REPAIR CONTRACT
parm FieJised 2012012D Ctlypro�ecl No. 163327
an az n3
9!o PRDP�SAL
P�qe 36 of 66
CenYs $3,U00.00 $6,OOD.00
cl'lYaF FOR7 WOR7W
&TAN�Alip CONSTFil1GT10iQ SPECIFICATION DOGUMEkT3
Form Revlsad 20720i20
2�2i WATER MAIN I.EHK
REPAYR CANTRACT
Clty ProJect No.103327
00 4243
BI� PROPOSAL
Fage 37 of 59
SECTION QQ 42 43
PROP05ALFORM
[TNIT PRICE SID
Bidder's Applicatian
Pmject Iiem In£o�ation Hidder's Pmppsal
Bid List Item �Specificatian UnSt of
PayIiem �O. SeCliDnNO. H�dQ����� Measwement p��pu°n UnitYrica &idValue
193 024i.1211 024114 2 EA 36-inchWaterA6andonment
Plug
three ihouand fi�e hundre dol ars
Cents
194 0241.'1212 42 41 94 2 EA 42-incfi� WaterAbandonmant
Plug
threa fhousand five_hutndred dollars
Cents
795 02A�1.42i3 024114 2 EA 48-inchWaferA6andonment
� Plug
four ihausand dollars
� Cenfs
196 02a1.'1244 02 41 14 2 EA 5�4-Inch Water Abandonment
Plug
faur thouand five hundred dol a
� Cents
197 9999.Q036 5D0 LF Extra Depth of 1Nater Main
(Greater than 5-faot Depth)
twentv dollars
.00
Cents $20.U0
198 3305.0109 �3 a5 i a 500 LF Trench Safety 5ystem
Pve dollars
Cents $5.00
199 3305.Q103 33 05 3U 5 EA Exploratory Excavatlon of Exisling
Utllities (0 to 'i 6-foat Depih)
one thousand five hundred dollars
Cents $1,50D.UC
2U0 3305.0103 83 �5 30 5 EA �xploralory Excavatlon of Exisfing
Utililles (10 to 2D-faot pepth)
two thousand dollars
Cents $2,OOU,OC
2�1 3305.0176 33 051D 25 CY Concrete Eneasemenlfor
Uiility Plpes
iwo hundred fifiv dvlEars
Cenfs $250.U0
2D2 3305.0202 33 45 '10 100 CY Emported Embedment 1 Backflll,
C5S (Cemenl 5tabilized Sand)
nne h dred fift dollars
Cents $950.00
2U3 3305.02D3 33 05 10 9 p0 GY Imported Embedment 1 Backfilf,
CLSM (Flowabla Fip)
two hundred doElars
c��,r5 �zaa.ao
204 3305.42fl6 33 05 1 Q 10U CY Imported Embedment 1 Baalcfill
Acceptable Backfill
GITY OF FORT WORTH
STAMDAR� GdNSTRUCTI�N 8P8CIFICqTION DOGUMENTB
W ml Ra4ised 20420120
OOD.00
OU0.00
000.00
OQ
00
00
2027 WATER MAIN LFAK
REPAIR CONTRACT
Criy proJect No. l03327
00 A2'43
910 pROPOSAL
Pege 38 of�5B
Cents $25.60 $2,5�O.R0
CIIY OF FOR7 4VOR7H 2a21 WATER �MAM LFAK
STAN�AR� C6N9TRUCiION SPEC¢ICqTiON OOCUMENTS REPAIR CON7RACT
Porm Rersed 20326M12a Cily PinJect Na. i U3327
! y �
S�CTTOIV 04 d2 43
PKOPOSAL FORM
�,
n
i
�
�_
'I
60 42 43
BI� PROPOSAL
paga 36 ot bB
Sidder's Applicatian
Prpject Item I6faimation Ridder's Piopnsal
Bid List Ttem Spec�cation Unit of
Pay I1em Bid Quantity Descriplian Unit Price Hid Value
UNIT PRICE BID
• No. Section No. Measuremenk
2U5 3137.0101 31 37 00 i 0 SY Concrete Rip Rap
two hundred dollars
206 3137.0102 31 37 UO 10 SY Large Stone Rip Rap, fJry
one hundred ei ht dolla
207 3137.0103 31 37 00 3D SY Large Stone Rip Rap, Gra�
two hundred dallars
208 3201.U151 32 n1 17 200 LF Asphalt Pavement Repair,
Water 5eroices
six five dollars
2�9 3201.0'I11 32 41 17 100 LF 4foot Wid.e Asphalt Paver
Repair, Residentia!
sevent five doll rs
210 32R1.01'12 32 01 1 i 20D LF 5-foot W Ide Asphait Ravei
Repair, Rasidenlial
eiahfv dollars
21'i 32�'i.U113 32 01 17 2D0 LF 6 fool Wide Asphall Pavei
Repair, Residential
ninEv dollars
2'i2 3749.4121 32 01 17 100 LF 4fioot Wide Asphalt Pave
Rapafr, Arterial
eloht ilve dollars
213 3201.0122 32 01 17 20D LF 5-foot W Ide Asphalt Pa�e
Repair, Arterial
nintv dollars
214 32�1.D123 32 D1 47 20U LF 6 foot UVide Asphalt Pave
Repair, Arterial
one hundred doilars
2'i5 3201.0131 320117 1�0 LF 4-footWideAsphaltPave
Rapair, Indwslriai
nintv five dollars
216 3201.0132 32 0'f 17 200 LF 5-foot Wide Asphalt Pave
Repalr, lndustrial
crry oF FaRr waR'rH
STA41DAR0 CONBTRUCTION SPECIFICAT[ON 06CUMENTB
Foqn Revised 2072Di20
�ents $20D,00 $2,Opd.00
Cenfs $180.00 g�,800.00
Csnts $2pQ.D6 $2,000.00
Cents $65.D0 $93,ODO.OI
Cents $76.U0 $7,5DO,OG
Cents $80.00 $96,OOO.a�
Cents $SU.00 $98,000,0
c�n�s �a�.ao �a,saa.oi
Cents $9D.00 $18,000.0
Cents $100A0 $20,OOO.L
Cenls $S&.DO $9,50U.0
zaz� wnrea �nnir� �aK
REPAIft CON7RACT
CiSy P�u]evtNo.1U3327
Uc� A2 A3
Blp pAOPOSAL
Page 40 of 59
�
cenf5 $�no.00 $ao,oaa.aa
CITY OF FORT WORTH
STANDARP GOtJ87Rl1GT10N 9PECIFICATON �OCLIMENTB
Form RaY�sed 20126120
xo2� wA-reR �sain �x
FEPpI� co�ETRACT
Gly PmJec1 Nv. 103327
00 42 43
81� PROP�SAL
Page 41 �o[ 58
s�cr�orr ao az as
rxorosas. �axn�
UNrT PRICE �ID
Bidder's Application
Project Itcm Infonmatioa Bidder's Pruposal
Pay 3tem $'d L3st Item SpeciBcation H�a 4uauttcy Liait of Descriptian llait Pice Bid Va1ue
3Va. See�ion No. Measuremeal
217 3209.0133 32 09 17 20U LF 6 foot W€de Asphalt Pa�ement
Repair, lndustrial
one hundred ter�
218 3201.0201 32 qi 17 100 5Y Asphalt I'avement liepair Beyond
❑efined Width, Residenllal
thirty five dallars
239 3201.0202 32 p1 �E7 10D 5Y Asphalt Pavement Repair Beyond
�e(ined Width, Arterial
foriy five dollars
220 3201.0203 32 Q9 17 i 00 SY Asphalt Pavement Repair Seyond
Defined Widfh, Industrial
, ftftvfi�e dollars
221 3201.0400 32 01 1 S 2tld LF Temporary Ashalt Paving Repair
2-Inch HMAC on 6-nch Flex Base
thirty dollars
222 3201.0614 32 01 29 200 SY Conerete Pavement Repair,
Residential
ane hundred dallars
223 3201.0696 32 09 29 200 SY Concrete Pavement Repair,
Arierial l Industrial
one hundred twentv dollars
224 9999.0037 32 01 29 260 SY Cancrele Pavemenf Over Exist.
Base, Reside�tial
one hundred twentv dollars
225 9999,0038 32 01 2B 2Q0 SY Goncrete Pavement Over Exist.
Base, Arterial 1 [ndustrial
one hundred iweniv dollars
226 3294.0200 32 1416 10D SY Brick Pavement Repair
one hundred fiftv dollars
227 32t4.D606 32 14 16 100 SY Brick Pavement Repair, City
Supplied Brick
one hundred dollars
228 3216A1D2 32 16 13 3D0 LF' 7-Inch Cnncrefe Curh and Gutter
CITY PF FORT WORTH
9TANi1AR6 CONBTRUCTIOAI SPECIFiCA710N �OCUMFNTB
Form Revised 2�92�129
$110.OU
$35:U0
$45.00
$6fi.00
$30.00
$900.00
$120,OD
$120.00
$120.00
$95D.00
$�aa.00
,O110.00
sao.ao
�0
000.00
000,00
oa
2021 WATER MA1N LEAK
REPAIR CON7RAC7
Gky Prajecl No. 1 U3327
0o a2 �s
BiQ PROPOSAL
Page 42 af tlB
�'
�
Cents $55,00 $96,500.00
CfTYOFFORT WORTH
STAN�AR� Cd1457fiUGTi6N SPECIFICA7IQN p�Cl11NEN'fS
Famr ReWsed 20120120
2021 WATF.Ft MA4N LEaK
REPAIR C4NTRACT
CIlyP7¢Jact Nn. �03327
00 42 43
610 PRbPOSAL
Page 43 of 59
9�CTTON 00 42 43
PROPdSAL FO1LM
UNIT PRICE BID
Bidder's Application
Project Itea1 Inlarmalion Bidders Propwal
Pay Item B�d List Ite�n 5peeificatien gFd Q��.ty IInit af �escriplion Uait Price Sid Value
Na. 5eclionNo. Meas�eement
229 az�s.o�oz 3216 13 150 LF 7-inch Concreta Curb and Gulfer
on Cancre#a Pavement, Replacement
sl�v fi�e dolkars
Cents $65.00 $9, 750.00
23� 3296.03fl1 321fi 93 50 SY 9-Inch Concrete ValEey Gutter,
Replacemeni Rasidential
one hundred dollars
Cents $100.U0 $5,OOO.dO
231 3296.0302 3216 13 50 5Y 11-inch Conerete Valley Gutter,
Replacement, Arierial ! Industrial
one hundred fiftv doAars
Cents $150.pQ $7,500.00
232 3213.0301 32 13 2D 300 SF 4-inch Concrete Sidewalk,
Replacemant
twentv five dollars
Genfs $25.U0 $7,500.00
233 32'f 3.04D9 32 13 20 300 SF 6-tnch Cancrete �riveway,
Replacement
forlv five dollars
Cents $45,OD $93,500.00
234 329'f.0100 32 91 'f9 104 CY Topsoil
twenty five dollars
Cents $25.00 $2,5DO.Q0
23b 3292.01Q0 329213 100 SY B.IockSodPfacement
fiifteen riollars
Cents $15.00 $?,5QO.Oa
236 3292.fl406 3� 9213 106 SY 5eeding, Hydromulch
ten dollars
Cents $1o.Qp $1,ODo.Oo
237 �471.OD03 34 71 13 15 EA Traffic Cnntrol, Residential
one thousand five huncEred dollars
Cents $1,50�.00 $22,5QR.40
238 3471.a003 34 71 'L3 5 EA TrafFlc Control, Arterial l Industrial
thr2e thousand dollars
Canls $3,000.�0 $15,00�.00
239 9999.OD39 20 EA Sfreet Use Permit
�ollars
Cents $904.00 $2,000.00
CIIY OF FORT WORTH 2O21 WATER MAIN LF1�K
57ANOARD CONS7RVCTIaN SA�C1F[CAiiOH Q�CUMENTS REPAIR CpNTRACT
Form Re�3ged 2072�i2p CNy ProjeoliJa. f0392T
00 q2 43
Bi� PROPOSAL
Pege AA oP 59
Tokal S➢d $13,3�9,825.00
GfTY OF FOiiY WORTH Za21 WAiER MAIt�! LEAK
8TANOAiiP GON&1RUCTIaN SPECIFICAT30N DOCUNfFs]TS REPAIR CONTRAGT
Form RevL•ed 20720�20 CilyProject No.103S2T
00 4249
BI� PROPOSAL
page A5 of 6B
�
�
�1
�,
�4" ST�EL PIP� FITTINGS FURIJ�lSHEI] AN�STALLED
STZE TYPEOFFITTING BIbCOST
24" 3° B�VEL $S,DOO.OD
24" 5° BEVEL $5,�U�A�
24" 11-114° BENn $7,5�D.00 _
24" 22-112° BEND $7,50D,Od
24" 4.5" BEND $8,5U0.00
24" 67-1I2° BEND $8,5p0.Q0
24" 9a° BENa $10,000.00
24" CLEAIVWG WYE $10,OOD.00
24" DISHEb NEAD PLUG $S,OQD.UO
24" 5PLlT BIiTF STRAP CtpSURE $5,pDU.�O
24" x 24" 57EEL 7D d.l. AflAPTOR $7,50D.00
24"x 1&° STEEL dUTI.ET �8.50�.00
24" x 12" STEEL OUTLET
24" x 10" STEEL OU�1.ET
24" x 8" STE�L OUTLET
24" x 6" STEEL OUTL�T
TOTAL LUMP 5UM
Cf1YOF FpRT WOR7ii
STANDARD C6NSTRUCTIOid SPECIFICATIOP! dOCUMEkT&
Fonn Redsed20420120
$8,500.00
$8,500.00
$8,500.00
$8,5DO.U0
$122,OQO.OD
2024 VYATER MkIN LEAlf
RFPA4R CON7FiAC7
CRy ProjecE No. ins327
no az 4a
BID PR�POSAL
Page46 of 5B
�
�
�
Y.
�
3�" 5TEEL PIPE FI7TfNGS FU{�NISHED ANti INSTALLEO
SPZ� TYPE OF FITTf1YG B!A COST
30" 3° $EVEL $6,Q�0.00
30" 5' BEVFL $6,000.�0
30" 11-114° BEND $S,b00.U0
3p" 22-112° BEND $8,500.00
30" 45° BEND $9,5DU.d0
3D" 6T-1l2° HENa $9,500.00
30" 9D° BENQ $92,OOD.00
30" CLEANING 4VYE $11,D00.00
3q" bESHED HEAb PLUG $5,0OO.OD
30" SPLIT BUTT STRAP Ci05URE $6,000.00
30" STEEL TO D.I. ADAP74l� $9,500.D0
30" x 1fi" STE�L OUT�ET $5,500.00
30° x 12" 5TEEL OU7L�T $9,50.0.00
�0" x 10" STEEL QUTLET $9,500.Q0
3D" x 8" STEEL flUTLET $9,500.00
30" x 6" STEEL OUTLET $S,SQO,OD
TOTAL LUMP SUM $139,0�O,OD
CI'FYOF FORT W�RTH
&FAN�ARU CONSTRUCTION SPEClFICATION DOCl1MEN'fS
Form RevEsed 20i 20�20
2921 WATER MAIN LEAK
REPAIR CONTRACT
City Project iJo. 763327
� -
36" 57EEL PIP� FITTING5 FURN[SHED AND INS7ALLEQ
I 51ZE TYPE OF FITTING B!D COST
36" 3'BEVEL $7,000.04
36" 5° BEVEL $7,Od0,00
� 3fi" 11-1l4" BEND $5,50U.00
q • 36" 22-i12° BEHD $9,b00.00
36" 45° g�No $1tl,500.40
36" 67-112° BEND $10,500.00
38" 90° SEN� $13,6DO.OD
36" CLEANIIVG WYE $93,OD0.00
1 36" DISHED HEAa PLUG $7,540.D0
36" SPLIf BiJTT STRAP CLOSURE $7,500.OD
R-
36" STEEL Td D.I. AnAPTOR $9,50D.00
36" x 16" STEEL OfJTLET $11,O�Q.00
36" x 129 STEEL dUTLET $11,000.00
36" x 10" STEEl. OUTLET $11,ODO.OU
36" x &" STEEL OUTLE'1' $11,000.0.0
� 3fi" x fi" STEEL OUTL.�tT �11,OOUA�
G
TO7AL LUMP SUM $160,100.a0
�
GITY pF FORT WORTH
5TANDAR� CONSTRl1CTlOiQ SPF.CI�rIGAi1ON 17QCUMFJ�TB
Foim Revisecl 20120120
oa 4z aa
Bld PFiOApSAt
Pege 47 of 69
znz� wnT� �nnw �aK
REPAIR CONTRACT
Cily PraEeot No. 103327
� '
I
tL2" STEEL PIPE FITTING5 FURNIS Ep ANp INSTALL�D
51z� TYPEOFFITTlIYG SID C4ST
42"' 3° BEVEL $8,000.00
42" 5° BEVEL $B4ODO.DO
42" 11-119° BEIVD $19,OOD.00
42° 22-112° B�ND $91,0OO.Ofl
42" 45° B�NQ $92,004,OQ
42" 67-112° BENQ $12,OOD.00
42" 90° BEI�D $95,O�O.UO
42" CL�ANI�IG WYE $15,0OO.OU
� 42" DISHEQ HEAD PLUG $8,500.00
42" SPLIT BUTT S7RAF' CLOSIfRE $8,540.00
�42" STEEL TO D.[. ADAPTOR $10,50p.p0
�
42" x 16" STEEL pU7LET $12,OD0.00
� 42" x 12" ST�EL OUTLEI" $92,OOU.�O
42" x 10° STEEL flU'1'LE7 $12,OOO.UO
42" x S" STEEL OUTLET $92,DOO.OU
� 42' x 6" STEEL OU�'LET $i 2,OOU.00
TOTAL L.UMP SUM �178,5QD.00
. �
CITY OF FORT WORTM
s7AN0ARn CONSTRUGT14N�sPEGiFlCATION UDCUMENTS
FomlFieWsetl 2012U120
0042 43
610 PROPOSAL
Pege 48 af 59
2021 WA7EFi MAIh LEAK
REfiAIR CONTRAC7
ciLy p�aject No.105327
ou aa aa
BI� PROP06AL
PapeA9af59
f �I
,
�,
V
48" STEEI. PIP� FITTINGS Fl3RNISHEC} AND I1�STALLED
5IZE TYP� O�FTTTlIVC� Bld C05T
48" 3'BEVEL $70,000,00
48" 5" BEVEL $1 �,UOO.dD
48" 11-114° BEN� $12,600.00
q8" 22-912° BEND $'[2,500.D0
48" 45° BEND $94,000.00
q8" 67-1I2° B�Na $1A,OQ0.00
48" 90° BEND $14,QQQAO
A8" CLEANING WYE $15,DOO.UO
48" �ISHED HEAQ PLUG $15,OOfl.�fl
48' SpLIT 9UTT STRAP CLOSURE $1 D,OOU.00
48" STEEL TO D.I. ADAPTOR $12,ROO.Oa
�8" x 16" S1"EEL OUTLET $13,000.00
48" x 12" STEEI.011TI.ET $13,�00.00
48° x 10" STEEL OUTLET $13,oao:ao _
48" x B" STEEI.OU7LET $13,p00.OD
48" x 6" STE�L OUTLET $13,000.00
TOTAI. LUMP SUfVI $204,000.00
GITY OF FORT WORTH
&TANaATiP CONSTRUCI3ON SPECIFICATION OOCLIMENTB
Farm�RaNsed 20120i20
2621 W15TER MAIN LEAK
REPAIR CaN'f11AGT
GdyPmJeoliJn. in5327
5a" 5TEEL PIPE FiTTINGS FURNISHED AND INSTALLED
SIZ� TYPE OF FlTT1NG B1D COST
54" 3° BEVEL $12,500.OD
54" 5° BEVEL $12,500.00
5�1" 11-114° BEND $13,500.U0
54" 22-1f2° BEND $13,5RQ.pD
5A" +�5° B�ND $15,OOO,DU
64" 67-1I2' BEND $15,QOb,O�
54" 90" BEN� $1&,D00,00
54" CI�EANING WYE $'i6,0U0.U0
i 54" D1SHEi] HEAD PLUG $18,ODO.OU
54" SPLIT BUTT 57F2AP CLQSURE $13,nao.00
54° ST��L TO D.L ADAPTOR $13,OU0.00
54" x 16" STE�L. OUTLET $15,OUO.OU
56" x 12° STEEL OUTLET $15,ODO.DO
�
54" x 10" STEEL OUTLET $15,OOD.00
54" x 8" STEEL OUTLET $15,000.00
54" x 8" STEEI.OUTLET $i 5,ODOAO
iOTAL LU[l7P 5UA9 $232,OD0.00
�
0
�
CifYOF FORT WORTH
STANtlAHtl CONST13UCTi0N 9pECIFIGATIDN QOCUMENTB
Farm Rey�sed 2a12ai20
0o ax a3
BIP PROPQSAL
Pege 50 0166
2�27 WATER MJIM LEAK
REPAIft CAiSfRACT
Cdy P�uf eo1 No. 103327
�
24" CONCRETE CYLINDER PiPE FITTiNGS FURNI5HEI7 AM1f[} INSTALLE�
� SlZE TYPE OF FlTT1NG B1!] COSi
24" 3° BE1/EL $5,000.00
24° 5° BEVEL $5,000.00
�� 24" ii-114° B�ND $7,500.00
R 24" 22-1I2" B�ND $7,5pD.�D
24" 45° BEND $8,50D.00
24" 67-112° BEN[D $8,5pQ.00
24" 90` BEND $1U,D00.40
24" CLEANING WYE $ip,000.oa
24" �ISHED HEAD PLUG $5,000.00
24" SPLIT BUTT S7FiAp CL05URE $5,000.00
24" x 24' COfVC. TO �.I. A�APTQR $7,5D0.04
24" x 16" !Ul.J, pUTLET $8,50Q.OD
24" x 92" M.J. OUTLET $8,50�.00
24" x 10" M.J, OUTLET $8,5U0.40
24° x 8" Ni.J. OUTLET $8,5DO.OQ
2�E" x 6" lV1..1. OU7LET $8,50D.00
TOTAL LUMP SUM $122,000.00
,:�
CkTY OF FORT WORTH
STANUARD CONS7R[1GTION SPECIFICAT[ON �OCi]A9ENTS
Fomi ReNsed20�20t2U
aa ax as
Hl4PROPOSAL
Pege51 o€5B
2o2t WR7eR dkAlh� LEaK
REPti4R C�NTRACT
CkyPro�ed Na. 103327
90 42 g3
BI� PROP65pL
Pege 62 of G9
N
,'
�
�
30" CONCRE7E CYLfN�ER {'1PE FIiTING5 FURNISHED AND [NSTALLED
Sf��E TYPE OF FITTIIVG B!A C(JST
30" 3° 8E'VE'L $6,0OO.Oq
30" 5° SEV�L $6,40D.00
30" 11-1l4° BEND $8,540.Op
3D" 22-112° $END $8,500.00
3p" 45° SEND $9,500.00
30" 67-iI2° BE1V� $9,50D.00
30" 9Q° BEND $12.�00.00
30" CLEANING WYE
3U" DISHE� H�Ab PLUG
3D" SPLIT BUTT STRAP CLOSURE
3p" CONC. 70 b.l. ADAF'TOR
30" x 16" M.J. OUTLET
30" x 12" M.J. OUl"L�7
30" x 10" iN.J. OUTLET
3D" x 8° M.J. Ql1TLET
30" x 6" M.J. OUTLET
70TAL LUMP SUM
CITYOF FORT W6RTM
STANPARfJ GRNSTRUCTI�N SPEGFICATI4N ROCUMEFETS
Fo�m ReNaed 20SPU120
$11,0OO.OD
$B4OU0.00
$6,OQ0.00
$$,500.OU
�s,�oo.00
$9,50D.00
$9,5U4.00
$9,5U0.00
$8,5�O.OQ
OOD.DO
2021 WAFER MAIN LFAK
REPAIR CANTRACT
Clly Pm]ecl AEo. 195327
1 �
00 42 43
BIO PROPOSAL
Page�53 of59
�
d
R
�.
��
,
�
3fi" CONCRETE CYLINI]ER PIPE F[TTINGS FURNISHEti AND IN3TALL�D
SlZE TYPF Ol� �lT77NG B!D COST
36" 3° BEVEL $7,pQfl.dU
36" a BEV�L $7,000.00
36" 11-114° BEND $9,50D.00
38" 22-112° BEND $10,500.00
36" 45° BEND $10,50�,00
36" 67-1/2° BEN� $13,500.00
36" 90" BEND $'{3,5p0.pp
36" CLEANING WYE $93,OOD.Oa
38" �ISHED HEAD PLUG $7,500.00
36" SpL17 B117T STRAP CLOSURE $7,500.00
36" CONC. TO D.I. AI7APTQR $9,50p.00
36"x16" M.J.OUTL�T $91,ODU.OD
3fi"x12" M.J.OUTI.ET $19,UQ0.00
36" x 10" M.J. OUTL�T $11,DD0.00
86"x8" M.J.OUTL�T $11,ann.oa
3B" x 6" M.J. OIJTLET $11,OOD.OD
TOTAI. L.UMP 5UM111 $184,p00,00
CITY OF FaR7 WOR7H
STAN�ARP CpN8TRi1CTl�13-SPECIFIC0.TION �OCUMENT3
Faml Revised 20120120
2627 WATER MAIN LEpH
REPA4R C4N'ffiA6T
Gdy PYn�eC! Na, f 03827
oaazaa
e�o raaPasA�
Page54afb�
�
��
�
l
�
��
42" CONCRETE CYLINn�R PIPE Fl771NG5 FUFlN1SH�1] ANn IN5TALLEI7
5lZ� TYPE OF F1TT'ING B!D C05T
42" 3° BEVEL $S,O�i1.D0
42" 5° B�VEL $$,000.04
42" 11-114° BENA $71,ODO.Op
G2° 22-112° BEN� $1i,00.0.00
42" 45` B�N� $92,Q00,0�
�F2" 67-i12° BEND $12;000.00
42" 90° BEN� $15,000.00
�}2" CLEANING WYE $15,OOD.00
42" DISHED HEAD f�LUG $8,5.00.00
42° SPLIT BUTT STRAP Ci.OSURE $8,50a,04
42" CONG. 70 �.I. AbAPTOR $10,550.00
42"xlfi" M.J.OUiLET $12,OOU.OD
42" x 92" N1,J, OUTLET $12,D00.00
42" x 10" M.J. OUTLET $12,0�0.40
42" x B" M.J, OUTLET $i 2,600.00
42" x 6" M.J. �UTLES $12 UDD.OD
TOTAL LUNlP SUM $179,550.00
CITYOF FORT WORTH
SiAN60.RD CONBTltUCTION &PECIFlCATION bOCi1MEWTS
Fortn RaY�.qod 20720720
zoz� wazr� n�saiN �ensc
REPhIR CONTRACT
C'ity PN]eoi No. 103327
�
48" CONCRETE CYLINDER PIP� F TTIN S Fl)RNISFi�� AND INS ALL�D
51ZE TYPF OF F!?'T1NG B!D C057
q8" 3° BEV�I.. $10,ODO.OD
�48" 5° BEVEL $10,000.00
� 48" 11-114° BEND $12,50D.00
� 48" 22-112° BENb $i2,5QD,44
48" 45' BEND $14,DOO.UO
48" 67-1I2° B�Nti $1A,tl40.Op
48" 90° B�ND $16,OOO.DO
48" CLEANING WYE $16,OOU.dn
48" pISHED H�AD PLUG $10,400A0
�
48' SPLIT' BUTT STRAP CLQSUR� $11,000.00
� 4B" COIVC. TO D.I. ApAPTOR $12,DOO.Ofl
48" x 16" M..1. OIJTL�T $13,000.00
48" x 12" M.J. OUT�.�T $13,O.OQ.00
48" x 1D" M.J. OEITLET $13,Q0�:00
48" x 8" Nf..l. OUTLET $13,00�.00
� 48" x 6" M.J, dUTI ET $i3,000.OQ
�
T�TAL. L.UMP SUM $2�3,000.00
CSTYaF FORT WORTH
STAN➢ARU CON8TRLICTION SPECIFlCATION OOCl1MENT8
Fa�m Rei3sed 241?012U
oa 4z aa
BIO PROP�3AL
Paga 85 of 5A
2021 WATER MAIN LEAK
RepAIR coNTetACT
City ProJaot No.103327
00 4z aa
eID PROPOSAL
page 58oT59
�
�
54" CONGR�T� CYLIN�ER PtPE FITTINGS FlJRN15HED ANp IN5TAL.I�ED
S1Z� 7'YpE OF �ITTING 61D COST
54" 3° BEVEt $12,5U0.40
54" 5° BEVEI. $12,540.00
54" 31-114° BEND $13,500,DU
��4�� 22-1l2° aENn $�3,�oa.on
54" 45° 6EH� $95,000.00
54" 67-112° BEIVQ $15,400.00
54" 90" BEND $15,DOO.DO
54" CLEANING WY� $16,000.00
54" �ISHED HEAD PLUG $15,0.00.�0
54" SPLIT BUi7 STftAP CLOSUft� $13,OOD.00
54" CONC. TD �.1. ADAPTOR $13,000.40
54" x 16" M.J, OUTLET $15,OD0.00
56" x'{2" M..1.OUTL.ET $15,0OO.OD
54" x 90" M.J. OUTL�T $'f5,000.00
54" x 8" M.J. OUTLET $95,000,00
54" x 6" A+f.d. 011TLET $15,000.40
TOTAI. L.UMP SUM $232,0OO.OU
��vn aF s�cTTox
CITY OF FQRT W4FiTH
STANOARD CON9TRUCTION SpECIFICATION UOCUMENTS
Fo�m R6Nsed20i26420
2021 WATER MAiN LEAK
REPAIR CONTRRGT
CPy pfofac! No. �Q3327
:������s.i�°�'�
-- _ -- -_ _ - -----
I3O.N�D�to�G C�A�PI��TY�
M�RCHANTS 130NT]TNG COMPANY (MU'TUAI.) P.O. Box 14498, DE5 1VlaINES, [owA 5q30G-3498
PHON�: (800) 678-8371 FAx: (595) 243-3854
��� ����
��J�LI�'1�'�R�
Sond No. NIA
KNOW ALL ��R50NS BY TH�SE PR�5�IV7S:
That William �. �chuitz Inc. dba Circle C Construction Com an P. O. Box 40328 �`art Worth TX 7+6140
(hereir�after called the Principal) as Principal, and the Merchants Bonding Company (I+itutual)
(hereinafter called Surety), as Surety, are held and firmly bound ta Ci of Fort Worth 10a0 Thracict�orton Stra�t
Fart Wartla, Texas 76102
(hereinaf#er called the Obligee) in the fiull and just sum of ( 5% of Greatest Arzaount Bid )
Five Per Cent of Greatest Amount Bid Dollars
gaad and lawful rr�onay of the Uniied 5tates of America, to the paymen4 of which sum of t-noney well and truly fio b.e
made, khe Principa! and 5urety bind themse[ves, their h�irs, execufiors, administrafiors, successors and assigns, joinfily
and severally, firmly hy these presents.
Signed and dated this �t1� day of Au,�ust 2021
THE CON�ITION OF THlS OBLIGATiON 15 SUCH, that, if the Obligee sha11 make any award to the Principal far
Construction of 2021 Water Main Leak Repair Contract
City Proj�ct No. 1 Q3327 �
according to the terms of the praposal or bid made by fihe Principal therefore, and th� Principal shall du�y make and
enter into a contract with the Ob�igee in accordance with the terrras of said proposal ar bid and award, and shaU give
bar�d for the faithful perFormance thereaf with fihe � Mercl�ants Bondin� Coznpanv {Mutual� , as Surety, or with
oiher S�rety or Sur�iies appro►��d by the Obligee; �r if the Frincipal shall, i�t case of faiiure to do so, pay to the Oblig�e
khe damages which the Obligee may suffer by reason of such failure, not exceeding the penalty af th�s bond, then this
obiigation shall be null and �oid; otherwise it shall be anr� rernain �n full farce and effect.
IN TESTIMONY WHERE�F, the Princ�pal and Surety ha�e caused these presents to be duly signed and sealed.
Witness:
Witna�.� t S ety:
�� .
x `�"� �'b�1q, �.c
.Tohn A. Miller
By
� � ��-�
�.v--�
� i � �y
CON 0333 {2115)
William J. Schultz, Inc. dba Circle C Constructian Compauy
��. ��� �-����� � -- . � : .
�������� ����.����
�o��� �� ���o����
Know All Persons By These Presents, that MERCHANTS BOND[NG CdMPANY (MUTUAL} and MERCNANTS NATIONAL BDN❑ING, INC.,
both heing corparatlans oFthe STaFe af lowa (hereln col[ectively called the "Companies"} do hereby make, constifute and appoint, indivicival[y,
John A NElller; John R StackEon; Sheryi A Klults
their true and lawful Alforney(s)-In-Fact, to sign its name as s�rety(ies) and to execute, seaf and aoknawledge any and alk bdnds, underiakings,
contracts and other written instruments in fhe nature thereof, on hehalf of the Compan9es in their business of guaranteeing the fide]iiy
of persons, guaranteeing tlie pertormance of contracts and executing or guaranteeing 5onds arrd ur�dertakings requlred or permllted In any
actions nr proce�:d9ngs allawed h.y law.
This Power-of At�orney is granted and is signed and sea{ed by facsimile under and hy autharity of the followir�g 8y-k.aws adapted by the 6oard
of Directors of Merchants Bonding Company (Mulual} on Apnl 23, 2011 and amended August 14, 2015 and ado�ted by the Board of pirectors
of MerchantsNational Bonding, Inc., nn October 1B, 2015.
"�fhe Preslden#, Secretary, Treasurer, or any Assistant Treasurer or any Assistant 5ecretary or any Vice President shal� have power and authnrity
to apPoint Attarr�eys-in-Fact, and ta authorize them ta execute on behalfi o4 th� Company, and attach the seal of the Company ihereto, bonds and
undertakings, recognizances, contracts of indemnity a�d other writings obl+gatory in the nature thareaf,"
"The signature af any auihorized officer and the seal of tha Company may #ae affixed by facsimile or electronic transmission to any Power af Attornay
or Cerkification thereof autharizing the execution and deii�ery nf any 6ond, undertaking, recogniaance, or afher suretyship obligations of ihe
Gnmpany, and such signakure and seal when sa used sF�ali have the sama farce and effect as though manuaAy fixed."
]n connection with abligations in favor of the Fiorida i7epa�imenk nf Transporta[ion anly, it is agreed fhat the pawer and aut hority heref�y given to lhe
Rttomey-in-Fact inciudes any and ail consents for the rele.ase of retained percenfages an.dlor final estimates .on engineering and construction
contraets requ3red py the 5tate of Florlda department of Transportatian. [t is fully understood that consenU ng to the Staie of Flarida ❑eparfinent
of Transportat{on making payment of the final esGmate to t�e Cnntractar andlor its asslgnee, shali not reli�:ve this surety company of any of
Its o6figations underits hond.
In connection with obligafions in favor of fhe Kentucky Departmenf of Highways only, it is agreed thaf lhe power and authority hereby given
td the A#tomey-in-Fact cannot be modified or revQked unless prior written personal nnt€ce of such intent has been given to the Commissianer-
l7epartment of Hlghways of the Commonwealth of Kentucky at feasl thirky {30) days prior to the modification or revocalion.
In Wltness 1Miereof, ihe Companies have caused lhis instrument to ba signed and sealed this '!'[th day o# February , 2020 .
`ksaifl�e�r��jf1 . �V6�'� ���
++����T��l...��� �+a+ 4�� ,��'�� �e i .
. �4�D/�' �. � ��'� ��� �•'�'�► � MERGHANTS BOIVDING COMPANY (MIiTUA�j
;��;r�o '�%': �: . �; �� ��� ��'�� NlERCHAN.T.. lVATl4iJAL BOEV�ING, ING,
.�:� —D� �:�' i�.'� _b:X ��:�ye
/�[J•�q �{�Ud �b�/♦ �� ���Y �Y•�0 ^'J . .. -.
f � ' , �'..- � • . , , � �� .: . .
♦�"�. :`• a ?��.�- ��
'•.%••.......•����.° o�',�'��,...:=�`�� 4 � �'President
��}� �, 'i,+ ��ep x�, ar
STAT�OFIOWA +�;"���'"�`� °**aa4'
COl1N7Y OF �ALLAS ss.
On this i 1th day of February 2�2D , before me appeared Larry Tayior, to me persanally knawn, who being by me duEy sworn
did say that he is President of MERCHANTS BOiVDIIVG COMPANY (MUTUAL) and MERCHANTS NATIONAI. 90Ni71NG, [NC.; and that the
seals affixed to the foregoing Inskrument are the Corparate Sea1s of the Companies; and that the said instrumenl was signed and sealed In behalf
of the Companies by authanty of lheir respeckive Boards of Directors.
,��.��'� � �(i��Y MA��M � .
o y. Commissia� N�mber 750676 ��,.��
� ° ° ° ° `" My Cvmmissian Expires
'� q. " Ja�uary 07, 2023 r�pr�ry �ub�i�
- (Expiratinn of �otary's cammiss9on
does nat invalldake khis instrument)
[,1Mlliam Warner, Jr., Secretary of MERCHANTS BONn1NG COMPANY (MLiTUAL) and MEFiCHANTS NATIONAL BON�ING, INC., da herehy
certify that tf�e abo�e and foregoing is a true and oorrect copy of 4he POWER-OF ATTQFti�EY executed by sa€d Companies, whicfi is still in full
farce and effectand has nat been amended or revoked.
In Wikness Whereof, I have her�unto set my hand and affixed the seal of the Gampanies on this 5th day of AugUst, 2021,
y�ii�ll��a����1 �.6'pYa..npEv.
+�4��p.��Ohlq� ���+a �i�i'@1'[�� �b��°o0
' � � Q+��O�'9 ��+: * ���''�P�!�►� A"�� Q r - -
:�L�'Ca �'�:`b• � �rts �•��• ;� ��
: p
a�C� �°� �'�� ��:.� �#:-: �,:�.. � .. ,
+ �, -�a,
;'g ; e��q/�q r �' ' i��� - �: ° Secreiary
µ�+-. LVUJ �r�± y�ly:
i��y• :���° o!��J+• ���a�
�i�7�� . �► ����...•�' Lt��bO
♦+ � ��"","���iq `� �Dsi9 ;+� � A
��1� hl �� •�We�#�.e�
POA 6D18 (112D) +�"•'Y`••�
�Vi��c�Ts
BONDZNG COMPANYTM
MFP�CHANTS �ONDING COMnA{VY (M[1TUIt1,1 • M�RCHANTS fJATIONAL I3C)NDING. INC.
P.O. �oX 1��98 � D ES MO I�! E5, I OWA 5030b-349$ �(8001 b78-8 [ 71 •(515) 2�3-3854 FAX
Pleas� s�nd all notices o� claim on thi� bond to:
Merchants Boncfing Cotnpany (Mutual)/ Merchants Nhtional Banding, Znc.
P.O. Box 14498
Des Moines, Iowa 5030b-3498
(S l 5) 243-$1.71.
(8Q0) G78-8L71
Pliysic�l Address: 670Q Westown Parkway, West Des Moines, Iawa SQ26G
Sl1P a073 TX (2/� 5}
0� A3 i3
61D BON�
Page 4 of 59
S.EGI'ION 00 43 93
B[� BOND
�CNOW E1LL BY THESE I'RESENTS:
That we, {Bidder Name} William ,� S�hultz Inc dba Circle C Construction Campany hereinafter
called the Principal, and (Surety Name) �_i� ��'.y� h��rr�a }�F:�; �
a corporation ar frm duly authorized to fransact sureky bus9ness in the 5tate of �fexas, hereinafter calfed the 5urety,
are h�ld and firmly k�ound unto the City, hereinafter called the Obllge�, in the
sum of �pF�1� Ci��� hd�F��tk�cr� Fi��:� and No11d� �ollars
{�:� i;�i�:��:s:t'�.-=��-�•� .DO), the payme�►t of which sum will be well and trufy made and the
said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, Joint{y
and severally, firm by kh�se presents.
WHER�AS� the Principai has submitted a proposal to perForm work for fhe following project af ihe Obfigae,
identlfied as 2029 �tNATER MAIN LEAK R�PAIR CONTFtACT
0
NOW, THEREFORE, if the Obligee shall award the Con#ract for the foregoing project to
the Principal, and #h� Principal shall sat9sfy all requirements and conditions required for the execution of the
Contract a�d shall enter into the Con�ract in writing with the Obligee in accordance with the terms of sucfi� proposal,
then this bond shall be null and void. If the Principal fa�ls to ex�cute such Confiract in accordance with #he terms of
such proposal or fafls to satisfy al! requirements and conditions required for the executian of the Contracf in
accordanas with the proposal or fa91s ko satisfy all requirements and conditions required for the execution of the Cantract
in accordance with the praposal, this bond shall become the property af the Obligee, without recourse of the Principal
andlor 5urety, not to exceed the pe�alty hereaf, and shall be used to compensate Obligee for the dif€erence befween
PrincipaPs Total Bid Amount and the next selected B9dder's Tota[ Bid Arr�ount.
SIGlVEQ this day of
By: Wi�liam J Schul#z Inc dba Circle C Construction Company
, 2021.
(Signature and Title of Principal)
*By: ��tet�y �l�m� Mere
(Signature of Attorney-of-Fact)
*Attach Power of Attorney (Surety} for Attorney-in-Fact
EIdD OF SECTIOI�
CITY OF FORT �IVORTH
STANDARD CONSTRl1CTION SPECIFECATiO�[ DOCl1MEN75
Fo�rn Revised 20'E 10627
Impr�sssd
5urety Seal ORIy
2021 WATER MA1N LEAK
REPAIR CONTRACT
Clty Projecl Na. 1D3327
00 43 37
VENDOR COMPLIAI�ECE TO STATE LAW
Page 57 of 59
SECTIOM OQ +�S 37
VENDOR COMPLIANCE TO S7AT� LAW NON RESIDENT BIDDER
Texas Covernmenfi Code Chapter 2252 was adopked for the award of contracts ta nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nanresident bidders {out-of-state contractors
whnse cnrporate offices or principal place of business are ou�side tf�e State of Texas) bid pro}ects for cnns�rucfion,
improvements, supplies or services in Texas at an amaunt lawer than the lowest Texas resident bidder by the
same amoun� that a Texas resident bidder wauld be required to underbid a nonresident bidder i� order to obtain a
comparable contract in the State which the nonresiclent's principal place Qf business is located.
The appropriate blanks in Section A must be filled out by all nonresider�t bidders in order for your bid to meet
specificatians. The failure nf nonresident bidders to do sa will automaiically disqualify that laidder. Resident bidders
must check the box in Section B.
A. Nonresident bidders in the State af � Stat� Hef� �r �Ca+ik�, our principal ptace of business,
are required to be '�o H�r�. �ercent lawer than resident bidders by 5tate Law. A copy of the
statute is attached.
Nonresident bidders in the State of 'St�t� F#� q� H[�nk� , our principal �laee nf business,
are r�ot required to underbid resider�t bidders.
�. The principal place of business of our company or our parent company or ma�ority owner is
in the State af Texas. �
BIDD�R:
William J Schultz lnc dba Circle C Construction
Company
PO Box �F0328
Fort Workh, Texas 769�40
By: Teresa S Sk�lly
/�r�
(Signatur�
Title: Qresiden#
Date: � �' �Q��
END �F SECTION
CITY OF FORT W�RTH 2O21 WATER MAIN LEAK
STANI]ART] CONSTR[1CTION SP�CIF[CATIQN DDCl1MENTS REPAIR CONTFiACT
Form Re�ised 20190627 City ProJecf Na 103327
00451[-1
BID]]EA5 PREQiTALIFICATI07VS
Page 1 of 3
i sEcrrorr aa 4s �1
2 BIDDERS PREQUALIFIGATIONS
3
4 1. Summary. AIl contractars are required to be prequalified by the City pz'ior to subr�itting
5 bids. To be eligible to bid the contractor must submit S�etion 00 45 12, Prequaiificatian
6 Stat�ment fpr the �vork type{s) listed with their Bid. A�y ctinYz'actar or subcantractor who is
7 ��at prequalified fox the work type(s) Iisted must submit Sectipn DO 45 13, Bidder
8 1'requalification Application in aceordance with the :requirements helaw.
za
li
12
13
14
l5
l6
17
18
19
20
21
22
23
24
25
26
27
28
29
3a
31
32
33
34
35
36
37
38
39
The prequalification pracess will establish a bid liznit based on a technical evaluafiion and
financial analysis ofthe conCractor. The it�formation must be submitted sevan (7j days priar
to tl�e date of �e opening of b1ds. For e�ample, a contractor wishing to submit bids on
projeets to be opened on the 7th of ApriI must file the information by the 31s# day qf March
in order to bid on these projects. In order to �xpedite and facilitate the app�'oval af a Bidder's
Prequalification Application, the following must accompany the su�imissior�.
a. A camplefie sef of audited or reviewed fnancial statements.
(1) CIassz�ed Balance Sheet
(2) Incame Statement
{3} �tatement of Cash F1aws
(4) Statement of Retained Earnings
(5} Notes to the Financial Statetnents, if any
b. A esrtified copy of �-ie f rm's arganizational documents (Corparate Ch��er,l�rticl�s
of Incorporation, Articles af Organizatian, Certificate of Faz'mation, LLC
Regulatio�s, Certificate of Limited Partnership Agreement).
e. A cQmpleted Bidder Prequalitication Application.
(1) The frm's Texas Ta�ay�:r ldentification Nutnber as issued by the Texas
Comptroller of Public Acconnts. To abtain a Texas Taxpayer ldentiiication
number visit the Texas Gonnptroller af Public Accounts online at fihe
following web address www.windovu.state.tx.us/taxpermit/ and izll out the
application to apply foz' your Texas tax ID.
(2) The firm's e-tnai�I address and fax number.
(3) The firtn's DUNS number as issued by Dun & Bradstr��t. This number
is used by tha City far required reparting onFederai Aid prajEcts. T�e DUNS
numbez' may be obtained at www.dnb.com.
d. Resumes reflecting the construction experience oiihe principles of Y1�e �rm far frms
s�bmitting their initial prequalification. These re.sumes sho.uld it�clude the size and
scope ofth� wark performed.
e. Other infarmatian as requested by the City.
�0 2. Prequali�"ication Reqnirements
41 a. Financial Statemerats. Financial statemen� submission must be provided in
�42 accordance with the following:
43 (1) The City requires that the origina.l Fina:ncial Statement or a certified copy
44 be submitted for cansideration.
CITY OF PORT WORTH 2O21 WATBRMAIN LEAK
STANI3ARD CONSTRLTCTION SP�CIFICATIpN DOCilN1EN"C'S REPP:IR CONTILACT
Ravised 3uly l, 2011 Ciry Project No. 103327
00 45 11 - 2
BIDDERS PR�QUALIFICATIQNS
Page 2 of 3
1
2
3
4
5
b
�
S
9
10
11
12
13
I4
IS
16
17
18
19
20
21
22
23
24
25
2G
27
28
29
3�
31
32
33
34
35
36
37
38
39
40
41
42
�3
44
45
�6
47
48
49
50
b.
(2) To be satisfactory, the finaalcial statements �ust be audited or reviewed
by an indepei�dent, certi�ed public accounti�lg firm registered and in
good standing in any state. Current Texas statu�s also require that
accaunting �rms perfarming audits or reviews on business entities wviihin
the Stata of Texas be propet�Iy licensed ar registered with tla� Texas S�ate
Board aiPublic Accauntancy.
(3) The accounting firm should state in the audit report or review v;thether
t�e can#ractar is an iz�dividual, cor�oraiion, or ]imited liability company.
(4) Financial Statements inust be presented in U.S. dollars at the current rate
of exchange of the Balance Sheet dafa.
(5} The City will nat recognize any certified public accouniai�t as
iiadependent who is not, in fact, independent,
(6} The accnuntant's o�inian on the financial statements af the contracting
campany should state that the audit or review has been conducted in
accoz'dance with auditing standards generalIy accepted in the United
States of America. Tl�is must be stated in the accounting �rm's opinio.n.
It sliauIri: (1) expi�ess ata unqualified opinion, or (2) express a quaIified
opinion oii the stat��nents taken as a whole.
(7) The City rese�-ves the right to require a new statement at any time.
(8) The �inancial statement inust be pt•epared as of the last day of any month,
nat moz�e ihan one year old and rnust be on file +�vith the City 16 months
ther�after, in accordance with Paragraph 1.
(9) The City wili deterffiine a contractar's bidding capacity for tt�e purposes
of awarding cantracts. Bidding capaeity is determineci by multiplying the
pasitive net warkii�g capital {work�ng capital = ciurent assets — current
liabilities} by afactor of 10. Only thnse staterrients reflecting a positive
net wai•king capitaI position v,�ill be cpnsidered satisfactory for
p��equalificatian Qurposes.
(10) In the case that a bidding date fa11s within Y11e ti�ne a new financial
statement is being prepared, the prevzous sta#ement shali be updated with
proper v�rificataon.
Bidder Prequalificaiion �lpplication. A Biddar Prequalification Application must be
submitted along with audited or reviewed iinancial staternents by firms wishing to be
eligible to bid on all classes .of constructio�� and maintenance projects. Incomplete
Applieations will be rejected.
{1) In those schedules where there is noth[ng to report, the notation of
"None" or "N/A" should be inserted.
(2) A minimum o� iive (5) references of related work must he pmvided.
{3) Submissian of an equipment schedule which indicates equzpment �rnder
the control of the Contractor and vwhich is related ta the typ.e of work for
which the Gontacto�• is seeking prequalification. The schedule m�st
include the manufacturer, znodeI and general common description of
each piece of equipm�ent. Abbre�iations or means oidescribing
equipment other than provided above wiII not be accepted.
3. Eligibility ta Bid
a. The City shall be the snl� judge as to a contractor's preyualifica�ion.
b. The City may reject, suspend, or modify any prequalification for fail�re by the
contractor #o demonstrate acceptable financial ability or performance.
c. The City wiIl issue a letter as ta the sta.tus of the prequalification approval.
CITY OP FQI2'I' W012TFI
STANDA.RD CONST'fLUCTION SPECIFICATION DOCUM�NTS
Revised Jidy 1, 2017
202.1 VJATER MAIN LEAK
REPACR CONTRACT
City Prn,jectl�fo. 1D3327
oa�si3-3
BIDI]�R3 PItBQiJALIFICATIbNS
Paga 3 of 3
��
�
1
2
3
4
5
6
7
8
9
d. If a cantractor has a va.lid prequalification leiter, the contractnz• will be eligible to bid
the prec�ualified wark types until the expiration date stated in the letter.
END OF SECTION
C1TY OF FORT WORTI�
STANDARI� CONSTRUCTIpN SPECIFICATIqN DOCUM�NT'S
Revised duly 1, 2011
2021 WATER IvI�IN LSAK
REPAIR CONTRACT
City Project No. ] 03327
, .
� �� 45 2
81� FORM
Page 5.8 of 59
,I , S�CTION 00 �512
PREQUALfFICATION STAT�M�NT
Each Bidder for a City procurement is require� ta complete the infortnation belaw by identifying #he prequalified
�� contractors andlor subcontractars whom they intend to utilize for the rrjajar wark type{s) fisted.
Majar Work i'ype ContractorlSubcontractflr Company Name F'requalification
Expiration Date
Water lmprovements - �-inch
to 54-inch 1Nater Main Circle C Construction 4130l2022
Replacemen#
� � � � � '' �• '' - � - - - . �,. _ .. . . . , , �,. .
� ..��� . � � ., .. � _. . . .
The undersigned hereby certifies that ihe contractors andlor subcontractors described in the table above are
current�y prequalified for the work types fisted.
BID�ER:
WiAiam J Schulfz Inc dba CircEe C Construction
Com�any
PD Box 40328
For� Worth, Texas 7fi140
By: Teresa S Skelly
�
(Signature)
Title: President
Date; ��� �6� /
d
�
.1
�ND O� S�CiION
CITY OF FORT 1NORTH 2O21 WATER MAIN LEAK
1 STAN�AR� CONSTRIJCTI�N SPECIFICATION DOCUMENTS f2�PAIFt C4NTRACT
Farm Revised 2D920120 Ciiy ProJeci IVo, 103327
���� �����
�ECTION 00 4513
BIDDER PREQiT,4LIFJCA'i'ION APPLICATION
!,
Date oiBalance Sheet
Name under which you wish ta qualify
Past Office Box
City
Mark only ane:
Individua]
Limited Partnership
Generall'artnership
Corporatian
Limited Li�bility Company
State Zip Code
Street Address (required) City State Zip Code
Telephone �'a�c Email
Texas Ta�cpayer �dentification No.
Federal Employers Identification Na.
DLJNS No. {if appIicable)
MAIL THIS QLIESTIONAIRE ALONG WTTH FINANCIAL STATEMENTS TO:
CITY OF FORT WORTH TEXAS
200 TEXAS STREET
FORT WORTH, TEXAS 76142-63I1
AND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION"
00 45 13
B]I]]7ER l'ELEQUALIP[CATION APPLICATION
Page 2 of 8
BUSIN�SS �LASSIF�CATION
The following shauld be co�rinpleted in order that we may praperly classify your firm:
(Check the block(s) which are applicah7e — Slock 3 is to be left blank if Block 1 aild/or Blnck 2 is
checked)
� Has fewer than 100 employees
and/or
� Has less than $6,DOO,Q00.00 in annual gross receipts
OR
� Doas not meet th� criteria far being designated a srr�all business as provided in Section
20Q6.OQ] ofthe Texas Government Cade.
The classification of your firm as a small or large business is not a factar in determining eligibility to
becoin� �requaliiied.
11�AJOR WDRK CATEGORIES
Water Departmeni
Aug�tr Boring - 24-inch diameter casing and less
Augur Borir�g - Greater than 24-inch diarneter casing axid �eater
Tunneling — 36-Inches — 60 —inches, and 3S0 LF or less
Tunneling - 36-Inches — 6Q --i�-�ches, and greater than 350 LF
Tunneling — 66" and greater, 350 LF and greater
Tunneling — 66" and greater, 350 LF or Less
Catf�odic Protection
Water Distribution, Dev�lopment, 8-inch diatxaet�r and smaller
Water Distribution, Uz'ban and Renewal, S-inch diarneter and smaller
Wate:r Distribution, Development, I2-inch diameter and smaller
Water Distribution, Urhan and Renewal, 12-inch diameter and smallet•
Water Transmission, Development, 24-inclles and smaller
Water Transmission, LTrban/RcnewaI, 24-inehes and smaller
Water Transmission, DeveIapment, 42-inches and smaller
Water Transmission, Urban/Renewa.l, 42-inches and smaller
Water Transmission, De�eIapment, AIl Sizes
VJatar Transmissian, Urban/Renewal, A11 Sizes
Sewer Bypass Pumping, ] 8-inches and smaller
Sew�r Bypass Pumpin.g, 18-inehes — 36-inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8anches and smaller
CCTV, 12-inches and smaller
CCTV, 1 S-inches and smaller
CCTV, 24-inches and smaller
CCTV, 42-inches and smaller
CCTV, 48-inehes and s�naller
CITY OF F�RT WOR`I'H 2O2L WATER IvfAR+1 LEAK
STA?rTDARD CONS'I`RUCT"IQN SPECIFICATIOIV pOCUMENTS 3�PAIA CON'['Rt�CT
Revised March 9, 2020 City Project No. 1D3327
anas �3
13IDDER PREQUALIFICATION APPLiCAT1�N
Page 3 of8
MA�OR WO�K CATEGORYES, CONTINUED
5ewer CIFP, 12-inches and smallei�
Sewer CIPP, 24-inches and smaIler
Sewer CJPP, 42-inches and smaller
Sewer CIPP, All Sizes
Sewer Cflllecfion System, Development, 8-inches and smaller
Sewer Collection 5ystein, Urban/Renewal, $-inches and smaller
Sewer Collectzon System, Development, 12-inches and smaller
Sewer Collection System, UrbanlRenewal, 12-inches and smaller
Sewer lnterceptors, Development, 24-inches and sinallez'
Sewer Interceptors, UrbanlRenewal, 24-inches and smaller
Sewer Intercepiars, Develapment, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and sm.aller
Sewer Interce�tors, Development, �18-inehes and smaller
Sewer Int�rceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and sffialler
Sewer 1'ipe �nlargement 24-inches and smaller
Sewer Pipe �nlargement, All Sizes
Sewer Cleaning , 24-inehes and smalIer
Sewer Cleaning , 42-inches and smalIer
Sawer Cl�aning , All Sizes
5ewer Cleaning, 8-inches ax�d s�inaller
Sewer Cleaning, 12-inches and smaller
Sewez' Siphons 12-inches ar less
Sewer Siphons 24-inches or less
Sewer Siphons 42-incl�es or less
Sewer Siphons All 5izes
Transportaiion Public Worl�s
Asphalt Paving Construetion/Reconstruction (�,�SS THAN 15,dD0 square yards)
Asphalt Paving Construction/Recanstruction (15,000 square yards and GRCATER)
Asphalt i'aving Heavy Maintenance (TJNDER $I,OOQ,000)
Asphalt Paving Hea�y Maintenance ($1,000,OQ0 and OVER}
Concrete Paving CanstructioniRecons.tructian {LESS THAN 1 S,Q00 square yards}
Concrete Paving Canstruction/Reconstruction (I S,OOD square yards and GREATER}
Roadway and Pedestt'ian Lighting
CITY OF FORT WdRTH 2O21 WATEI2I�AW LEAK
51'ANDAItD CONSTRUCTTON SPECLF"TCATIOlV DOCUMENTS REPAIR CONTRACT
�iev ised March 9, 2020 City+ Project No. l 03327
0o as t3
BII]DER PREQUALIFICATION AYPLTCA7'lON
Pagc 4 of $
List equiprztent you do no# ovvn but whieh is available by renting
DESCRIPTIDN OF EQUIPMENT NAME AND DETAII,ED ADDRESS OF OWNER
2. How many years has your organization be�n in business as a general contractor under your present
nanie?
List previous business names:
3. How rraany years of experience in
had:
(a) As a GeneraI Contractor:
construction work has your organization
{b) As a Sub-Gontractor:
�-. *What projects has your organization completed in Texas and elsewhere`?
CLASS LOCATION NAME AND D�TAII,ED
CONTRACT OF DATE CITY-COUNTY- �DDRESS �F' OP�'ICIAI, T�
AMOUNT WORI� COMPLETED STATE WHOM YOU REFER
'�If requalifying only show work performed since last statemant.
5. Hav� you ever iailed to complete any work awarded to you?_
If so, where and wh�?
6.Has any afficer or owner of yaur Qrganization ever been an of%cer af another organization that failed to
compl�te a cpntract?
If so, state the name of the individual, other arganization and reason..
7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her
If sa, stata the name of the individual, narr►e o� owner and reason
CITY OF FORT WORTH 2O21 WATER MAW LEAK
STATIDARD CbI�iSTRiICTION SPECIFICATION DaCUMENTS REPAIR CONTRACT
Revissd March 9, 2p20 City PrajectNo. 103327
QO �4S L3
SIDDER PAEQUALI�ICATIOIV AYPLICATION
Page 5 of 8
8. In �vhat other ]ines of business are you financially interested?
9. Have yau ever perfoi�rned any wark for the City?,
If so, when and to vvhain do you refer?
10. State narnes and detailed addresses of a!1 producers from whoin you have purchased principal
mate�•ials durzng the last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
] 1. Give the names of any affiliates or relatives currently debanred by the City. Indicate your relaiionship
to this .person or firrn.
12. What is the construction experience of the principal individuals in yaur organization?
PRESENT MAGNITUDE
�'OSITION OR YEAR� OF AND TYPE OF IN WHAT
NAME OFFICE EXPERiENCE WORK CA.PACITY
13. If any owner, officer, directbr, or stockholder of your �rm is an employee of the City, or shares the
same household with a City employee., please list the name of the City employee and the relationship. In
addition, list any City em�Ioyee wha is the spous�, ehild, or parent of an owr3er, officer, stockholder, or
director who does not live in th� sarrze household bt�t who receives c�re and assistance from that person as
a direct result of a documented medical condition. This includes foster children or those related by
adQption or marriage.
crr� or �oxT wox�cx zoz� wA�x n�unv �nic
STANAAl2D CQNSTRUGTIbN SPECII'TCATION T]OCUivI81�TS REPAIR CONTRACT
Revised March 9, 2020 City Project No. 103327
0045 i3
BCDD�R PREQUALIFICATIDhI Al'PLIC/�TION
Page 6 of 8
CORPORATION BLOCK PARTN�RSHIP BLOCK
If a co�rporation: If a partnershi�: .
Date of Incorporation State of Organization
Charter/File Na, Date of organization
President Is partnership general, limited, or registered limited
liability partnez-sliip?
Vice Presidents
File No. {if Lirr�ited
Partnersk�iA)
General Partners/Officers
Secretary Limited Yarttters {if applicaUle)
Treasi.u�er
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incarporation
Da�e o�organization
File No. Individua]s authorized to sign fnr Partnership
Officers ar Mana�ers (with titles, i� any)
�xcept i"or limited partners, the individuals listed in the btocics abave are presumed to have full
signature aufhorify for your �rm unIess othervvise advised. Should you wish to granE signature
autharity far additional individnals, please attach a certi.fied copy of the corporate resolution,
corporatE minutes, paxtnership agreement, power of attorney or other legal documentation whieh
grants this authority.
C1TY OF FORT WORTH 2O21 WAT�R MA1N LEAK
ST�tNDARD CdNSTRUCTION SPECiF]CATIQN DOCidMENTS REPAIR CON'fRACT
Revised March 9, 202Q City Project No. 103327
00 45 13
SIDDER PREQUALIHICATION AAPLICA'I'ION
Page 7 uf8
i4. Equipment
�
TOTAL
BALANCESHEET
ITEM QLT�-1NTITY ITEM DESCRIl'TION VALLTE
1
2
3
�
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
2�
21
22 — -
23
24
25
26
27
2$
29
36
Various-
TOTAL
Similar types oiequspment may be lumped #ogether. If your tirm has :txi.ore than 3U types oi equipment,
you inay shovv thesa 30 types and show the remainder as "�arious". The City, by allowing you to show
only 30 types of equipment, reservas ti�e right to request a complete, detailed list of a11 your equipment.
The eqUipmani list is a representation of equipment under the control of the firm and which is related to
the type of work for which the firm is seeking qualification. in the description include, the manufacturer,
nnad�l, and general common description oieach.
C1I'Y pF FQRT �fOATH 2q21 WATER MAIN LEAIC
STANDARD CdNSTRUCTION SPECIFICAT[ON DOCIIMEN'I'S REPAIIt GONTRACT
T2evised March 9, 2�20 Ciry ProjeetNo. 103327
00 45 13
BII]1JER PREQiTALIFICATION APPLICATION
Page 8 of 8
BIDDER PR�QUALI��CATI�N AFFIDAVIT
STATE OF
COUNTY OF
The undersigned heeeby declares thai the for�g;ozng is a true stateinent of the financial condition of the
entity herein �rst named, as ofthe da#e herein iirsi given; that tl�is statement is for the express pu�pos� of
inducing the party. to whom it is submifted to award the submitter a contract; and that the accountant who
prepared the balance sheet accornpanying this report as well as any depository, vendor or any other
agency he��ein named is he�•eby authorized to supply eacll party with any information, while this statement
is in force, necessary to vez•ify said state�nent.
, being duly sworn, deposes and says that
helshe is the of , the entity
des�r[bed in and which e�ecuted fhe foregoing staterr��nt that he/she is farr�iliar witl� the baoks of the said
entity showing its financial candition; tk�at the foregoing �nancial statement taken from the books af the
said entity as of t1�� date thereof and that the ansvvers to the qu�stions of the foregoing Bidder
PrequaIificatian Application are con�ect and t� ue as of the date of this affidavit.
Pirnr� Na.in�:
Signatur�;:
Swofn to 6efore me this
day of _
Notary Fublic
Notary Public must not be an officer, director, or stoekholder or relative thereof.
C1T"Y OF PORT WORTH 2O21 WAT�RMAIN LEAK
STANDA[iD GONSTRUCTTON SPECIFTCATI�N DdCUMENTS REPAIR CONTRACT
Revised March 4, 2020 City ProjectNn. 1f33327
Q04526- l
CONT1LlCTOTt COMPLrANCE WITH Wd1tKER'S COMPENSA7TON LAW
Page 1 of 1
2
3
4
5
6
7
8
9
SECTION 00 45 26
CONTRACTOR COMPLTANCE WIT�I WORKER'S COMPEI�SATION LAW
Pursuant to Texas Labor Code Section �06.096(a), as amended, Cantractor certifies that it
provides warlcer's compensatioi� insurance coverage far aII af its employees emplayed an Cit�
Project No. �D3327. Contz�actor furtlier certifi�s tha#, pu��suan# to Texas I,aboa' Code, Section
40b.096{b), as amended, zt �uill provide to City its subcontraetor's certifieates of compliance vaith
warker's campensation cav�rage.
IO ONTRACTOR:
I1 i%%/,+�_+.� _�,_-���.�� �i7c ��
1��;••- s� 6'-�-�is� �.�P�s.lJ�/i ,� l�AFi
13 Campany
14 �1
15 C +i� _ �Q� ¢���
I& Address
I7 �, ,�
T 8 � _ � . /��'(�i' ��j:��
l9 CitylStatelZip '
20
�Y: ���� P IJ�
{Plea.se,k'rint)
,
Signature: �_.�� �������
ifi
Title: ,/�`��d%�py �'
(Flease Frini)
21 ,,.,,�,,,,.,.,,,
�*av p�a.,,,sM1C}iELE S GANKFOR
22 THE STATE OF TEXAS § ����� �`� Notary PubGc
23 *i ; tr� STATB OF TSXAS
�� yr, __+iy� Notary I� # i 175946•6
24 COiJNTYD�'TARRANT � S%e�F�OF��� �u�y�m.�,o�ot��,aoxa
25
26 SEFORE ME, th� undersign�d authority, on thzs day p�rsanally app�ared
27 �'> --- -� -- —��1_� Ict�own to me to be the persan whase name is
28 subscribed ta the foregaing nstrument, and acicnawledged ta me that he/she executed the same as
29 the act and deed of ���� �'� �;,;,..,� for the purposes and
30 consideration therein expressed and in tYie capacity therein stated.
31
32 GIVEN LTNDER MY HAND AND SEAL OF OFFICE this ��y � �ay of
33 � ' •,�..,.�� �,� , 20 �1
34
35 '
36 ��y�:"=- �,- ��e* _
37 Notary Puhlic in and for the State o�'exas `�
�
38 �
39 END OF SECTION
4�
CITY OF FOItT WORTH
STAIVDARb CO?�fST12lJCTION 51'ECIFICATTON DOCCTM�NTS
Revised ]uly !, 2011
2021' WATER IvfAIN LEAK.
REPAllZ CQI�TRACT
Gity ProjeakNa, 103327
uo �s �to - �
F�,�si��efx Es�uity Ordinua� Spe�iti�ak2o��x
1'��c I uf�
4��:�"I'I(7��( lk:� �5 �U
E�ets't+3e�s Lq�iiEy �pe�iEi�:n,�i{}��
,�,X'YT,1�'l4'�'1(l1V {}_I_+' P[]LIC'Y
j f kl.e to�.11 i�t]j�kkl" Y�I41� C1f tGle C41p1lI`RCi IS �l��C�9' tElilt] � � OU,U�)�). si�c�G � F�tG:�i�7ess F€�i3it}r go�k is �pplic�.b�t,
f1 lit��i;tie�� r��uity Tirn�s raf�rs tu cc:r�if�e�l �i��:,��i� v-, �r�€11or ��'rrm�en-, ativnec! �3��iiress �nt�r���is�s
{M!�'V 13:�'�.
!i POL�{:`Y �`�`:�'�'1�;14'�I:IVT
� li i� [�t� �]sk3iVy at`#he C�ilv c�� �=�r� W«a�i4 [« c;tist��'e l�� fiol� �nd e���i�,�hEc �:�rti�.i�aatini� ��f L4usf�i�ss EquiEy
[{� I{ann� ��1,�F7 a�yti�locs�l�le_ ir� Ilie �»�c�c�ire:lrtUati� c,f d�E �ends �nd servi�:es. llli I�C4G9111'CI1i411�5 Rtll� ���g��Ea#ions
€ I �t{-��e�i i�r t[ie Ci�y's caErrei�s Ei�isi��e;�ti }'����ii�� {���ciirra�c� 1�a,.7.�L5�d-� I-�(12i} ���piy I�+ tl�is 1�it€.
«
I3 ��i'�l!r L'J#(1.T�C'� �"Tk]AL,�
I�E Tltc Cisy�`s �v11WB� ��nM ori tktFs �ir�j�ct is �"'lo �f t�c: tok�� k�i[1 v�+Gl�e oF�tl�e �o��fTe�l �R�se hr�:J o{�pl�es F�
��S Pc+r�k,3� a��cf C'o���u�tr�ll�j+ Se:•ti��ces}-
iG
� �r �:�a��N � .� a�c� �e� s� �eLc�r������rio��
]8 C�t� I'ity c�}�kl��c#� !�fi�U.�1�)U c+r �rX;,rc �li�G'e a B�su�ess �c���ty �cx�] �s �aapli�cl, ��{f�ears r�r� reg��ire� ko
]�l c:�a���ai}� ���iR3t t.€�c n3tea�t ot'tli� {�;it�'S T��IRIIl£.SS �{�ill�j' �!'c��ra�flca bv rncc�i�ie,FE� �xcuecfii�g tl�e a��►�e sir�#ed
�0 go;�l fihr4}���;1� c�n� ot� 1�3e i�i�al�v��;Gx�; rr:�:�1�+�ti�� 1. ��:sinc�s l;s�si41�• ���i:ciFnti':�et3n� ��si�ticipati<ou. ar; �.
�i C`ontmerc;al �a�el'�� fuisc#i;�i� sei��iccs �e��ti}r�a�erl ]xy tLe �3�s::tic�w ]�;q��iiy Yrin�e te� ctiu��t t���rvrt�•cls t�:�
2�. �uNl, iF�; 3, �a�t�l�in«ii��� c�t` 13�t�i��ev.� ��uity Prime srr�r���:�+ ��tc� 13uwiue�;:� El�lilL}' su�fioiatr�ic#i��
�� p:u•I.icxC��tin��, c�r: �. B��ss��+:�� �c�uitv ,loi�i# Ve�t��r4 �r�tr�i4;i��utini►, nr; �. Gooil I�:�itl� �i'1'a��t
�4 uu�urnt��jta#i�,;�, �e; G. �'��t: �� V1x��ive�� �iac�irnen:afir�a�.
25
�� ,���rs�r��r�r}��� 4lI' F�GOilLR�.t1 [�C}CtTM�1�.1'�2TAT1{]s�!
k7 T�:t LJtili��a[i�in ['lai� 4hai� kfc duz� at tEte tii��r, s�}ecifi�c[ �n tl7r. �s�li�i�siion, Ttie ap�k�c:�b3� ai�:M�men�� i�tius[
2�t h� �rc�.ived b�� ECa� i'�rch;t�iasL, Divisi4,n, with�r �lie �i»c .,lincaic�l, iri �rder fr�� �k�e enttr� i3ic� Rc� bc
�9 cn�tsirEeE��d ��es�i.nsivo Gs� tl.� S���LIl�k�lCil]S. ��Ik {lf�".'.L'L`1' ti�li3i1 i�E�k1+�1' t.Il� L'�1351i;ass lr,c��ii1Y c!,a.:i�ni��M�a�i�n
30 ii� person (or er�uil if d�si�tta[ed 4����hin pra�ccr s�+ecEfi�:}ti���s} to ilfe a�3�+roaari�ne �.rnP€a�ye� a>f tl��'
� I PLIi'CjlASiR� j)iVlSIO[1 AC.:.E cr��r�in s tateJfiir�c r�cuin1, �u�l� rcce�p� �it�i! be evi�le��c rl�sxl I���: �'ity rc���vecl
32 �i1C d6Cl]fLICR�aI�]U]i 1�1 t�3� �inae ulCocateci. ��ue�►rrae���a n�-� tn I�e rcccivet� nn ks�ter i�;�n �,li�[} ��.n�., on �i��
3� Ke�tia,l C"s��y l��s:�4es� �lay ��er l��ti Lx�l cr�enii�g �:sie, ��cic�kt�•e r�l`thc b�cl o�,�eiyiisg c��t#c,
�4
�.i Tkl� C)ffc=�'{k]" fFl��;ti� wUEtiin9C OiY�: eftl�e Fallowkng �lsacua�t�i�tntic,t�:
3G I. Utili�al�cu� ��co�•t:�, si` ��c ��,�E rs n,U� o� �x«�r��a,
�7 2, �oocl P�1174I1 �ffos�t Fr.r.n i�nct litiliri�[itrn Ccri{��, �,��lut��ng s��p�c.�iir�� �"�ui,��x�e�tixtiar�, if
�II �Skl9'�JCE�]atian is C�ss tE�a�t a��ted go�l, n�- a�n f�n��ne;ss Eyt�i�y �,3etici�;�tiar� is �c�c�rr��1 isiXecl,
34 3, I'rim� Cn��ti•�ctoe• Waive�• ��,rra�, ia�����ia�� si���a��tong c���csGrrEen�a��nr�, if �Iti� ClfFi.�t•ar will �eef�e�n
�0 �r11 a��bro�t1��.oc�:1��,ISlf�7�.]E��� a�po��>>niRie�,
�� �]. ,fas�ai Ver�tuj•�.I`ar�, E!'�*t+��t 15111i:1 C1i' Cti�����L� Wil�l �l ��1l�� �IG11�l�FL',
�}� Tlye�se �'�:'lli4 l7'a'?I �li �I.I�J?iil {I'ai�•i'ss�� i1�:
�3 Busiia�.�s �:c�ui�y 4Jtrliza:��a� l�����}
�MA la�}s;l+;a _��:f,���}��.Fr[h�es�s,eck��ll"a_{}�cc�T���i��3r�es�lteso�irc�sk'��;11"J�,�(M-
�� °�,?f11rl��fi4.:li�l�:�V°r'n£;}BIiSlIl�45'Fla��l�.i111i1\''�q�l]C}fCIIClliilCCli�l�SII1�S5��h�U�,���'°�qZ{�LJ�i��7��ini�°Q?{1Forr�.
d6 �
�47
48 �3��51n�s5 I.:�tiify Pr�il�e (��iti�f�,ctui` W�{iV�a' Fnri3�
CITYOf f�RT1�,:[}f+T�i ;,�21 WA-f�=� �ACe•P LE14f:
�fAh��M1kl} �'s�f�57'€kUCTli31� �FJ=CIPGC'-A'f]173J GOCIfMF�T4 R�]'AIl� CO��fRM1� f
Rc�Rscd ,1 nnusry i. 2{�2: Ci�y f�oojc�t No, I fi3327
{l�� •i3 �{� - �
13�ttiiucsy ER��Itw i]rdi�on,.cc SprciFGtnlions
f�u� 2 oF2
I
�
3
�
5
�
7
�C
9
I {i
t1
1�
!�
C �1
�5
Eb
j7
�2
��
24
��rs�w:._�;sp�r�Gk,�t,r�l�i�xa:._T„ir�+lf"rti�jcti�T�r�t�tti_�c�f [��stti��r�.�e��'!{�0° �,3�-
",{�?�1�.71�1'Eif�? `�__�1�'°'�����uti![1Lti4���o.��)�:i�11E4'°���3�'D�'L111ia1l1C��C�l.15Ef1i55{�hn�E�� llli}'��a��}PI'! �t°��2O�C�IItk8fiki7�
� -- - - G-. � �1 _�...�-- - • -
"�u?(I �'« i }'� r. ��c11'
��E�incss �rEuity �crad FaitC� Ef#oi�k Forn�
I � t � p±::1�sy�r��s_ f i�rtx��[�r� I�te��r s. �ovJl'�r� i e� lResc��[a�ces� G{c� cr�� r€�cs! °ffi� I°fo'? (1-
��?DM�b� E���T'4��V��o��BllS31}CSS�U�U�:��V�' ir�I3{_}1'{CI IillilCC`I�1�41x1CS5�oL{�Ec�u iE��d�U?�1C'innd°l4?{��aitli"{u?Oi:f
tc±r1 °�n� �1 F'i�rin. �d i`
B���i��ess I:quiiy ��i�3t V�ntiaw�c �orm
i.��.�n�=�;;��x�as,ti5rt}��t�rflste�:�ti,����vlf'rn3ec� E{�so�src4�?C��,ss,�����rsf'ffifl°lfl3U-
"�,�'EijV14lFl3L�i fL�1��"iMu���ll51fkC�54"{i�,�jl.r{�11I��_��o��S� �]'iI I I}Ill1iC�T�l151f1L5*#✓o�DEClEllii'9���},Ic�int'�lo���cr��t�r�_ �x�tf
���]L141Tt1? 'fC} C[}MPLY i�Yl'1'll 'I'llE� (:I-i'Y'S I�U�INf:S� F�:�i.ff�`Y (]RLif[VI�I�C� �VIi�L It�SEf�,7" 1IY
-rilL. �[[�T�r:,rr�c� ��r��ir�r�r� rr�c�r�-r���o�rs�1��'rO�s�l?C�t�iC:A'I'Kr�N�.
1�,4i�.�lT�r TCl �L161+�1�"1-��T I��SQL�Ii�l�ar1 i3�f�El��;�� ��:��T[l' [3C1G'U�1�i��TA7'I(lhl ��+ILL 1��'SLiL7' �Pi
k8 '1'�1Ll31.[� [3::IN�; [.'(}t+�SIQ�Fkr�i i`;�DN-C#ESP�IVSIVE. A��f'(.1�111 I�All,l;l�l' 1iVxl.i. t��+�kl�T lt�{Tf{T
nF�����i�art ��[r�c ����c���ni..i������.�� ��fl€# ,� �'I�:���t��� C�F O�t YE_�R.'['L��i�C� I'AIL�Rf:S I� A f���v�r
�� �r�,�i�����',���r��>�vii.i�Ft#:S4fLT1NAUf4�b�f,411iric���ror�i�r•.���c��r���'-r��i��u.���vt•.�a���.
2� Au,y �ir�s��ini�s, .l'leas� �o�ts�c# Tl�t� K4isii�css .k?�i�ii}� liivis�,��� :�1 (l�17] 3�?2�,2�,7�,
� C �ND C}i� �L'�TI�3�
� I 1� � i;� �.3 .� �� k i � i Y i � i —�� ��� �� � �
�
CI7Y OF NQRT wpRTE 1
� STAr���l�r� C'c):Jti"fa�UC 1'14?� SPf{'IflC'ATI03V Ur7C:[.fMLha7_5
Rcuiset� Jnnunry 5, 3fl� I
Y Y � i i < <
�7�11YhTG�a�A�h C.F�,AxC
F[El�A33� C4��ITF�A�T
�liy peajec L ?#u_ I 0]327
I
oosza3-�
Agreement
Page 1 of 5
SECTION 00 52 43
AGREEMENT
° THIS AGREEM�NT, authorized on 4'!�G� "'� ��,� is made by and between the City of Fort Warth, a
Texas home rule munieipa�ity, acting by and thraugh its duly authorized City Manager, ("City"), and
�' William J. Schultz. Inc. dba Circle C Construction Camnany, authorized to do iausiness in Texas,
acting by and through its duly authorized representative, ("Contractor").
City and Contractar, in consideration of the mutu.al covenants hereinaf-�er set forth, agree as follows:
Article 1. WORI{
CQntractar shall complete all Work as specified or indicated in the Contract Documents for the Project
identified herein.
Article �.. PROJECT
The project far which the Work under the Contract Documents may be the whole or only a part is
generally described as follovvs;
� , 20� 1 WATER MAIN LEAK REPAIR CONTRACT
I�_ Citv Proiect No. 1033� i
Article 3. CONTRACT PRICE
�ity agrees to pay Contractor far performance af the Work in accordance with t�e Contract D�ocuments an
a.mount in curre�t funds of Seven Handred Fift,y Thvusaand anc� 1Vo/100 Dollars ($7S�,OOO.UO).
Article 4. CONTRACT TIME
4.1 Final Aceeptanee.
The Work will be camplete for FinaI Acceptance within 365 days after the date when the Contract
Tirra� commences to run, as prouidec� in Paragraph 2.03 af the General Conditions, plus any
extension thereof �llowed in accordance with Article 12 of the Genera] Conditions.
4.2 Liquidated Damages
Contractor recognizes that tt�ne is of the essence for completion of Milestones, if anx, and to
achieve Final Acceptance �f the Work and City will suffer iinancial lass if the Work is not
.� corr�pleted within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes
' the delays, expense and difficulties involved in proving in a�egal proceeding, the actuai Ivss
�4 �: suffered by tl�e City ifthe Work is not completed on time. Accordingly, instead of requiring any
�; such proof, Contractar agrees that as liquidated damages for delay (but not as a penalty),
; Contractor shall pay City Three Handred �ifteen Dollars �31r s.00l for each day that expires
' after the time s�eci�ed in Paragraph 4,1 for Final Acceptance until the City issues the Ftnal Letter
� , of Aeceptance.
CITY OF FOR'C WpRTH 2O21 WA,TER IVIAIN LEAK
STAN�AR� CONSTRUCTION SPECIFICATION DOCUM6NT3 REPAIR CONTRACT
Revised 09/06/2019 City Project Na. 103327
005243-2
Agreement
Page2af5
Article �. CONTRACT DOCi1MENTS
5.1 CONTENTS:
A_ Th� Contract Dacuments whioh coanprise the entire agreem�n�t bei�vveen City and Contractor
concerning the VVork consist of the fallowing:
l . This Agreernent.
2. Aitachments to this Agreement:
a. Bid Form
1) Froposal Form
2) Vendar Compliance to Sta,te Law Non-Resident Bidder
3) �requalificatian Statement
4) State and Federal documents (project specifrc)
b. Current Prevailing Wage Rate TabTe
c. Insurance ACORD Form(s)
d. Paym.ent Bond
e. Perfo�cnax�ce Bond
f. Maintena.t�ce Bond
g. Power of Attorney fo� the Bonds
h. Worker's Cornpensation A#i�davit
i. MBE andfor SBE Connmitment Form
�.,
3. Generai Conditions.
4. Supp3e�entary Conditions.
5. SpecificaLions specifically naade a part of filie Coniract Documents by attachrnent or, if not
attached, as incorporated by r�ference and described in the Table of Contents o� tkae
Pro3ect's Contract Docuznents.
6. Drawings.
7. Addenda.
Docuznentation s�bmitted by Contractor pr�ar to Notiee of Ar�vard.
9. The £ollowing which may be delivered or issued after tke Effec�ve Date of the Agreement
and, if issued, become an incorporated part ofthe Contcact Documents:
a. Notice ta Proe�ed.
b. �'ield Orders.
a Change Qrders.
d. Letter of Final Acceptance.
Article 6. INDENINIFICATION
61 Can�tractor covenants and agrees to iademnify�, hald harmless and defe�d, at its vwn �xpense,
the city, 1ts offcers, servanis �nd emplayees, fram and against any and $li claims arisiqg out
o�, or alleged to arise out of, the work aud seirvices tn 6e perfarmed by the co�tractor, its
officers, agents, employees, subco�tractors, licenses or invitees under t�is contract. T%is
inciemnification nrov�sion is sgeci�callv intended to onerate and be effectir+e even i� it is
�lle�ed or nroven _f4�t atl ar some of the d�mages bein� sought were caused= in whole or in
�arfi,_b� any act, omissipn or negli�ence of the citv. This iEnde�nnity provision is intended to
include, witt�out iimitatian, indemriity for costs, ex�enses at�d 1ega1 fees i�curred by the city in
ciefendiug a�ains# s�ch claxms aud causes af actians.
CITY OF �'OCtT WORTH
STAND,A.RD CONSTRUCTI�N SPECIFICATiON DOCUMENTS
Revised 09/06/2019
2021 1WATER MAIN LEAK
REFA3lL CON�'RACT
City Project No. 103327
U05243-3
Agreement
Page 3 of 5
6.� Contractur cavenants ar�d agrees to indemnify and hold harmless, at its own expense, the city,
its officers, servants �nd employees, fro� a�►d a�sinst any a�d aIl loss, damage ar destruction
af property a� the city, ariising oat af, or alleged to arise out of, the work and services to 6e
pert'ormed by the cantraetor, iis of�cers, agents, employe�es, subcontractors, licensees or
invitees under this cantract. This et�demni�'ication pravision_is saecifically intended to aperate
and be effectiva e�ven if it is allegeci or proven thak all or some of the dama,.�es, bein� sou�
were caused in whole ar in art b an act omissian or ne li ence o#'the ci ,
Article 9. NIISCELL.ANEOUS
7.I Ternns.
Tern�s used in this Agree�aaent which aze de�ned in Article 1 of the General Condi�ions will have
the meanings indicated in the General Conditians.
7.2 Assignment of Contract.
7.3
7.4
7.5
This Agreement, including all oi the Contract Documet�ts rtkay not be assigned by the Cantractor
without the advanced express written consent of the City.
Successars and Assi�ns.
City and Contractor each binds itself, its partrears, successors, assigns and iegal representatives to
the other party hereto, in respect to all covena.nts, agreements at�d obligations contained in the
Contract Docwme�ts.
Severability.
Ar�y provision or part afthe Cantract Documents held tv be unconstitutional, void or unenforceable
t�y a court oi competent jurisdiction shalk be deemed strscken, a.n.ci alt remainir�g provisions shall
con�inue to be valid and binding upan C�TY and CONTRACTOR.
Governing Law and Ve�ue.
This Agreement, including all
Venue shall be Tarraz�t County,
of Texas, Fort Worth Diviszon.
7.6 Authority to Sign.
of the Contract Documents is perfcsz-�nable iz� the State of Texas.
Texas, o:r th� United States District Court for the Northern District
Gvntractor shall attach evidence o£ authority to sign Agreement, if other than duly authoxized
signatory of the Contractor.
7.7 Prohibition On Cantracts With Companies Boycotting Israel.
Contractor acla�owledges that in accar�ance with Chapt�r 2270 0£ the Texas Government Code, the
City is prohibited frorrk entering into a contract with a carnpany far goods or services untess the
contract contains a written �erification frari:i the campany that it: (1) does not boycott Israel; and
(2} will not boycott Israel during the term of the contract.
CITY OF FORT WOitTH 2O21 WATER MA1N LEAK
STANDARD CONSTRUC7'I03d SPECiFICATIOI�! DOCII��N'I'S REPAIT2 CQT]TRAC"i'
Revised 09IU612019 City Project No. 103327
oa sz �3 - 4
Agreement
Paga 4 of 5
The terms "boycott Israel" and "caznpany" shall have the meanings ascribeci to those terms in
Section 808.001 oi Y,he Texas Government Code. By signing this contract, Contructor certifaes
t&at Co►tt�actor's sigrtature p�ovides written verifacatiort ta the City that Contr�actor; (1) does not
baycorr rspaeC; and (2} will not baycott Israel during the ter»t of the contPae�
7.8 Immi�ration Nationality Act.
.
�' Ca.ntractar shall verify the identity and eanptoyment aligibility of its employees who perform work
under this Agreernertt, including completing the Employrnent Eligibility �Terification Forrn (Z-9),
Upan rec�uest by City, Contractor shali provide City with copies of all T-9 forrns and supporting
eligibility documentataon for each employee who performs work under this Agree�ent. Conttaetor
shali adherc to all Faderal and Sta.te Iaws as vvell as establish appropriate procedures arid controls so
that na services will be per#'ormed by az�y Conttac#or �mployee rvho is nat le�all� eligible to
perf'az7m such services. CONTRACTOR SHA,LL INDEMNIFY C.ITY AND HOLD CITY
HARMi.ESS FRUM ANY PENALTIES, LIABILITYE.S, OR La�SES DIIE TO
� VIOLATiONS OF THIS PARAGRAPFI BY CONTRACTOR, CONTRACTOR'S
�MPLOYEES, SIIBCONTR,ACTORS, AGENTS, OR LYCEN�EES. City, upou w.ritten
� notice to Contractor, shall h�ve the right to immediately terminate this Agreement for
viol�tions o� i�is provision by Coutractor. �
7..9 Na Third-Party $eneficiaries.
This Agre�ment gives no rights or benefits to anyone ofiher than the City and fihe Contractor a.ind
there are no third-party benefzciaries.
7.10 Na Cause o�Action Against Engine�r.
Cor�tractor, its su�contractors and equipment and nnaterials suppliers on the PR�JECT or th�ir
� sureties, shall maintain no direct action against the Bngineer, its officers, employees, and
subcontractors, £c�r any ciaun arising out of, in cor�nection with, or resulting from the engineering
s�rvices performed. Qnl.y the City will be the benef ciaty of any undertalcing by the Engineer. The
presenc� or duties af the Engineer's personnel at 8 COI1S$IACtIOII site, whather as on-site
rep�resentatives or otherwis�, do not raake the Engineer or its personal in any way responsible for
th:ose duties that belong to the City an.dlor the City's cnnstructiox� contraators or other entities, and
do not relie�e the construction caniractors ar any other entity of thei�r abligatians, duties, and
respo�asibilities, ineiuding, buti not limited to, all GOI15trUCt1OIl nnethods, means, techniques,
sequences, and procedures necessary foc coordinating at�d completing all portions af tl�e
construcNon work in accordanee with the Contract Documents and aa�y health or safety precautions
required by such construction woric. The Engineer a.tyd its personnel i�ave no authority to exercise
any aontrol over any canstruction contractor ot other entity of their err�ployees in connection with
ttteir work or axry healtla or safety precautions.
SZGNATURE �AGE TO FOLL0IN
CI"f'i�' OF FORT WEiFtT}i 2021 vVATEIt MAIN LEAK
STA�lpARD CpN5TRY]CTIQN SPEC[FiCATION DOCUIvIENi`S REPAI�2 CONfRACT
Revised 49/06l2019 City Project No. 103327
005243-5
Agreement
Page S of 5
IN WITNESS WHEREO�, City and Cantractor have exec�ted this A�t•eement to be effective as of the
date subscribed by tEte City's designated Assistant City Manager ("effective Date"}.
Gontractor: City of Fot•t Worth
Wi�liam .�. Schultz, Inc, dba
Circle C Coiistruction Company ,,�„� R,,,.�H�„�
By..... , __ �.__
- - Dana Burghcioff
BY�%_��� �����' Ass�stant City Manager
(Signature) � p�c 16, 2021
r
'� Data
Teresa S. Ske!
(Printed Name)
Title: President
Address;
P. O. Bax 40328
500 W. Trammell
Fork Warth, T��as 76140
City/StatelZip
�1A� l , '� '�1
Date
Attest
City S
(Seal)
M&C � � � Cl�� �
Dafe: �O� � �I�''2.1
Form 1295 No.: ''�17�j -- `����as."?_
�� �� ���� r R
%��; �;��
:�
� •`�
� '�
�:. � �' �
;.� �,,��„�.. •' '
�,h_.�� , �. �
. ..�"'�`.'° � �
Cantract Compliance Manager;
By signing, I acknowledge that I am the person
responsible for the monita��ing and
admi�iish•ation of this cantract, including
ensuring al! performance and reporting
a•equu'eznenfs,
E ^tM� :� t r �+�� �
J. G�hris Undarwood
Sj�. Engineering Tech
Approved as to Forrn and Legality:
�i
� —
Douglas W. Black
Assistant City Attorney
Al'PROVAL RECOMMENDED;
�
�
.�
I
C[TY OF FORT WORTH
STATlDARD CDt�lSTRUCTION SAECVICATION �OCiIMENTS
Revised 09/06/2014
�'� � a. ��
Christopher Hai•der, P.E.
Director, `1�iater Department
?u�a}: -�r�r� iam�t�'e�� �
R6pAIR �nuT.RA�G;C
...9ity Fc�,j:.;:� iv�. ���3�1
006113-1
PERFORMAMCH BOND
Fage 1 of 2
i
2
3
4
5
6
7
8
9
1�
I1
12
13
14
15
16
THE STATE OF TEXA�
COUNTY OF TARRANT
BOND NO. TXCb13322
s�cTTON ao 6� x3
PERF[)R.MANCE BOND
�
§
�
KNOW ALL BY THESE PRESENTS:
That we, William J. Schult� Inc. dba Circ[e C Go�nstraction Com an , known as "Principal"
her�;in and Merci�ants Bondin Com an atual a corporate surety(suretxes, if t�ore than one) duly
autk�orized to do business in tb.e State of Texas, knawn as "Surety" herein (vvhether one or more), are held
and firmly baund unto the Ci#y of Fart VVarth, a municipal carporatian creat�d purst�ant to the iaws af
Texas, known as "City" iaerein, in the penal sum of Seven Hundred Fif Thousand & No/100 Dollars
($'��0,000.00� lawful money of the United States, to be paid in Fort Wprtb, Tarrant County, Texas for the
payment of which sum well and truly to be made, we bind ourse�ves, our heirs, exe�utors, administrators,
successors and assigns, �ointly and sevetally, firmly by these presents.
I7 WHEREAS, the Principal has entered into a certain written contraci with tha City awarded the
18 ��� day of � _, , 2021, which Contract is �ereby referred co and made a�art l�ereof
19 for all purposes as if fully set fo:rth herein, to fur�ish all materials, equipment labor and other accessories
20 defi.��d lay law, in the prosecution o� the Woric, including any Chang� Orders, as provided for in said
21 Contract designated as 2021 Water Main Leak Renair Cantrsct; Citv Proiect No.1fl332i.
� 22
23
I �
24
25
��:
26
27
'!,
28
� 29
.�
N�W, T`HERE�'ORE, tlae candi�ion of this obligation is such that ii tkte said Principal shall
faithfully per�orrn it obligations under the Coniract and shall in all respect� duly and faithfully pEr%rm
the Wor�C, inc�uding Change Orders, under the Cantract, according to the plans, specifications, and
contraet documents therein referred to, and as well during any periad oi e�tenszan of th� Contract tlaat
�ay be granted on th� part of the City, then this abligation shall be and become null ar�d void, otherwise
to remain in fiill force ar�d effect.
PROVIDED FURT'HER, that if any legal action be fiied on this Bond, v�:nue shall lie in Tarrant
County, Tez�as or t�e United States District Court �or the Northern District of Te�a.s, �ort Worth Divisio�.
CTTY OF FORT WORTIi 2021 WATER M�N LE/�1K
STAIdDARD CONS'FRiJCTfON SFECIFICA�'lON DOCUMENTS REPAIR CONTRACI'
Revisedluly 1, 2011 Ciry Project Na 103327
I �
00 61 13 - 2
PERFORMANCE BONII
Page 2 of 2
1
2
3
4
5
� . A
��
�
�.
d-
�.
This bond is made and executed in connpliance with the provisions of Chapter 2253 of the Texas
Goverrunent Code, as amended, and aIl liabiliti�s on this bond shall he determined in accordance with the
provisions of said statue.
IN W�TNESS 'WHERE4F, th�: Principal and the Surety have SIGNED a�d SEALED this
instrument by duly authorized agents and nfficers on this tl�e `'�� day af �1t �� �.rl�-, 20 21.
ATTES�T:
� a . .,,,.-� � �S, , , '
(Principal) Seeretary, Michel ord
l
PRINCIPAL:
William J. Sehultz, Inc. dba
C�rcle C Construction.�ampany
BY: �r �
_ �1i� A� 4�
Signature �
��
Teresa �. Skelly, President ,
Na�x�e and Ti�le
Address: P. O. Box 40328
�ort Worth, TX 76140
Witness as to Principal
� .,,� ` �'� . � s�
y_ �--�� %'�R1P sY. _-.�_
� .�_ _ . � '� � ^ -
��-
V�itness as to Surety, Jflhn A. Miller
SURETY:
Merchants F n Com an Mutual
BY: � • �% �
gnature �
She I A. Klutts Attorne -in-Fact
Natne and Title
Address: 6700 Westnwn Park�+ay
West Des Moines, TA 50266
Telephane Num6er: 1-80�-678-8171
Note: If signed by an ofticer of the Surety, there must be on fila a certified extract fro;n the bylaws
showing �hat this person has authority to sign such obligation. If Surety's physical addr�ss is different
from i�s mailin.g address, both must be provided.
The date of the bond sk�all not be priar to the c3ate the Contract is ar�arded.
6
7
$
9
IO
11
12
i�
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
CITY OF FpRT WORTH
S7A�fDAR1] CONSTRUCTIOTI S�ECIFiCAxION DOCUM�NTS
Revised luly 1, 2011
2a2i waT�R Manv �.�Ax
REPAIR CONTRACT
City Project No. 103327
ou 6� �a - i
PAYMENT BOND
Page 1 of 2
�
0
1
2
3
4
5
b
7
THE STATE OF TEXAS
COUNTY OF TARRANT
BOND NO. TXC613322
SECTI4N 00 61 14
Pan�E�T Borm
�
§ KNOW ALL BY THESE PRESENTS:
§
8 That we, William J. Schult I�c. dba Circle C Cons#raction Com an known as "Principal"
9 herein, and Merchants Bondin Com �n utual , a corparate surety (sureties), duly autk�arized to do
14 busin�ss in the State of Texas, knnwn as "Surety" herein (whether one or more), are held and firmIy
11 bound unto th� City of Fort Worth, a tnunicipal carporation created pwrsuant to the laws of the 5tate of
12 Texas, known as "City" herein, in the penal suzn afSeve� Hu�dred Fif Tho�sand and No/1QU Dollars
13 �$7�fl,604.OQ__) lawfuI monay oithe Unit�d States, to be paid ia� Fort Worth, Ta�rant Cown.ty, Texas, for the
14 payment of which sum well and truly be made, we bind ourselves, o�ar heirs, executars, administratnrs,
I S successors and assigns, �ointly and severally, f�nnly by these presen�.s:
WHEREAS, Pr�ncipal has entered into a certain written Co:ut�ract with City, awarded the �' �
day of �. 2021 which Contract is hereby re�erred �o and made a part hereof for alI
purposes as if fully set forth herein, to fiurn�ish aZl materisis, equipment, labor a�d other aocessories a�
defined by law, in the prosecution o£ t1�e Worlc as provided for in said Contract and design$ted as 20�1
Water Mai« Leak Re air Contract• Cii Pro'ect No.1D33�9.
W
15
17
�8
19
20
21 NOW, THEREFORE, THE CONDITION OF THIS QBLIGA`i'I[3�1 is such that if Principal
22 shall pay ali monies owing to any (and all) paytttent bond beneficiary (as defi�taed in Chapter 2253 of the
23 Texas Govern�ent Code, as atnended) in the prosecution of the Work und�r the Cantrack, then this
24 obligation shall be a�d become null and void; otherwise to rernain in full force and effect.
25 This band is made artd executed it�; compliance with the provisions of Chapter 2253 of the Texas
26 Government Code, as amended, and all liabilities on this bond shall be determined in accordazae� with the
27 provisions of said statute.
28
29
C1TY OF FflR7' WORTH 2O21 WATER MAR�f LEAK
STANDARI7 CONSTL2UC'j'I�N SPEC1FiCATION DOCUMENTS REP,�3R C4NTItACT
Revised July 1, 2D11 City Project No. L03327
J.
� .
, 1
. �
�
�
�.
� �
DO 61 14 - 2
FAYMENT BOND
Page 2 of 2
IN WITNESS WHEREOF, tlae Principal and S�rety have each SZGNED and SEALED this instrument
y � ��� ��
�y duly authorized agents and officers o�. this � da of ��' -�=-�1�".s_'- ., 242� .
PRINCIPAL:
Willia� J. Schultz, Inc. dba
Circle C Construction Company
ATTEST:
� ��. - �- �� - ' �
(Principal) Secretary, Michel . Lanlsfaxd
�
Wimess as to �rincipal
ATTEST:
(Surety) Secret,�---
� . 'A'� , �`�.�. � � ��_ .
_ .. ��- •�� _.
� Witness as to �u�rety, 3ahn A. Miller
West Des Moines, IA Sfl266-7754
Telephone Number: 1-800-678-8171
�
:J
3
4
5
6
7
8
9
Note: If signed by an off'icer of the Surety, there must be on fi18 a certi�ied exixact from the bylaws
showing that this person has authoriLy to sign such obligatian. Ii Surety's physical address is different
fironn its rn.ai�ing address, bath nnust be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
BY: � �.c�1aE L.l�.�-�. �
Signature t
Teresa S. Skelly -- Pres�ent;'
Name and Tit(e
Address: P. O. Box 40328 �
Fort Worth, TX 76140
SURETY:
Merchants Bo Com any {Mutual
r
I
BY:
Sig�aatwre
END OF SECTTON
CITY OF FORT WDRTH
STAI�lDARD CONSTRUCTIOT] SPECIFICATION DOCUMEN'f'S
Revised ]uly 1, 201 i
Sheryl A. Klutts, Attorney-in-Fact
Name and Title
Address: 6700 VVestown Parlcway
2021 WATER NLA[N LEAK
REP.AI12 COI�ET'RA.Cr
City Project No. 103327
�
� ' .
�-
1
� 2
�
�
�1,
,
3
4
5
6
8
9
THE STATE OF TEXAS
COUNTY OF TARRANT
00 61 19 - 1
MAINTENANCE BOND
Page l of 3
BOND N0. TI�C61332x
SECTION 00 bl �9
MAINTENANCE B�ND
§
§
KNOW ALL BY THESE PRESENTS:
10 That we, Wil�iam 3, SCIIII�tZ IIIC. (�bA CIFCI� C C4t18��'UCtIOq COIri an knawn as "Erincipai"
11 herein and Merchants Bondin Com aa . utuaI , a carparate surety (sureties, if �nore than one) duly
i2 autborized to do business in the State of TExas, known as "Surety" h,�rein {whether one or more), are held
13 and firmly bound unto the City of Fort Worth, a tr�unicipal corporation created pursuant to 1'he Laws of the
14 State o� Te�as, known as "City" herein, i� the sum of Seveu Hundred Fiftv Thousa�d and No1100
15 Dpllars f$'750.0Q0.00�, la�al money of the iTnited 5�tates, to be paid in Fort Worth, Tarran# County,
16 Te�s, for payment of whiclt surn well and truly be tn.ade uuio tl;e C'tty and its successors, we bind
l.7 ovrselves, our �teics, executors, administrators, successors and assigns, jointly and severally, fz-nn,ly by
18 these presents.
19
20 W�EREAS, the Pri�eipal has entered into a certain wriit�n contract with the City awarded
21 the r.�� day of ��q �" , 2021, which Coni�ract is hereby referred to and
22 a made part h�reof for all purposes as i£ fiully set forth tterein, to furnish all materials, equipment labor
23 and other accessaries as de#"uzed by law, in t�e prosecution of the Work, including any Work resulting
24 frorn a duly authorized Change Order (eollecti�ely herein, the "Work") as provided for in said contract
25 and designated as 2021 Water Maan Leak Reuair Contract; Citv Proiect No. 1033�7; and
26
27
28
29
30
31
32
33
WHEREAS, Principai binds itself to use such mat�rials and to so construet the Wnrk in accardance
with t�e plans, spec.ifica�ions and Contract Documents that the Work is and wi�l remain free from defects
in x�tat�rials or workmanship for and during the period of trvo (�) years a.#�er the date o� Final Acceptance
of the Work by the City ("Maintenance Period"); and
WHEREAS, Principal binds itself ta repair or reco�str�ct the Wor�C in whole or in part upo�
recei�ing notice from ihe City of th� need therefor at any tirne within the Maintenance Period.
�. CiTY OF FOEtT WORTk3 2021 WATER MAIN LEAK
STANDARD CdNS'I'Yt[1CI'IOtd SPECIF'ICl+:I'LON DpCUNiENTS REPAiR CDNTRACT
Revised July 1, 2411 City Project No. 103327
�
,�
�
n
�I
0061 I9-2
]v�AINTENANCE BOND
Page 2 of 3
NOW THEREFORE, the condition af thi.s obligation is such that if Principa� shall remedy at�.y
defective Work, %r which timely notice was p�rovided by City, to a completion satisfactory to tkae City,
then �lais obligation sha�l beconr�e null and void; otherwise to remain in full force and effect,
PROVIDED, HOWEVER, if Principal shall fail so ta repair or reconstruct any tinn.ely noticed
defective Work, it is agreed ihat the City may cause any and all such defective Work to ba repaired a.�d/or
reconstructed with all assoczated costs ther�of being borne by the Frincipal and the Surety under tl�is
Maintenance bond; and
PROVIDED FUI7THER, that if acry legat actxon be filed on t�tis Bond, venue shall lie in Tarrant
Gounty, Texas or ihe United States District Caurt for the Northern District of Texas, Fort Worth D�vision;
and
PROVIDED FURTHER, tltat t�is obligation shall be continuous in nature and successive
recova�ies may be had hereon for success�ve breac�es.
L
2
3
4
5
6
7
8
9
10
ll
l2
13
l4
15
16
z�
,� �s
� 19
�
� � :,
0
CITY OF FORT WOFLTH
STANJ7ARD CONSTRl1C1`I(3IV SPECIFICAI'lON 1]OCUMENTS
Revised duly l, 201 I
2021 WATER MAIN LEAK
[LEPAIft COPITRACT
Ciry Pro}ect No. ! 03327
�
� �,
�. �
�. 2
3
�i
�
0
1.�
�
5
6
7
8
7
L O
ll
i2
13
14
IS
i6
��
�s
19
20
2i
22
23
24
25
26
27
28
29
30
31
32
33
34
35
35
37
38
39
40
41
42
43
oa�� i9-3
MAINTENANCE BOND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SI�xNED and SEAi.ED this
instnzment by duiy authorized agents and officers on this the `�� day of � �_ _-`'-=' ��
, 2021.
PRINCIPAL:
ATTES'X':
_ 1, , �
t
(k'rineipal) Secretary, Michele ank ord
i
Willia�n 3. 5c ultz Inc. dha
Circle C Constrnc ' om an
B�. �~ - • , - �
Signature
Teresa S. Skelly, President �� 1
Name and Title
Address: P. O. Box 40328
�a� wortn T� �6 i 4a
Witness as to Princigal
'-'-'.� -�� � , '-��,�. t � .=�.�y-_
Witness as to Surety, Joh�a A. Miller
SURETY:
Merchants Com an Mutual
BY: -1 '
r-f ^r
zgz�ature �
Shsrvl A. K�utts. Attorney-in-Fact --.--.,
Name and Title
Address: 6700 Westou+n ParkwaX _.
West Des Moines, IA 5026b �
Telepbona Nuxnber: 1-800-678-8171
*Note: If signed by an offieer af the Surety Company, thera ziaust i�e on �'ile a certified extract firom tkie
by-laws showing that this persan has authority to sign suoh obligation. Ii Surety's physical
address is difFsrent from. its mailing address, both must be provided.
The date of the bond sk�all not be prior to tlae date the Contract is awarcied.
CiTX OF FOEtT WdRTH 2O21 WATEIt MA1N 1..�A1C
� STANI?ARD CONSTRUCTIO�f SPECIFICATiON DOCUM��ITS REPAiR CpA1TR4CT
Revised July 1, 2011 City Project No. l03327
� � �� �� ���
,!� (� �1 D 1 i� � C D�4'l �' A M! 1� �
POei'�IE� �F �1'�fi'���I�Y
KnowAll Persons By 1'hese preserits, that MERCWANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDII�G, INC.,
both being corpprations of the State of lowa {herein collectively called the "Compa�ies") do herehy maice, constitute and ap�4int, individually,
John A Miller; John R 5iacktan; Sheryl A Klutts
their true and lawful Attorney(s)-in-Fact, ta sign its name as surety(ies} and to execute, seal and acknowledge any and all honds, undertakings,
contracts and other written instruments in the na#ure thereof, on hehakf o# lhe Campanies in their busEness of guaranteeing the fldelity
af persans, guaranteeing the pertormance of contracls and executing ar guaranleeing 6onds and undertakings required ar permitFed In any
actions pr proceedings allowed by faw.
ThEs Pawer-oi-Attomey is granted and is signed and sealed by facsimile under and by authority of the follnwing By-taws adopted by the Board
of Directors of Mercfiants Bonding Company (Mutuaf) on April 23, 20� 1 and amended August 14, 2015 end adapted by the 8oard of �irectars
of MerchantsNatlanal Bonding, Inc., an Octaber 1fi, 2018.
"The President, Se�retary, Treasurer, or any Assistanf Treasurer or any Assistant Secretary or any Vice Presidenf shall have power and authority
to appnint Attorneys-in-Fact, and to au#horize them lo execute on behalf of the Company, and .attach the aeal af the Com}�any therelo, bonds and
underlakings, recognizances, contracts of indemniiy and other writings abligetory in fhe nature thereof."
"The signature oi any aulhorized afficer and ihe seal of the Company may be affixed by facsirr�ile or electranic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, unclertaking, recngnizanGe, or oth�r suretyship o bligaiions of the
Corr�pany, and such signature and seal wh�n so used shall have lhe sarrEe force and effect as ihough manually Tixed."
In oonnection with abligatinns in favor of th�: Fforida Departmeni of Transportation only, it is agreed that ti�e power and aut hority hereby given io the
Attamey in-Fac# includes any and aEl consents for the reiease af retalned percentages andlor final estimates on engineering and conslrucGan
contracts required by lhe 5tate of Florida Qepartment o# Transportation. It is iully understood that consenting ta fhe Siate ofFforida ❑epartment
of Transpartatian making paymenl of the final eslimale to lhe Contractor andlor its assignee, shal� not relie�e lhis surety company af any of
i ls obligaiions under its bond.
In co�nection wit� obligations in favor of ti7e Kentucky Deparlment of Highways aniy, it is agreed that khe pawer and authority hereby given
to khe Attomey-in-Faet cannat be modified ar revoked unless prior written personal notice of such intent has heen given to ihe Comm}ssioner-
Department af Highwags of fhe Commonwealth of Kentucky at least lhirty {3D) days prior ta the modifica6on or revncation.
In Witness Whe�;of, the Campanies have caused this inslrument to be signed and sealed this 11th day of Fe6ruary , 2p20 .
�ti�r.,�.�ar.
�p Q py ,■ ry
'����T'7,�...�;?+4 ,��i: y' ����,��, - � V��'a
.,'�`��•Q�����••� � i'��,•����I��-;�,�,+� AAERCHAN�F�NATONAL80NpDII�fG�NG.UAL)
��r�� ��'Aa •u':� �''r++'."'t:
��: �U— �, +„� .r-•.� -['- #; .
. �� ,
� ��: �UQ3 ; ;,�; . ��. 1.93�i :' 4 . aY ��.
. �
♦ ' �• �
�� �'+ +
•��i��� �.• •��'��`i�� ;�i .7��� a �� � �'�4i■ PfESfC�B/1i
�� � �� i; �_
STATE OF Id11VA `'�aa��ra�+;*�a 'r.,q*� `�
COUNTY OF DALLAS ss.
Dn khls 111h day of February 2D2d , peiore me appeared Larry Taylor, to me personally known, who being by me duty swom
did say that he is President of MERCHANTS 80NDING COMPANY (MUTUAL.) and MERCHANtS NATIDNAL BONDING, IEVC.; and that the
seals affixed to the toregaing instrument are the Cor�orate S�afs of the Companies; and that the said instrument viras signed and seaied in qehalf
of the Companies by authorily of their respective Boards of I�irectors.
DPRt s �O�.�Y MA��P� � ��
� a a a� Commissior� Number 750576 �
� . My Commission Expires
��. January 07, 2023 Notary Public
(Expiratiqn of natary's commission
does not invalidate this instrument)
I, William Warner, Jr., 5ecretary of MERCHANTS BONDING COMPANY (MUTUAL) and fNERCHAN7S NATIQNAt BONDIIdG, INC., do hereby
certify that the abo�e and foregoing is a true and correct copy oi the P01NER-OF-ATTORNEY executed by said Companies, which Is stiEl in full
force and effect a�d has not been amended or revoKed.
In Witness Whereof, I have hereunto set rrty hand and affixed the seal af the Companies an this day of
��.re.....,� � .. � - * .
��*��`��Di��t'•�� +.���� _.�����
y��� 4��p�R�.���� ���� ��,��},q� '��,•� � �
:�:3 _Qe ��:,�" ' ":� ,�+',a`• * ����
� F�. -#- �, i .
s�: :�,', i�.� �
;�i �Q03 ;,,&'�; ' �' 1,�� ',�� 5ecretary
�r,+��, � �,�,�i ++���� . .,��,�� a
f••�Ir���{�Ms''+� #i**'*+�*ib����-
POA D018 (1120)
� ��
�E1�.�I�A�T�"S
BONDING COMPANY�
MERCI-IANTS BOND[NG CDMPANY (h�IUTUAL) • MERCHAN75 NATIONAL [iOND[i�1G, INC.
P.O. DoX 14498 ° DE5 MOINEs, IOWA 5030b-3498 •($Q�) G78-Sf71 •(515) 243-385� FAX
Please send all notices of claim on this bond to:
Merchants Bonding Company (Mutual)/ Merchants National Bonding, lnc.
P.O.. Box 1 �#9�9$
Des Moines, Iowa 50306-3498
(515) 243-5171
(S00) 678-8171
Physical Address: 67Q0 Westown Parkway, West Des Moines, Iowa 50266
SL1P 0073 TX {2/15)
PouCy #cPP�oaos�osa
COMMERCIAI. G�NEFZAL LlA81LITY
CGL fl84 (10 i3)
TH15 ENDORSEMENT CHANGES TH� POLICY. PLEASE READ IT CAR�FULLY.
I���I�I�N�� I�1�U��D — �VV�I���, ��S���S O� C�NT���i�R� �
�UTOI�e4TlC �iA►'iU� V11H�FV R�C�UIC3FID I�! ��IV��4�1���'10�1
A�L���AlII�RIY Ir'illib YOII � O�I��11V� ���R�i1��1S e4ND
P�ODUC�'����i�i���Y�� OP��►iI�N�
This endorseme.nt modifiies insurance pro�ided und�r fhe fiollowing:
C4MM�RCIAL GENERAL LIABILITY COVERAG� F4RM
SCHEDUL� (OPTfOi�,��)
Name of Additional Insured 4'ePsons ar
(As required by written contract or agreement per Paragraph A. belov
ILoca4ions ofi Cover�d O erations
(As per the written contract or agreement, provided the locatian is within the "co�erage territory".)
{Information required to complete this Schedule, if not shown above, will be showcs in fi�e Dactarations.)
A. 5ection ll — Who Is ae►n Insured is amended to include as an additianal insured:
1. Any person or organization fflr whorrt you are performing operatiQns when you and such person or
organization have agreed in writing in a contract or agreement in effect during the kerm of this policy thai
such person or organization be added as an additional insured on yaur policy; and
2. Any other person or organizatifln you are required to add as an addifional Insured under the cantract or
agreement described in Para�raph 1. above; and
3. The particular person or organization, if any, scheduled abave.
Such person(s) ar arganization(s) is an addltional insured only with respect to liability for "boc�{ly injury°,
"property damage" or "personal and advertjsing injury" occurring after th� executian of the contract or
agreement descrihed in �aragrapl� 9. above and caused, in whole or in part, by:
1. Your acts or omissians; or
2. The acts or omissions of those acting on your behalf in the performance of yaur ongoing operat�ons for
the adc�itional insured; or
3. Your work" performet! for khe additiona! ins�red and ir�cluded in the "praducts-completed operations
hazard" if such cflverage is specifically required in the wri#ten contract or agreement.
CGL 084 (10 13) Includes copyrighted material of the lnsurance Servlces OfFces, Inc. with its permisslon. Page 1 of 3
Copyright 2013 FCCI Insurance Group.
COMMERCIAL G�NlERAL LIABILITY
CGL 084 (10 13)
However, the insurance afford�d to such additional insured(s) described above:
1. Only applies to the extent permitted by law;
2. Will nof be broader #han that which you are required by the contra�t or agreemer�t to provide for such
additional insured;
3. Will not be broader than that which is afforded to you under tF�is policy; and
4. Nothing herein shall extend the term of this policy.
B. ihe insurance provided to the additional insured does not apply to "badily injury", "property damage" �r
"persona� and adverkising injury" arising aut af the rendering af, or the failure to rander, any profiessional
architecturai, engineering or surveying services, including:
1. The preparing, approving, or failing to pre�are or approve, maps, shop drawEngs, opinitins, repor�s,
surveys, field orders, change orders or drawings and specifications; or
2. Supervisary, inspection, arehitectural vr engineering activifies.
C. ihis insurance is excess over any other valid and collectible insurance available #o the additional insured
wheti�er an a primary, excess, cantingent or any �ther basis; unless the written confraat or agreement
requires that this insurance be primary and non-cantributory, in which case this insurance will be primary and
non-contributory relative to insurance on which the addikionaf insured is a Named Insured.
D. With respect to the insurance afforc�ed to khese adclitional insureds, the following is added to Section I!I —
Limits o� fnsurance:
The mosi we wiil pay on behalf of the additional insured is the amount of insuranee:
1. Required by ihe contract ar agreement described in Paragraph A.1.; or
2. Available under the applicable Limits of Insurance shown in #he Declarations;
whichever is less.
This endorserrrent shalf not increase the applicable Limits of fnsurance shown in the Declarations.
E. Section fV — Commercial Genera! �,iability Conditions Is am�nded as follows:
7he Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add fhe following
additional conditions applicable to the additional insured:
Ar� addifional insured under this endorsement must as saon as practicable:
1. Give us written notice of an "accurrence" or an offense which may result in a claim �r "suiY' under this
Insurance, and af any claim or "suit" that does result;
2. Send us caPies af all legal papers received in connection with th� claim or "suit", cooperate with us in khe
investigation or settlement of the claim or defense against the "suit", and oiherwise comply with al! policy
conditions; and
3. Tender the defense and indemnity of any cfaim or "suiY' ia any provider of other insurance which would
cover the additfonal insured for a loss we caver under this �ndars�ment and agree to make available all
such Qther insurance. However, this canditian does not affect Paragraph C. ab�ve.
CGL 084 (1fl 13) Includes copyrighted material of the Insurance Servlces �ffices, Inc. with its permission. Page 2 of 3
Copyright 2013 FCCI Insurance Group.
CDMMERCIAL GENERAL LlA81LITY
CGL 084 (10 13)
We have no duty to defend or indemnify an additiona! insured under this encforsement un#il we recei�e from
the additional insured written notice of a claim or "suit",
F, This endorsement daes not apply to any additional insured or project that is specifically identified in any other
additional insured endorsement attached to the Commercial General Liability Coverage Form.
CGL 084 (1D 13) lncludes cvpyrighted material of the Insurance Services Offices, Inc. with its permission. Page 3 of 3
Copyright 2013 FCCI Insurance Group.
�oi��y #c���0005�os4
1
�1�Si CH�IC� ��N�R��TORS LIA�IL.ITv �IV��RS�I���li
r�s�� o� co�����s
t]�SCRIP�'lON
PAGE
� Additional Insured Co�erage ....................................................................................................................................... 9
BailBonds ................................................................................................................................................................... 9
BlanketWai�er of Subrogatian .................................................................................................................................14
Bodily Injury and Property Damag� .....................................................�..,.....,........................,................................... 1
Gare, Custody or Control ...................................................................................................................,......................... 3
Contractors Errors and Ornissions ..........................................................................................,,..,...........................,... 6
� Contractual Liability (Personal & Advertising Injury} .................................................................................................. 2
ElectronicData Liabili#y .........................�...............,...............................................---•-......,..,........................,.............. 1
a
GeneralLfability Canditions,.. .................................................----.....,.........,..............................,.....................,..�....., 13
IncidentalMalpractice ................................................................................................................................................. 9
' Insured ...........................................................,..................................,.........................,...,..,.........................................9
Limited�roduct Withdrawal �xpense ........................................................................................................................ 3
Limitsof Insurance .....................>............................,.....................................,.....................................,....................11
� Loss a� Earnings ......................................................................................................................................................... 9
LosfKey Coverage ..................................................................................................................................................... 8
� Newly Farmed ar Acquired Organizations
................................................•-.........................................,...................11
Non-Owned Watercraft ............................................................................................................................................... 1
Property Damage Liability — Borrowed Equipment .................................................................................................... 1
Tenant's Property and Premises Rented To You ...................................................................................................... 8
VoluntaryProperty Darnage ...... ...................................,....,..............,.......................................................,....,............ 2
I I i
�
I
Policy #CPP100051064 C�MMERCIAL GENERAL LIABILITY
CGL 088 (01 15)
TH15 ENQORSEMENT CHANGES THE POLICY. PLEASE READ IT CAR�FULLY,
FII��T CHOI�� ��N����iOR� �IA�ILIi�( ��1�������N�
Ti�is endorsement rnadifies insurance provided under the follawing:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
�lOT�: The following are additions, replacements and amendments to the Commercial General Liability Coverage
Form, anci will app[y unless excluded by separate endorsement(s) kd the Commercial General Liability Coverage Form.
Yhe COMPIflE12CIAL f�ER1EFtAL LIt4�ILIT'Y COV���+G� �O�API is amended as fiallows:
��CTI�� I- C�l/��4G�S, CO!l�t3AG� �4. BODILY IPlJURY A�D R1t0��R�Y ��►MAG� is amended as follows:
1. �xtendeti "�roperty Damage"
Exclusion 2.a., �xpected or Intended Injury, is replaced with the following:
a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This
exclusion does nat apply to "badily injury" or "properfy damage" resulting from the use of reas�nabfe
forca to �roteei p.ersons or property.
�. Nan�owned Watercraft
Exclusian 2.g. (2) (a) is replaced with the fQllawi�g:
{a) Less than 51 feet long; and
3. Praper�y �amage �iability � �orrowed �quiprnent
The fallowi�g is added to Exclusion 2.j. {4):
Paragraph (4) of this excfusion does nof apply ta "property damage" to borrawed equipment whike at a
jobsite and nof being used to perform aperations, The most we will pay for "property damage" to any ane
borrawed equipment item under this covera�e is $25,OOQ per "occurrence". The insurance aff�rded under
this provision is excess over any other valid and collectibie property insurance (including deductible}
available to the insured, whether primary, excess, contingent or on any other basis.
�. Limi#ed �lectronic �ata Lialoility
Exclusion 2.p. is replaced with the fallowing:
p. Electrar�ic pata
Damages arising out o# the lass of, loss of use of, damage to, corruptian of, Enabflity to access, or
inability to manipulate "electronic data" that daes not result from physical injury ta tangible proparty.
The mast we will pay under Co�erage A for "property damage" because of all loss a# "electro�ic data"
arisi�g out af any or�e "occurrence" is $10,000.
We haUe no duty ko inves#igate or defend cfaims or "suits" co�ered by this Limited Electronic Data Liabiliiy
coverage.
The following definition fs added to SECilOi� V—[�I��INIYIONS of the Coverage Form:
"Electronic data" means information, facts or programs stored as Qr on, creaied or used on, or transmi#ted
to or from computer software {including sys#ems and applications software), hard or floppy disks, CD-
ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically
controlled equipment.
CGL QBS (01 15) Includes cvpyrighted rriateria! of the Insurance Ser�ices �ffice, Inc„ wikh its permission. Page 1 of 14
Copyright 2015 FCCI lnsurance Group
COMMERCIAL G�N�RAI, LIABfLITY
CGL 088 (01 15)
For purpflses af this �imited �lectronic Data Liability coverage, the definition of "Property �amage" in
SECiIOPd V���FlidlilA�lS ofi the Caverage Form is replaced by the fallowing:
17. "Property damage" rneans:
a. Physical injury to tangible praperty, including all resulting loss of use of that property. A!I such loss
of use shall be deemed ko occtar at the time of the pi�ysical injury that caused it;
b. Loss of use of tangible properky that Is not physicaUy injured. All such loss of use shall be deemed
ta occur at the time of the "occurrenc�° thai caused it;
c, l.oss of, loss of use of, damage to, corruption of, inability to access, ar inability to properly
rrianipulate "electronic data", resulting from physical injury to tangible property, All such foss of
"electronic data" shall be deemed ta occur at the time of th� "occurrence" that caused it.
For purposes af this insurance, "electronic data" is nat tangible property.
S�C�IOid I� COV�R�►GES, CAVERAC� �. �ERSOMAL .�i�D ,�DV�RTISI�lG IidJl1RY �IA�I�IiY is amended
as follows:
Paragraph 2.e. Exclusions —the Contractual Lia6ility Exclusion is deleted.
��CTI4�1 I— COV��G��, the following coverages are added:
COV�R�4CE D, VOLIIPdi�112Y PROP@itTY �AM.�C�I�
9. Insuring Agreement
We will pay, at yaur request, far "property damage" caused by an 'bccurrence", to property of others
caused by yau, or while in your possession, arising out of your business operations. The amount we will
pay for damages is ciescribed in S�CTION III LIMITS �F INSURANCE,
�, �xclusions
This insurance does not apply fio:
"Praperty Damage" to:
a. Praperty at premises owned, rented, leased or occupied by you;
b. Praperty whjle in transit;
c. Property owned by, rented to, leaseci td, loaned to, borrowed by, or used by you;
d, Premises you sell, gi�e away, ar abandon, if the "property damage" arises out of any part of those
premises;
e. Property caused by ar arising aut of the "praducts-completed operations hazard";
f. Motor vehicles;
g. "Your product" arising out of it or any par� of it; or
h. "Your work" arising out of it ar any par# of it.
3. �eductible
We will not pay for lass in any ane `bccurrence" until #he amaunt o# loss exceeds $250. We will tf�en pay
the arnount of lass in excess af $250 up to the appficable limit of insurance.
4. Gost �actor
In the event af a covered loss, yau shall, if requested by us, replace the damaged property or furnish the
labor and materials necessary for repairs thereto at your actual cost, excluding profit ar overhead
charges.
CGL 088 (61 'E5) Includes copyrighted material of the Insurance Services OfiFice, Inc., with its.permission. Page 2 of ��4
Copyright 20't5 FCCI Ensurance Group
COMMERCIAL GENERAL LIABiLITY
CGL D88 (01 15)
The insurance afforded under COVERAGE D is excess over any other �alid and collectible property or inland
marine insuranee (including the deduetible applicable to the properky or i�land marine coverage) available to
you whether primary, excess, cor�tingent or any other basis.
Coverage p co�ers uninkentional damage or d�struction, but does not cover disappearance, theft, or loss of
use.
The ir�surance under COVERAGE D does not apply if a loss is paid under COVERAGE E.
COV���1G� �. C�4F��, CUS70DY OFt COIdTROI.
1. Insuring Agreement
We will pay thase sums that the insured becomes iegafly obligated to pay as damages because of
"property damage" caused by an "occurrence", fo property of others while in your care, custody, ar contral
or property of athers as to which you are exercising physical control if khe "praperty damage" arises out af
your business operations. The amoun# we will pay for damages is described in S�CTION III LIMlTS OF
INSURANCE.
�. �xclusions
This insurance cioes nat apply #o:
"Property Damage" ta:
a. Proper#y at premises owned, rented, leased or occupied by you;
b. Property while in transit;
c. �remises you sell, gi�e away, ar abandon, if the "property dart�age" arises out of any part af those
prem�ses;
d. Properky caused by or arising out of the "prod�cts-completed oparations hazard';
e. Motor vehicles;
f. "Your product" arising out of it ar any part of it; or
g. "Your work" arising out of it ar any part of it,
3. i�eductible
We will nat pay for loss in any one "occurrence" until the amaunt of loss �xceetls $250. We will then pay
the amount af loss ii� excess of $250 up to the applicable limit of insurance,
�{. Cost �ac#or
In the event af a covered IQss, you shall, if requested by us, replace the damaged property or furnish the
labor and materials necessary for repairs thereto at your acival cast, excluding profit ar a�erhead
charges.
The insurance afforded under COVERAGE E is excess over any other valid and collectible property or i�tEand
rnarine insurance {including t4�e deductibie applicabEe to the property or inland marine co�erage) available to
you whefher primary, excess, contingent or any other basis.
The insurance under COVERAGE E does not appky if a loss is paid under COV�FtAG� D.
GAVERl�1GE F. LIi�Vili�� IPI�OI�1�C�' WI�H��,4{NAL �X�'�NS�
1. Insuring Agreement
a. If you are a"selfet", we will reimburse you for "product withdrawal expenses" associated with "your
product" incurred because of a"product withdrawal" tfl which this insurance applies.
ihe amaunt of such reimbursement is llmited as described in SECTION III - LIMITS OF
INSURANCE. No other obligation or liabiliry to pay sums or perform acts or services is co�ered.
CGL 088 (01 15) - Includes copyrlghtec# material of the Insurance 5ervices Office, Inc., wifh ifs permiss9o�. Page 3 of ��4
Copyright 2015 FCCI Insurance Graup
COMMERCIAL GENERAL LIABILITY
CGI.OSS (01 15)
a. This insurance appfies to a"product wikhdrawal" only if the "product withdrawal" is initiated in Che
"coverage territory" during the policy period beeause:
{1 j You determine that the °prQduct withdrawal" is necessary; or
{2) An authorized go�ernment entity has ordered you to conduck a"praduct wiihdrawal".
c. We will reimburse only thase "product withd.rawal expenses" which are incurred and reported to us
within one year of the date the "product withdrawal" was initiated.
d. The initia#ion af a"praduct withdrawal" +niill be deemed to have been made only at the earliest of the
fnllowing kimes:
(1) When yflu ha�e announced, in any manner, to the general publlc, yaur vendors or #o yo�r
err�ployees (ather than those employees directly involved in making the determination) your
decision to conduct a"product withdrawal" This applies regardless of whether the determination
ta conduct a"product withdrawal" is made �y ytiu ar is requested by a fhird party;
(2) When yau received, either orally or in writing, notification of an order from an authorized
government entity to conduct a"product withdrawal; or
(3) When a th[rd party has initiatec! a"product withdrawal" and you communicate agreement with the
"product withdrawal", or you announce to the general public, your vendors or to your employees
{other than those employees directly in�olved in making the determinatian) your decision to
participate in the "praduct wi#hdrawal", whichever comes first.
e. "Product withdrawal expenses" incurred to withdraw "your products" which coniain:
{1 } The same "defect" will be deemed to have arisen out of the same "product withdrawal"; or
(2} A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly
de#ermined or ordered in accordance with paragraph 1<b of this coverage.
�. �xclusions
This insuranc� does not appEy to "praduct withdrawal" expenses" arising ouk-of:
a. Any "product withdrawal" iniiiated due to:
(1) �he failure of "yvur products" to accornplish their intended purpose, including any f�reach of
warranty af fitness, whether written or im�alied. This exclusian does not apply if such failure has
caused or is reasonably expected to cause "bodily injury° or physical damage to tangible
praperty.
(2j Cop.yright, patent, trade secret or t�ademark infringements;
(3) Transformation of a chemical nature, deterioration or decomposition of "your �roduct", except if it
is caused by:
{a) An error in manufacturing, design, processing ar transportation of "your product"; or
(b) "Product tamp�ring°.
(4} Expiration of the designated shelf life of "your praduct".
b. A"praduct withdrawal", initia#ed because af a"defect" in "your product" known to exist by the Nars7ed
Insured or the Named Insured's "executive afficers", prior fo the inceptian date af this Co�erage Part
�r prior to the time "your praduct" lea�es your control or possession.
c. Reca�l of any specific products for which "I�odily injury" ar "�roperty damage" is excluded under
Caverage A- Bodily Injury And Property Damage Liability by endorsement.
d. Recall of "your products" which have been banned from ihe market by an authorEzed government
entity prior to ihe policy period.
e. The defiense of a claim or "suit" agains# yau for "produet withdrawal expensas",
CGL 088 (01 15) Includes copyrighted material of the Insur�nce Ser�ices �ffice, Inc., with its permission. Page 4 of 14
Copyright 2D'f5 FCCI Insurance Group
COMMERCIAL G�N�RAL I�IABILITY
CGL 0$S (01 15)
3. Far the purposes of khe insurance afforded under COVERAGE F, the following is added to 2. Duties 1n
The Event Of Oceurrenee, Offense, Claim Or Suit Condition under SEC710N IV — COMMERCIAL
GEN�RAL LlABILI7Y CONDITIONS:
e. Duties In The Event Of A"Defect" Or A"Product Withdrawal"
(1) You must sae to it that we are notified as soon as practicable of any actual, suspected or
threatened "defect" in "your products", or any gave�nmental investigation, that may result in a
"product withdrawal". To the extent possible, notice should include:
(a) How, when and where ihe "defect" was dis.co�ered;
(b) The narrzes and addresses of any injureck persons and witnesses; and
{c} Yhe nature, lacation and circumstances of any injury vr damage arising out of use or
consumption of "your praduck".
(2) lf a"praduct withdrawal" is initiated, you must:
(a} Immediately recard the specifics of the "product withdrawal" and the date it was initiated;
{b) Send us written notice of the "praduct withdrawal" as soon as �racticable; and
{c) Noi release, consign, ship or distribute by any other method, any product, ar like or similar
products, with an actua�, suspected or threatened defect.
{3) You and any other invalved insured must:
(a) Imrnediately seRd us copies of pertinent correspondence received in connec#ion with the
"product wifhdrawal";
(b) Authorize us to obtain records and other information; and
(c} Cooperaie w9th us in aur investigation of the "product withdrawaf".
4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section:
a. "Defiect" means a defeci, deficiency or inadequacy that creates a dangerous conditian.
b. "Product tamp�ring" is an ac# of intentional alteration of "your product" which may cause or has
caused "bodily injury" or physical injury to tar�gible praperty.
When "product tampering" is known, suspected or threatened, a"praduct withdrawal" will r�ot be
limiked to khose .batches of "your product" which are known or suspected to have been iampered with.
c. "Product withdrawal" means the recall or withdrawal of "your products", or products which contain
"your products", from the market or from use, by any other person or organization, because of a
knawn or suspected "defect" in "your product", or a known or susp�cted "product tampering", which
has caused ar ls reasonabky expected t� cause "bodily injury" or physical injury tv tangible property.
d, "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below
paid and directly related to a"praduct withcirawal":
(1) Costs of notificaiion;
(2} Casts of stationery, en�elopes, production of announcements anc! pastage or facsimiles;
(3) Costs of overtim� paid to your regular non-salaried employees and costs incurred by your
employees, including costs of transportation and accommadakians;
(4) Costs of computer time;
(5) Costs of hiring independent contractors and other temparary employees;
(6) Costs o# transportation, shipping or packaging;
(7) Cosfs of warehouse ar storage space; or
CGL 088 (01 95} Includes copyrighted material of ihe Insurance Services Offlce, Inc., with its permission. Page 5 af 14
Gopyright 2095 FGCI Insurance Group
COMMERCIAL GENERAL LIA�ILITY
CGL 08$ (p1 15}
(8) Casts of praper disposal of "your products", or products that contain "yaur products", that cannot
b� r�used, not exceeding your purchase price or your cast #o praduce the products; but "product
withdrawal expenses" does nat inelude casts of the repfacement, repair or redesign of "your
product", or the costs of regaining your rnarket share, goodwiil, revenue or profit.
e. "Selker" means a person or �rganization that manufactures, sells or distributes goods or products.
"5elier" does nat include a"contrac#or" as defined elsewhere in tf�is endorsemenk.
The insurance under COVERAGE F does not apply if a loss is paid under COV�RAG� G.
COV�RAG� G. COPdTRACT0�5 �RRORS Ai�D Oi1PIlSSIO�fS
1. Insuring �greement
If you are a"cantraetor", we will pay those sums that you becvme legally obligated to pay as damages
because of "praperty damage" ta "your producY', "yaur work" or "impaired property", due to fauliy
workmanship, �naterial or design, or products including consequential loss, to which this insurance
appfies. Ti�e damages musf have resulted from yaur negligenf act, error or omission while acting in your
business capacity as a contrac#or ar subcontractor or fram a defect in material or a product sold or
installed by you wE�ile acting in this capacity. The amoun# we will pay for damages is described in
SECTfON IE! LIMITS �F INSIJRANCE.
We have no duty to investigate or defend ciaims or "suits" covered by khis Contractors Errors or
Omissions car�erage.
This coverage applies onEy if the "property damage" occurs in tfi�e "coverage territor�' during the policy
period. �
This coverage does nat apply to additional insureds, if any.
Supplementary Payments — Co�erage A and B do not apply to Coverage G. Contractors Errors and
Dmissians.
�. �xclusions
This insurance does not apply #a:
a. "Bodily inj�ry" or "personal and advertising injury".
b. Liability or penalties arising fram a delay ar failure to complete a contract or project, or io complske a
eontract or project on time.
c. Liability because of an errar or omissian:
(1 } In khe preparation of estimates or job costs;
(2} Where cost estimates are exceeded;
(3) In the preparatfon of estimates of profi# ar return on capital;
{4} In advising or failure to advise on financing of the work or project; or
(5} In advising or failing to advise on any legal wvrk, tikle checks, form of insurance ar suretyship,
d. Any liability which arises out of any actual or alleged infringemer�t of copyright ar trademark ar trade dress
ar patent, unfair competition or piracy, or theft or wrangful taking of concepts or intellect�al property.
e. Any liability for damages:
(1) From the intentianal dishonest, fraudulent, malicious or criminal acts of the Named Insured, ar by
any partner, member of a limited liability company, or executive afficer, or at the direction of any
of them; or
(2) Which is in #act expected or intended by the insured, even if the injury or damage is of a different
degree or type than actually expected or intended.
CGL q88 (01 15) Includes copyrighted material of the Insurance 5ervices Office, Inc., with its permisslon. Page 6 of 14
Copyrig�k 2015 FCCI Insurance Group
COMMERClA�. GENERAL LIABILITY
CGI. D88 (01 15}
f. Any fiability arising out of manufacturer's warranfies or guarantees whet�er ex�aress or implied.
g. Any liability arising from "praperty damage" to property awned tay, rented or Isased to the insured.
h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have
completed "your work." "Your work" will be desmed completed at the earliest of the follawing times:
(1 } When all of the work calied for in your contract or work order has been completed;
�2) W�en ai! the wark to be done at the job site has been completed jf your contract calls for wark at
more than one job site; or
(3} When tftat parf of the wark done at a job site has been put to its intended use by any person or
arganization other fihan another contractor or subcontractor working on the same project.
Work that may need service or maintenance, carrection, rspair or replacement, but which is otherwise
complete, wiEf be treated as complete.
i. Any liability arisfng from "property damage" to proc�ucts that are still in your physical possession.
j. Any fiability arising vut af the rendering of or faiiure to rencler any professianal services by you or an
your behalf, but only with respect to either or both of the following operatians:
(� ) Prorriding engineering, architectural or surveying s�rvices to athers; and
(2) Pra�iding ar hiring independent professianals to provide engineering, architectural or surveying
services in connection with construction work you perform.
Professional servEces include the preparing, appraving or failing ta prepare or apprave, maps, shop
drawings, opinions, reporis, surveys, field orders, change orders, or drawings and spEcificakions.
Professional services also include supervisory ar inspection activities perForrned as part of any related
arci�itectural or enginesring activities.
But, professiortal sarvices do not include services within construction means, methods, techniques,
sequences and procedures employed by you in connection with construckion work yau perforrr�.
k. Your lass of profit or expected prtifit and any Eiability arising therefrom.
I. "Proparty damage" to prapariy other than "your prvduct," "your work" ar "impaired p�operty."
m. Any liability arising from claims or "suifs" where the right of action against t�e insured has baen
relinquished or waived.
n. Any liability for "property damage" to "your work" if the damageci woric or the work out of which the
damage arises was performed an your behalf by a subcontrac#or.
o. Any liability aris9ng from the su�stikution of a material or product for one specified on blueprints, wark
orders, con#racts or engineering specifications ur�less there has been written authorization, or unless
the blueprints, work orders, cantracts or engineering specifieatians were writ�en by you, and you ha�e
authorized the changes.
p. Liabilify of others assumed by the insured under any contract or agreement, whether oral or in ►tvriting.
This exclusion does not apply ta liability for damages that the insured wauld ha�e in the absence of
the contract or agreement.
3. Fnr the purpases of Coverage G, the following definition is added ta the �efinitians sectio�:
a. "Contractor' means a person or organizatian engaged in activities of buiEding, clearing, filing,
excavaiing or impravement in the size, use ar appearance af any structure or land. "Contractor" does
not inciude a"seller" as defined elsewhere in this endorsement.
4. �eductible
We will nok pay for loss in any one "occurrence" until the arnount of loss exceeds $250. Ttte limits af
insurance will not be reduced I�y the application of the deductible amount.
CGL 088 (01 15} Includes copyrighted material of the Insurance Services �ifice, Inc., with its permission. Page 7 af 14
Copyright 2015 �'CCI lnsurance Group
C4MMERCIAL GENERAL LIABILITY
CGL 088 (01 15)
We may pay any part or all Qf #he deduc#ible amoun# to effect settlem�nt of any claim or "suit", �nd upon
notification of the action takan, you shall pramptly reimburse us for such part of fhe deductible amount as
has been paid by us.
�. Cost Factor
In the event of a covered loss, you sha11, if requested by us, replace the damaged praperty or furnish #he
iabor and materials necessary for repairs th�reto a# your actual eost, excluding profi# or overhead
charges.
The insurance under CQVERAGE G does not apply if a loss is paid under COVERAG� F.
COV�l3�4CE H. LOST F�C�Y COV��AG�
1. lnsuring Agreement
We will pay khose sums, subject to the iimits of liability described in SECTION III LIMiTS OF INSLIRANCE
in this endorsement and the deductible shawn below, tl�ai you became legally obligaked to pay as
damages caused by an "occurrence" and due to the loss or mysterious disappearance of keys entrusted
ta or in the care, custody or control of you ar your "em��ayees" or anyone acting on your b�half. The
damages covared by this endorsement are limited to the:
a. Actual cost of the keys;
b. Cast to adjust locks to accepf new keys; or
c. Cost of new locks, if required, including the cost of installation.
a. �xclusions
Th9s insurance does not apply ta:
a. Keys owned by any insured, employees of any insured, or anyane ac#ing on behalf of any insured;
b. Any resUlking loss of use; or
c. Any of the following acts by a�y insured, emplayees of any insured, or anyone acking on behalf of any
insured:
1) Misappropriatfon;
2) Concealmenk;
3} Cor�Wersion;
4) Fraud; or
5) Dishonesty.
3. �eductible
We wifl not pay for loss in any one "occurrence" untfl the amount of loss exceeds $1,OOQ. The limits of
insurance will not be reduced by the applicakion of the deductible amount.
We may pay any part ar all of khe deductible amount to effect s�tklement of any claim or "suit" and, upon
nokification of the action taken, you snall prompily reimburse us for such part of the deductibEe amount as
has been paid by us.
�XPAId�ED COV�R.�G� �O�Z i�PdA9VT'5 �RO��R'TY AN� �4�I�MIS�S L�ERlTED i0 Y0�
7he first paragraph• after sul�paragra�h (6) in Exclusion j., Damage to Properky is amended to read as follows:
Paragraphs (1), (3) and (4J of this exc{usion do not apply to "property damage" (other than damage by iire)
to premises, including the conkents of such premises, rented to you. A separate limit of insurance applies
to Damage To Premises Rented To You as described in Seckion III — Limits Of Insurance.
CGL 088 (Q1 15} Includes copyrighted materia{ of the Insurance Services OfFice, Inc., with its permission. Page 8 of 1�3
Copyright 2015 FCCI Insurance Group
COMMERCIAL GENERA�. LIABILITY
CGL 088 (01 15)
S�CiIU�d !� COl/��AG�S, SU��L��VIEPliAIZY �AYi1111��iS - COV�V�AGI� A and � is amended as follows:
All references to S�JPPLEMElVTARY PAYM�NTS -� COVERAGES A and B are amended to SUPPLEMEiVTARY
PAYMENTS - COVERAGES A, B, D, E, G, and H.
1. Cost a# �ail �onds
Paragra�i� 9.b. is replaced with the following:
b. Up to $2,5fl0 for cast of bail bands required because of accidents ar traffic law violations arising out of the use
af any vehicle to which the Bodily Injury Liability Coverage a�plies. We do not have to furnish these bonds.
2. Loss of �arnings
Paragraph 1.d. is repiaced with the follawing:
d. All reasonable expenses incurred by the insured at our request fo ass9st us in the investigation or defense
af the ciaim or "suit", including actual loss of earnings up to $500 a day because of time off fram work.
SECTIa�! fl �- �hlb0 IS �4N IPdSURED is amended as fiollows:
1. lncldental Malpractice
Paragraph 2.a.(1)(ci) is replacecf vuikh th� following:
(d) Arising out of his or �er pro�iding or failing io provlde professional health care serv�ees. However, khis
exciusion does not apply ta a nurse, emergency medical technician or paramedic emplayed by you to
provide medical services, unless:
(i) You are engaged in khe occupation or business of providing or offering medical, surgical, dental, x-ray
or nursing services, treatmenf, advice or instrucCion; or
(ii) The "emplayee" has another insurance that would also cover claims arising under this pro�ision,
whether the other insurance is primary, excess, contingent or on any other basis.
2. �raadened VNf�o is An Insured
The fallowing are added to Paragraph 2.:
Subsidiaries
e, Your subsidiaries if:
(1) They are legally incorporated entiti�s; and
(2) You own more than 50% of the �o#ing skock in such subsidiari�s as of the effec#ive date of this policy.
lf such subsidiaries are nat shawn in the beclarations, you must report them to us within 180 days of
the inception of your original policy.
�dditional Insureds
f. Any person or organization described in paragraphs g, through k. below whom you are required to add as
an additional insured on this policy under a written contract or agreement in effeck during the term of this
policy, provided tha written contract or agreement was executed prior to t�e "1�odily injury", "�rope�ty
damage" or "personal and advertising injury" for which the additional insured seeks coverage,
Hawever, the insurance afford�d #o such additional insured{s):
{1) Only appiies ta the extent permitted by law;
(2) Will not be broader than that which you are required by the contract or agreement to provide for s�ch
additional insured;
(3) WiH not be broader than that which is afforded to yau under this policy;
(4) Is subject to the conditlons described in paragraphs g. through k. belaw; and
(5) Nothing herein shall extend the term of this policy.
CGL 088 (01 15) Includes copyrighted material of the lnsurance ServiGes Office, Inc„ with its permissfon. Page 9 of 14
Copyright 2015 FCCI Insurance Group
CDMMERCIAL G�N�RAL L,IABILITY
CGL 088 (01 15)
g, Owner, Lessor or Manager of Premises
lf the additionaf insured is an owner, lessor or manager of premises, such person or organization shall be
co�ered anly with respect ta liabiiity arising out of the awnership, maintenance or use of tha# part af any
premises leased to you and subject to #he following additional exclusians:
(1 } Any "occurrence" that takes place after yQu cease to occupy those premises; or
(2} Struciural alterations, new construcfion or demolition operations perFormed b.y or an behalf of such
person or organizatian.
h, State or Gavemmental Agency ar 5ubdivision or Political Subdivision — Per�nits or Aukhorizations
If fhe additional insured is the s#ate or any political subdivision, the state ar politicaf subdivision shall be
co�ered anly with respaci ka operations perFormed by yflu or on your behalf for which the state Qr political
subdiWision has issued a permik or authorization. This insurance does not apply to:
(1) "Badily injury", "property damage", or "persona! and advertising injury" arising out ofi operations
performed for the federal government, state or munic9pality; or
(2) "Bodily injury" or "pro�erty damage" included within the "prodUcts-completed operations hazard".
i, Lessor of Leased �quipment
!f the additiona! insured is a lessor of leased equipment, such lessar shall be coverad only with respeet to
liability for "badily injury", "property damage" or "personal and advertising injury" caus�d, in whale or in
park, by your maintenance, operation or use af equipment leased to yau by such person(s) or
organization(s). With respect to the insurance affarded to these additional insureds, this insurance daes
not apply to any "occurrence" which taic�s place after the equipment lease expires.
j. Martgage�, Assignee, or Receiver
If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or
receiver of premises is an additianal insured only with respect to their liability as mortgagee, assignee, or
recei�er and arising aut of the ownership, maintenance, or use of the premises by you. This insurance
does not appfy to structural alterations, new canstruction and demalition aperations perFormed by or for
that person vr organization.
k. Vendor
If the additional insured is a vendor, such vendor is an additional insured only with respect to "bodily
injury" or "property damage" caused by "your products" which are distributed flr sold in the regular course
o# the vendor's business, subject to the following additional �xclusions:
(1) The insurance afforded to the �endor daes nat apply ta:
(a) "Bodily injury" or "property dama.ge" for which the vendor is obligatec! to pay darnages by reason
af the assumpiion of liability in a cnntract or agresment. This exclusion does not apply to {iability
for damagss that the venclor uuould have in absence af the contract or agreement.
(b) Any express warranty unauthor9zed by you;
(c) Any physical ar chemical change in "your praduct" made intentionally by the vendor;
{d} Repackaging, unless unpacked solely for the purpose of inspec#ion, demonstration, testing, or the
substitution of parts under instructions from the manufacturer, and then repackaged in the original
container;
(e) Any failure to make such inspections, adjustments, tesks or servic�ng as the vendor has agreed
to make or normally undertakes to make in the usual course of business, in conneckion with the
distributfon or sale of the producks;
(f} Damonstration, installatian, servicing or repair operations, except such opera#ions perforrrted at
the vendor's premises in conn�ction with the sale of the product;
CGL 088 {01 15) Includes ca}�yrightecE maieriaf of the Insurance Services Office, lnc., with its permission. Page 1D of 14
Copyright 2015 F'CCI lnsurance Group
COMMERCIAL GENERAL LIA�3ILITY
CGL 088 (D1 15)
(g) Products which, after disiribution or sale by you, have been labeled or relabeled or used as a
cantainer, part or ingredienf af any other thing or substanee by or for ihe �endor; or
(h) "Bodily in}ury" or "proper#y damage" arising out of the sole negligence of the �endar far its awn
ac#s or omissi�ns or those of its own acts or amissions or thase of its employees or anyone else
acting on its behalf. Howe�er, this exclusion does nok apply to:
I. The excepflons contained in Subparagrapfi�s d. ar f.; or
il. Such inspectfons, adjustments, tests or servicing as the vendor has agreed ta make or
normally undertakes to �nake in the usual course o# business, in connection with th�
distribution ar sale of the products.
(2} This insurance does not apply to any insured person or organizatian, from whom you have acquired such
praducts, or any ingredient, part or container, entering into, accompanying ar cantaining such prdducts.
3. Rlewly Formed or Acqulred Organi�ations
Paragraph 3. is amended as follows:
a. Coverage under this provision is afforded until the end of the palicy period.
d. Caverage A cioes not apply to product recall expense arising ouf of any withdrawal or recall thai occurred
before you acquired or farmed the organiaation.
S�CTIOPJ III — LI�411TS OF I�dSUR.��dC� is amended as follows:
1. �ara.graph �. is replaced with the following:
2. "fhe General Aggregate Limit is the mnst we will pay for the sum �fi
a. Medical expenses under Coverage C;
'� a. Damages under Coverage A, except damages because of "bodily injury" or "property damage"
include� in the "products-completed operations hazard' ;
� c. Damages under Caverage B;
d. Voluntary "property damage" payments under Cavera�e D;
e. Care, Custody or Control damag�s under Coverage E.; and
� f. Lost Key Cov�rage under Co�erage M.
� �. Paragraph �. is replaced with the following:
�� 5. Subject ko Paragraph 2. or 3. above, whiche�er applies, the Each Occurrence Limit is the most we will
pay far the sum of:
a. ❑amages under Coverage A;
b. Medical expenses under Coverage C;
c. Voluntary "property damage" payments under Coverage D;
ci. Care, Custody or Control damages under Coverage E;
e. Limited Product Withdrawal Expense under Caverage F;
f, Contractors �rrors and Omissions t�nder Co�erage G.; anc�,
g. Lost Key Ca�erage under Caverage H.
because of all "bodily injury" and "property damage" aris9ng out af any one "occurrence".
3. �aragraph 6. is replaced with the fallowing:
6. 5ubj�ct to Paragraph 5. aba�e the Damage To Premises Rented To You Limit is the most we will pay
under Coverage A for damages because of "proper[y damage" to any ona premises, while rented to you,
CGL 088 (01 15) Includes copyrighted material of the Insurance 5ervices ��ce� lnc., with its permission. Page 11 of 14
Copyright 2015 FCCI lnsurance Group
COMMERCIAL GENERAL LIABILITY
CGL. �88 (01 15)
or in the case of damage by fire or explosion, while r�r�ted to yau or temporarily occupied by you with
permission af the owner.
The Damaga to Prernises Rented ta Yau Limit is the higher of the Each Occurrence Limit shawn in the
Declarations or the amount shown in the Declarations as DamagE To Premises Rented To You Limit.
4. Paragraph i. is replaced with #he follawing:
7. Subjeck to Paragraph 5. above, the higher of $10,000 or the Medical Expense Limit shown in the
�eclaratlons is the most we will pay under Caverage C for all medical expenses because af "badlly injury"
sustained k�y any one person.
5. Paragraph 8. is added as follows:
8. Subject to f'aragraph 5, abo�e, the most we will pay under Coverage D. Voluntary Property Damage for
loss arising aut of any ane "accurrence" is $1,50D. The most we will pay in any one-policy period,
regardless of the nurr►ber of ckaims made or suits braught, is $3,000.
6. �aragraph 9. is adcfed as follows:
9. Subject to Paragraph 5. abo�e, the mosf we will pay under Ca�erage E, Care, Custody or Cantral for
"property damage" arising out af any one "occurrence" is $1,000. The most we will pay in any one-policy
period, regardless of the number of claims made or sufts brought, is $5,�40.
7. Paragraph 90, is added as follows:
10. 5ubject to Paragraph 5. above, ti�e most we will pay under Caverage F. Limited Product Withdrawai
�xpense for "product withdrawal exp�nse�" in any �ne-policy period, regardless of the number of
insureds, "product withdrawals" initiated or number af "your products" withdrawn is $10,OOD.
B. �aragraph 11. is added as follows:
11. 5ubject to Paragraph 5. above, the most we will pay under Co�erage G. Contractors Errars and
Omissions for damage in any one-policy period, regardless of the number of insureds, claims or "suits"
brought, or persons or arg.anizations rrjaking claim or bringing "suits" is $10,aoa.
For errors in contract or job specifications or in recommendations af procEucts ar makerials to be used, this
policy will not pay for ac�ditional costs of products and materials to be used that would not have been
incurred had the correct recomrnendations or s�ecificafiions been made.
9, �aragraph 1�. is added as follows:
12. Subject to Paragraph 5, above, the most w� will pay under Co�erage H., Lost }tey Cnverage for damages
arising out of any one occurrence is $50,000.
10. Paragraph 13. is added as foflows:
� 3. The General A�gregate Limit applies separately to:
a. E�ach of your pro�ects away from premises owrted by or rented to you; or
b. Each "location" owned by ar rented to you.
"Location" as used in this paragraph means premises involving the same or connecting lots, or premises
whose connection is interrupted only by a street, roadway, wa#erway or right-of-way af a railroad.
11. �aragraph i4. is add�d as �ollows:
14. With respect to the insurance affdrded to any additianal insured provided co�erage under this
endorsement:
If coverage pravided to the additiona[ insured is required by a contract or agreement, the most we will pay
on behalf of the additional insured is the amount of insurance:
a. Required by the contrac# or agreement; or
CGL D88 (Q1 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permisslon. Page 12 of 14
Copyright 2015 FCCI Insurance Graup
COMMERCIAL GEIVERAL LIABILITY
CGL 088 (01 15)
b. Available under the applicable Limits af Insurance shown in the Declarations;
whichever is less.
This endarsement shall not increase khe appficable Limits of Insurance shown in the Declarations.
S��C�IOp� IV — CD�Vi�4iERCid3►L G��l���� �I�►�I�.IT'Y CAidDIil�idS is amended as gollows:
1. Subparagra�h �.a. of �uties In ihe ��ent Of Occurrence, Offense, Claim, or Suit is replaced with the
following:
a. You must see to it that we ar� notified as soon as practicable of an "accurrence" or an offense which may
result in a claim. 7his requirement applies only when the "occurrence" or offense is known to the
following:
(1) An individua! who is the sole owner;
(2) A partner, if you are a partnership or joint venture;
(3} An "exacutive officer° or insurance manager, if you are a corporation;
(4) A manager, if you are a limited liability company;
{5) A persan or arganization having proper temporary custody of your property if you die;
(6) The legal representative of you if you die; or
(7) A person (other than an "emplayee") or an organization while acting as your real estafe manager.
To #he extent possible, notice should include:
(1) How, when and where the "occurrence" or offens� iook place;
(2) The names and addresses of any injured persons and witnesses; and
(3) The nature anci location of any inJury or damage arising out af the "accurrence" ar offense.
�. The �ollowing is added to Subparagraph 2.b. of �uties In 7he E�ent Of Occurrence, Offense, Claim, or
�uiE:
The requirement in 2,b.applies only w�en the "oecurrence" or offense is known to #he follawing:
(1) An individuai who is the sole owner;
(2) A partner or insurance manager, if you are a parknership orjoint venture;
(3) An "executive officer" or insurance manager, if you are a corporation;
(4} A manager or insurance manager, if you are a Hmited fiability corripany;
{5) Your afficfals, trustees, board members or insurance manager, if yau are a n�#-far-prafit organization;
(6) A person or organization havin.g proper temporary custody of your property if you die;
(7) The legal representati�e af you if you die; or
(8) A person (other than an "employee") or an organizat�on while acting as your real estate manager,
3. The fo.11owing is added to pa�agPaph �. of �uties in the �vent of Occurrence, Offense, Claim or Su➢t:
e. lf you report an `bccurrenes" to your workers compensation carrier that develops into a liability claim for
which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us a# the time
of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you
shall give written notice of this "occurrence" tfl us as soan as you become aware that this'bccurrence"
may be a liability claim rather than a workers compensation �lairr�.
4. �aragraph 6. is replaced with the following:
6. Representations
CGL f}88 (01 15) Includes copyrighted material of the lnsurance Services Offlce, Inc., wikh iks permission. Page 13 of 14
Copyright 2015 FCCI Insurance Group
COMMERCIAL GENERAL LIA8ILITY
CGL 088 (01 15)
By aecepting this policy, you agrae:
a. The statements in the Declarations ar� accurate and complete;
b. Those statements are based upon representations you made to us; and
c. We have issued this policy in reliance upon your representatians,
Any errar or omission in the description of, or faifure to completely describe or disclose any premises,
operations or products intended to be covered by the Co�erage Form will not invalidate or a�fect coverage
for those premises, operatians nr products, provided suc� error or o.missian or failure #o completely
describe or disclose premises, aperations or praducts was �ot intentional.
You must repart such error or vmission ta us as soon as practicable a#ter its discovery. However, fi�is
provision dves not affecf aur right ta coliect additional premium charges or exercise our right of
cancellation ar nonrenewal.
5. ihe follawing is added to paragraph �. iransger Of 12.ights Uf Ftecavery �.gainst Others i o Us:
However, we waive any right of recovery we may have because of payments we make for injury or
damage arising out of your ongoing operations or "your work" included in the "products-completed
operations hazard" under the following conditions:
a) Only when you ha�e agreed in wriking to waive such rights of recovery in a eontract or agreement;
b} Only as to the personlentity as to wham you are required by the contract to waive rights of recoWery;
and
c) Only if the contract or agreement is in effect cEuring the term nf this poficy, and was executecf by you
prior to the loss.
6. �aragraph 10. is added as follows:
10. Liberafization
If we re�ise this Caverage Form to provit�e more co��rage withou# additional premium charge, yaur
pollcy will automatically pravide the additional co�erage as nf the day the revision is effective in the
a�plicable state{s).
CGL 088 (01 15) Includes copyrighted material af the Insurance Services Oiflce, lnc., with its permission. Page 14 vf 14
Copyright 2D15 FCCI Insurance Group
Poli�y #CAA100051065
COMMERCIAL AUTO
CAU 058 (05 19)
THIS ENDORSEMENT CHANGES THE FOL(CY. PL�AS� READ IT CAREFULLY.
��I�O �1fiSi CHOI�� C�V�R��� �NDO��EiAII�N�
This endorsement modifies insurance prouidad under khe following:
BUSINESS AUTO COVERAGE FORM
NOi'E: The following are addifions, replacements and amendmen#s to the Business Auto Caverage Form, anc�
will appfy unless excluded by separate endorsement(s) to the Business Auto Caverage Form.
With respect to coverages provided by this endorsement, the pravisions of the Business Auto Coverage Form
apply unless modified by this endorsement.
The Susiness Auto Coverage Form is amended as follows:
S�CYIOi� 11— COV�REI} AU70S LIA�I�ITY COV�RAGE is amended as fallows:
A. Paragraph 1. Who Is An Insured in section A. Goverage is amended by the additian of the following:
d. Any legafly incarporated subsidiary of yaurs in whic� yau awn more than 5Q% of the voting stock an the
efifective date of this co�erage form. However, "i.nsured" does not include any subsidiary that is an
"insured" under any other liability policy or would be a� "insured" under such a policy but for its
termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered
insured under this policy, you must notify us of such su�sidiaries within 60 days af policy effecti�e date.
e. Any organization you newly acquire or form during the palicy periad, other than a partnership or joint
venture, and over which you maintain sal� ownership or a majority interest. How�ver, coverage under
this provision:
(9 y Does not apply if the organizatian you acquire or form is an "insur�d" under another liability policy
or wauld be an "insured" under such a policy but for its terminakion or the exhaustion of its limits of
insurance;
{2j Does not apply to "bodily injury" �r "property damage" ihat occurred before you acquired or formed
the organization; and
(3) Is afforded only for the first 90 days after you acquire or form the organizatian or until the end af the
policy period, whichever comes first.
f. Any person ar organization who is required under a wriiten conkract ar agreernent between you and that
person or organization, thak is signed and ex�cuted by yau before khe "badily injury" or "property
damage" occurs and that is in e�fect during ihe poficy periad, to be named as an additiana] insured is
an "insured" �or Liability Coverag�, but only for damages to which this insurance applies and only to the
extent that parson or organization qualifies as an "insured" under the Who Is Ar� Insured provision
contained in 5ection Il.
g. Any "employee" af yours using:
(1) a cover�d "auto" you do not own, hire ar borrow, ar a covered "auto" not owned by an "employee"
or a member of his or her househafd, while performing duties related ta the canduct of your
business or your personal af#airs; or
(�J an "auto" hired or renied under a contract or agreement in thai "employee's" name, with your
permission, while performing duties related ta the conduct of your business. However, your
"employee" does nat qualifiy as an insured under this paragraph (2) while using a covered "auto"
- rented from yau or from any member of the "amployee's" household
CAU 058 {05 19) In,cludes copyrighted material of the Insurance Services Office, lnc., wikh its petmission. Page 1 of 4
Capyright 2018 FCCI Insurance Group,
COMM�RCIAL AtJTO
CAU 068 (0519)
h. Your members, if yau are a limited liability company, while using a cavered "auto" you do not own, hire
or borrow, while performing duties related ko the conduct of your business or your personal affairs,
S. Paragraphs (2} and (4) under sectian 2. Coverage �xtensions, a. 5upplementary Payments are deleted
and replaced by the following:
(a) Up to $3,000 for cost of ba9! bonds (including bar�cks far related kraffic violafions) required because af an
"accident" we caver. We do not have to furnish these bonds.
{�) All reasonabie expenses incurred by the "insured" solely a# our request, including actual lass of
earnings up to $500 a day because of time afF from wark.
C. Paragraph 5. under section B. �xclusions is deleted and replaced by the foilowing:
5. �ellnw �mployee
"Bac�ily injury" to:
a, Any fellow "emplayee" of the "insured" arising oui of and in the course of a fellow "employee's"
employment or while performing duties related ta the conduct of your business. Howe�er, this
exclusEon does not apply to your "employees" kf�at are officers ar managers if the "bodily injury"
results from fhe use of a cov�red "auto" qau own, hire or borrow. Coverage is excess over any other
callectible insurance; or
k�. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph
a, abave.
SEC � IOIV 111— �'�IYSICAL �AMAC� COVERAG� is amended as follaws:
A. Paragraph 4. Coverage Extensions unc�er section A. Coverage is dele#ed and replaced by the following:
4. Caverage �xtensions
a. Transportation �xpenses
We will pay up to $50 per day to a total maximum af $9,500 for temporary iransportation expense incurred
by you due to cavered loss to any covered auto. We will pay only for those covered "autas" for which yau
carry either Camprehensive or Specifi�d Causes �f l.ass Coverage. We will pay far temporary
krans�orkation expenses inc�arred during ihe period beginning 24 hours after a loss and ending, regardless
of the poiicy's exPiration, when the covered "auto" is returned to use or we pay far its "Inss".
h. Loss of Use �xpenses
For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally
responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental
contract or agreement. We will pay far loss of use expenses if caused by:
(1) Other than collision only if the Declarations indicate that Compreh�nsive Coverage is pro�ided for
hired "au#os';
(2j 5pecifieci Causes of Loss only if the Dec{arations indicate that Specified Causes of Loss Coverage
is provided for hired "autos"; or
(3} Collision only if the Deckarations indicate that Collision Caverage is provided for h9red "autos".
However, the most we wilf pay for any expenses for loss of use to any one vehicle is $75 �er day, to a
fotal maximum of $1,500,
�. The following is added to paragraph 4. Coverage �xtensions under section A. Co�erage:
c. Fire �epartment Service Charge
When a fire depa�tment is called to save or proiect a co�ered "auto", its equipment, its contents, or
occupants from a cover�d cause of loss, we will pay up to $1,000 far your liabi{ity for fire department
seraice charges assumed by contrector or agreement prior to loss.
No deduct[ble applies to this addiiional coverage.
CAU 05$ (05 19) Includes capyrighked material of the Insurance Services Office, Inc., with its permissian. Page 2 of 4
Copyright 2018 FCCI Insurance Group,
COMMERCIAL AUTD
CAU �58 �05 18)
d. Autv LoanlL�ase Gap Coverage
7he fallowing pravisions apply:
(�I j If a long terrr� leaseci "auto", under an original lease agreement, is a covered "auto" under this
coverage form and the lessor af the cavered "auto" is named as an additional insured under this
palicy, in the event of a#otal loss to the leased cavered "auto", we wi1! pay any unpaid amount
due on the {ease, less ihe amount paid under the Physical Damage Coverage Section of the
policy; and less any:
(a} Qverc�ue lease or loan payments including penalties, interest, or other charges resulting fror�
overdue payments at the time af the "loss' ;
(b) �'inancial penalties irnposed under a lease for excessi�e use, abnormal w�ar and kear or high
mifeag�;
(c) Security deposits not refuncled by the lessor;
(s�) Costs for extended warranties, Credit Life Insurance, Healfh Aecident or Disability Insurance
purchased with the loan or lease; ancf
(e) Carry-o�er balances fro�n }�revious Ioans or leases.
� (2j If an owned "auto" is a covered "auta" under this caverage form and fha loss payee of the
cavered "autv° is named a loss payee �nder this palicy, in the e�ent of a total loss to the co�ered
"auto", we will pay any unpaicE amaunt due on the loan, less the amounk paid under the Physical
� Damage Coverage Section of the palicy; and less any;
(a} �verdue loan payments at the time of the '9oss";
(b) Costs far extended warranties, Credit Life Ins�rance, Health Accident ar Disability Insurance
purchased with the loan; and
(c) Carry-over balances from previous loans.
C. Paragraph 3. under sec#ian �. �xclusions is deleted and replaced by the following:
3. We will not pay for "lass" due and confined to:
a. Wear ant� tear, freezing, mechanica! ar electrical breakdown
b. Blowauts, punctures or ather roack damage to tires
This exclusion does not ap�ly to such "loss" resulting fram the total theft of a covered "auto".
However, this exclusion daes not include the discharge of an airhag in a cavered "auto" you awn that
infletes due to a cause other than a cause af "lass" set forth in Paragraphs A.1.b and A.1.c.but anEy:
a. If that "aut�" is a cavered "auta" for Camprehensive Coverage under this palicy;
b. ihe airbags are not co�ered under any warran#y; and
c. The airbags were not intentionafly inflated
We will pay up to a maximum of $1,09Q for any one "loss".
D. Saction �. Deductible is deleted and re�faced 6y the f411owing:
D. Deductible
For each covered "auto", our obligation ta pay for, repair, return or replace damaged or stolen pro}�erty
will be reduced by the applicable deduciible shawn in the Declarations subject ta the fallowing:
Any Comprehensive Coverage deductible shown in the Declarations does not apply to:
{1) "Loss" eaused by fire or lightning; and
(a) "Loss" arising out of theft af your vehicie if your vehicle is equipped with an active GPS tracking system.
CAU 058 (D5 19) Includ�s copyr3ghted maferial of khe Insurance Services office, Inc., wlth its permission, Fage 3 of 4
Copyright 2618 FCCI Insurance Gro�p.
CQMMERCIAL AUTO
CAU 0�8 (D519)
(3) Glass damage if repaired rather than replaced.
SEC7'ION !V — BUSI�lESS AUiO CONDIYIONS is amended as follaws:
A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the ��ent of
Accident, Claim, Suit or Loss:
7his duty applies when the "accident", claim, "suii" or "loss" is first known to:
(aj You, if you are an individual;
(b} A par�ner, if you are a partnership;
(c) An executive officer or insurance manager, if you are a corporation; or
(dj A member or rnanager, if you are a limitec� liabiliky company.
B. Condition 5. � ransfer of RighEs of Fiecovery against Others to Us under section A. Loss Conditions is
deleted and r�placed by the fallowing:
5. 7ransfer of Ftights of Recov�ry against Others to Us
lf a person or organization io or for whom we malce paymenf under khis coverage form has rights to
recover damages from another, those rights are transferred to us. That person or organization must do
everything necessary to secure our rights and must do nathing after "accident" or "loss" to impair them.
Hawever, if the insured has wai�ed rights to recover through a wri#ten con#ract, or if yaur work was
commenced under a letter af intent ar wark order, subject to a subsequent r�duction in writing of such a
waiver with customers whose custornary contracts require a waiver, we wai�e any right �f recovery we
may have under khis coverage form.
C. The following is added to Condition 2. Cvncealment, Misrepresentation or Fraud under section B. General
Conditions;
However, if you unintentionally fail to d3sclose any hazards at the inception of your palicy, we will nat deny
coverage under this coverage farm because of such faiGure. This pro�isian does not a#fect our rigf�t to
coAect additional premium or exercise our right af car�cellation or non-renewal.
fD. Paragraph b. of Condition 5. O#her Insurance under section �. General Conditions is dEleted and replacec4
by the following:
h. For Hired Auto Physical Damage Coverage, the following are deemed to be cov�reci "autas" you own;
(1) Any covered "auto" you lease, hire, rent or barrow; and
(�y Any covered "auto" hired or rented by your "employee" under a contract in that individual
"employee's" name, with your permission, while perfarming duties related ta the conduet of your
business. However, any "auta" that is leased, hired, rented or borrowed with a driver is not a
covered "auto", nor is any "auto" yau hire from any af your "ernployees", partners (if you are a
partnership), members (if you are a limited liabiiity company}, or mernbers of their householc�s.
CAU 058 (05 19) Includes copyrighled materiai of ihe Insurance Ser�ices Office, Inc., with its permissian. F'age 4 of 4
Capyright 2018 FCCI Insurance Grvup.
Polic #CAA100051065 COMMERCIAL AUTQMOBILE
Y cau os2 {a� �s�
THIS EN�ORSEMENT CHANGES THE POLICY. PL�ASE READ IT CAREFULLY.
�►ll���'�i�Yl� IFdS�I��[] � �IJ�IN��� �U�O POLiCv
��1V�'IiARY1NO�I�CO�Ii�l�llillV� VIIH�fd R�QUI�E� �Y ��N�'�� i
This endarsemenf modifies insurance provided under the following:
BLlSINESS AUTO COVERAGE FORM
This endorsement is subject to the terms, eonditions, exclusions and any other provisinns of the BUSIN�SS
AUTO COVERAGE FORM or any endorsement attached khereto unless changes or additions are indicated
below.
For the purpose of this endarserr�ent, Section II.A.1. Who Is An Insured is amended by adding the following:
1. Any persfln or arganizakion when you and such person have agreed in writing in a contract signed and
executed by you prior to the loss for which coverage is sought, tha# such person ar arganization be added
as an "insured" on your auto pafiey. 5uch person o.r organi�ation shall be an "insured" to �he extent your
negligent actions or omissians impose iiability on such "insured" without fauit an its park.
2. This insurance is primary and non-contributory ta ather liability caverages of the person or organization
being added to this policy as ar� "insured" when so required in a written cont�act or agreement khat is
executed prior to the Ioss for which coverage is sought.
CAIJ a82 (01 'f 5} Includes cvpyrighied maierlal of the Insurance Services Office, Inc., wiih its permissi.on. Page 1 of 1
Gopyright 2015 FCC! Insurance Group.
�
� �tu
WORKERS' COMPENSATiON INSURAiVCE
l
wo�ac��s� cou�P������o� ��� V�� 4� 03 0� �
�f1A�LOYERS LI�.BII.ITY PO�ICY Insured copy
T��� !Al�ld�� O� OUFt FtICNi i0 R��OV�� �L���'�I OTb�FtS �N������E�i�1Vi
Tf�is endorsement applies anly to the insurance pravided by the policy because Texas is shown in item 3.A. of the
Information Page.
We �a�e the right to reco�er our payments frQm anyone Ifable for an injury cavered by this policy. We will not enfarce our
right against the person or organization named in the Schedule, but this wa9�er applies only with respect to bodily injury
arising out of the operakions described in the schedule where yau are required by a written contract ko obtain this wa€�er
from us.
This endorsement shall not operate directly or indirectly io benefit anyone not named in the 5chedule.
The premium for this endorsement is shawn in the 5chedule.
��hedule
1. { ) Specific Waiver
Name of person or organiza#ion
(X) Blanket Waiver
Any person or organization for whom the fVamed Insured has agreed by wrikten contract to furnish thi� waiver.
2. Operations: All Texas operations
3. Premiurn:
ihe premium charge for this endorsement st�all be 2.Q0 percent of the premium developed on payrofl in connectiat�
witi� work perfarmed for the above person(s) or organization(s) arising out of the �perakions described.
4. Ad�ance Premium: lncluded, .see Information Page
This endorsement changes the policy ko which it is altached eifective an the inaeptlon date af the pallcy unless a differant date Is indicated below.
(The foflawing "aitaching clause" neeci be completed only wllen this endorsement is issued su6sequenk to preparation o# the policy.)
This endorsement, efFective on 8I12I21 at 12:01 a.m, standard time, fnrms a part of:
Policy no. D002051085 of Texas Mutual Insurance Company effective an 8112�21
Issued to: WILLIAM J SCHULTZ INC
❑BA; CfRCLE C CONSTRUG710N COMPAIVY
7his is not a bill
NCCI Carrier.Code: 29939
1 of 1
PO Box 12058, Auslin, TX 787�1-2058
texasmukual.cam �(800) 859-5995 � F'ax (BOd) 359-Q650
/ r -
� �
Aufhorixed representative
sr�orx�
WC 42 03 04 B
oa�i�s-i
C�RTIPICATE OF INSURANCE
Pagc 1 of 1
1
2
3
4
5
5
7
8
9
�o
11
I2
13
14
I5
16
i7
18
19
20
21
22
23
sECTroN ao 6i zs
CERT�FICATE OF INSi1RANCE
�ND OF SECTION
CITY OP FORT WORTH
STANDARD CONSTAUCTION SPECIFICA`�ION DOCUMENT3
Aevised 7uly 1, 2Ql I
2021 WATER MAIN 1.EAK
12EPAIR CONTRACT
City Pruject Tio. 1 D3327
1
�TAI�TDARD �ET�TERAL C0111]��'I'�OIlTS
OF THE CO1vSTRUCT���T �OI�TTRACT
.f.
�.
crrY or r• o�T war��rx
STANDARDCdNSTRUCTIQN SPECIFICATTQIV D{?CiJMEtV"T`5
Revision; Mad� 9, 2D20
STAND.AI�.D GENERAL CQNDITI4NS OF THE
GONSTRUCT��N CONTRACT
TABLE OF CONTENTS
Page
Article I— Dafini�ions and Terrninology .......................................................................................................... I
1.01 Defined Terms ............................................................................................................................... l
1.02 Terininology ..................................................................................................................................6
Article2— Prelizn.inar� Matlers ......................................................................................................................... 7
2.01 Copies of Documents ....................................................................................................................7
2.02 Cominenc�m�nt of Contract Tirrie; Notice to Proceed ................................................................ 7
2.03 Starting the Worl� .......................................................................................................................... 8
2.04 Befare Starting Con.stzuction ........................................................................................................ 8
2.05 Preconstructian Conferenee .......................................................................................................... S
2.Q6 Public Mee.iing .............................................................................................................................8
2.07 Initial Acceptat�ce of Schedules .................................................................................................... S
Article 3-- Contract Docu�nents: Intent, Aznending, Reuse ............................................................................8
3.01 Intent ................................................................................................................................... �...,...... 8
3.02 Reference Stan.dards ...................................................................................................................... 9
3,03 Reparting and Resolving Discr�pancies .......................................................................................9
3.04 Amending and Supplemeniing Conri•actDocuments .................................................................10
3.05 Reuse ofDocuments ...................................................................................................................10
3.06 Electronic Data.,,..�..� ...................................................................................................................11
ArticIe 4-- Availabilily af Lands; Subsurfaca anci Physical Conditians; Hazardous En�ironrnental
Conditions; Reference Points ........................................................................................................... l I
4�.Q1 AvailabidiLy ofLands ..........................................................�.......................................................11
4.02 Subsurface and Physical Conditions ..........................................................................................12
4.03 Di��'ering 5ubsurt'ace or Physical Condztions .............................................................................12
4.04 Under.ground Facilities ...............................................................................................................13
4.05 Reference Points .........................................................................................................................14
�.Ob Hazarrlous Environmental Candition at Site ..............................................................................14
Article 5 —Bonds and Insurance .....................................................................................................................16
5.01 Licensed Sureties and Insurers ...................................................................................................16
5.02 Performance, Payment, and Ma�ntenanee Bonds ....................................................................... I6
5.03 Certificates of Znsurance ...................................................................................�...........,............. i6
5.04 Cantractox's Insurance ................................................................................................................18
S.QS Acceptance ofBands and Insuranc�; Opfiion to RepIace ...........................................................19
ArticIe 6 — Contrac�or's Resp�nsibiliEies .................�............................................................,............,,...,.......19
6.Q1 Supervision and Superintendence ...............................................................................................19
eiTY or raxT wo�Tx
STANDARDCONSTRUCT[ON 5PEC]FICATIOtJ DOCiIIVIEIVTS
Revision: Mad� 9, 7A2D
6.02
6.03
6.q4
6.05
6.06
6, 07
6.08
6.09
5.10
6.11
6.12
5.13
6.14
{,15
6. I6
6.17
6.I8
6.19
6.20
6.21
b.22
6.23
6.24
Labor; Working Hours ................................................................................................................2�
Services, Materia�s, and Equipment ...........................................................................................20
ProjectSchedule ..........................................................................................................................21
5ubstRutes and "Or-Equals" .......................................................................................................21
Concerning Subcontractoes, Suppliers, and Others ....................................................................24
WageRat�.s .................................................................................................................................. 25
Patent�ees and Royalties ...........................................................................................................2b
Perinilsand UtiIities ....................................................................................................................27
LawsandRegulations .................................................................................................................27
'I'axes ................................. . .........................................................................................................28
IJseof Site and �ther Areas ....................................................................................................... 28
RecordDocumerrts ......................................................................................................................29
Safetyand Protection ............................................................................................................,.....29
SafetyRepresentative ............................................... ............................................. ...................... 30
Hazard Cammunicatian Programs .............................................................................................3C�
Emergencies and/or Recti�'ication.. ..............................................................................................30
Submittals.................................................................................................................................... 31
C.ontinuing the �Vark ...................................................................................................................32
Contractor's Gez�eral Warranty and Guarantee ..........................................................................32
Inde�nnification .........................................................................................................................33
Delegation oi Prafiessional Design Sarvices ......................................................,.......................34
Rightto Audit ..............................................................................................................................34
Nondiscrimination.... ... .... . .... ... .... ........... ........ _.... ........... ........ ........ ... ..... .......................... ........ ... 3 5
Article 7-Other Work atthc Si�e ...................................................................................................................35
7.O1 Related Work at Si�e ...................................................................................................................35
7.02 Coordination ................................................................................................................................36
Article 8 Ciiy's Rasponsibilities ...................................................................................................................36
S.O1 Communications to Con�ractor ...................................................................................................36
8.02 �'urnish Data ................................................................................................................................ 36
8.03 Pay WhenDue ............................................................................................................................ 36
8.04 Lands andEaser�ents; Reports and Tests ...................................................................................36
S.OS Change Orders .............................................................................................................................36
B.Ob Inspectians, Tests, and Approvals ..............................................................................................36
8.07 Lirrutations on Ciiy's Responsi��lzties .......................................................................................37
8.08 Undisclosed Hazardous Environmental Conditivn ....................................................................37
8.09 Campliance with Safety Prograrn ...............................................................................................37
Ar�icle 9- City's Observation Status During Canstr�c�ion ........................................................................... 37
9.01 City's Praject Manager ............................................................................................................37
9.02 Vi�its to Site ................................................................................................................................37
9.03 Authorized Variations in Wark ..................................................................................................38
9.04 Rejecting Defecti�e Work ..........................................................................................................38
9.a5 Determinations for Work Performed ..........................................................................................38
9.a6 Decisions on Requirernents of Contract Documents and Acceptabiiity of Work ..................... 38
CTI'Y QF FORT WQRTH
STANL�AItDCON3TRUCTION SPECIP[CATION DOCUMEA?I'S
Revision: Ivlath 9, �Q2D
A�ticle 1Q - Ck�anges m the Worlc; Clairns; Extra Work ................................................................................38
10.01 Authorized Changes in th� Work ...............................................................................................35
10.02 Unauthorized Changes in the Work ............................................................,.......,..................,...39
10.03 Execution of Change �rders... ....................................................................................................39
10.04 E�tra Wark ..................................................................................................................................39
10.05 Notificatian to Surety ..................................................................................�...,...,...,...,...............39
10.Qb Cantract Clauns Proeess .............................................................................................................40
Article I1 - Cost of the Work; Allowances; Unit Price War�; Plazas Quantity Measurement ......................41
11.01 Cost of tha Work .........................................................................................................................41
11.02 Allowances ..................................................................................................................................�}3
11.03 L7nii Price Work ..........................................................................................................................44
11.04 �'Ians QL�antity Measurement ......................................................................................................45
Article 12 - Change of Contract Pric�, Change of Contract Time .................................................................4b
12.01 Change of ContractPrice ............................................................................................................46
12.02 Change of Contract Tune ............................................................................................................47
I2.03 Delay,s ..........................................................................................................................................47
Article ]3 - Tests and Inspections; Correction, Remo�al or Acceptance af Defective Work ......................48
13.Q1 Notice af Defects ........................................................................................................................48
13.02 Access to Work ...........................................................................................................................4$
13,03 T�sts and Inspections ..................................................................................................................48
13.04 Uncoveririg Wark ........................................................................................................................�9
13,05 City May Stop the Work .............................................................................................................49
13.06 Correction or Removal of Defective Wor1� ................................................................................50
13.07 Correction Period ........................................................................................................................54
13.08 Acceptance ofDefective Worlc ...................................................................................................51
13.09 City May CarrectDefective Work .............................................................................................51
Articl� 14 - Payments to Contractor and Completion .................................................................................... 52
14.Q1 Schedule of Valu�s ...................................................................................................................... 52
1�.a2 Prog�'ess Paymenl:s ................................................................................�...�.................................52
14.03 Coniractor's Warranty of Titl� ...................................................................................................54
14.04 Partial Ut7ization ......................... ....... ........ ............................................................. . .................. 55
14.05 Final Inspectio�� ........................................................................................................................... S5
1�.Db �'inaI Acceptance ....................................................................................�....................................55
14.07 FinaI Payment ..............................................................................................................................56
14.08 Final Campletian Delayed andPartial Retainage Release ........................................................56
14.09 Waiv�r of ClaIlns ........................................................................................................................ 57
ArticI� 15 -- Suspension of Work and Ter�nn.inatzon ........................................................................................5'1
15.01 City May Suspend Work ........................................................................................................�...,57
15.02 City May T`erm:inate for Cause ..........................................................�........................................58
15.03 City NIay Termmate For Convenience .......................................................................................b0
Arti�le 16 -Dispute Resalutian ..............................................�...................................................................,...61
I6.01 Mathods and Pracede.u�es .............................................................................................................61
CPTYOF PORT WORTH
STANDARDCONSTAUCTI�N SPEC[F1CAT[ON I]OCUMLNTS
RevisioR Madi 9,2�720
ArticIe17 — Miscellaneous .............................................................................................................................. 62
17.01 Giving Notice .............................................................................................................................. 62
17.02 Camputation af Times ................................................................................................................. 62
17.03 Cui�ulative Rernedies ................................................................................................................. 62
17.44 Sur�ival of 061igations ............................................................................................................... 63
17..05 Headings ......................................................................................................................................63
��
CITY OF FORT WOR'FI-�
STANIlARDCONSTRUCTION SPE�CIFICATIO.N DQCiTMENTS
ltevisian; N1ad� 9, 2�20
OQ7200-1
GEN�RAL CANDITIDN S
Paga 1 of fi3
ART�CLE 1— DEFINITIONS AND TERMINOL�GY
I.OI Defined Ter�nxs
A. Whereverused in these General Conditiops ar in ather Contract Dacurn.ents, the terms listed below
have the rneanings u�dicated which are app�cable to botk► the singular and plural thereof, and
words denoting gender sha]I inciude the masculine, femuune and neuter. Said ierrns are generally
capztalizeci or written in italics, but not a1�x+ays. V�hen used in a cnntext consistent vvith the
defirrition of a listed-de�'ined Yertr3, ihe term shalI have a m�anirig as defned below whether
capitalized ar italicized or otherwise. In addrtion to terms speciiically de�'ined, terins with initial
capital let�ers in the Contract Docuinenfs include references to identifed artieles and paragraphs,
and fihe titles of other documents or £o�'zns.
l. Addenda—Written or graphic instruments issued prior to the opaning of Bids which clarify,
correct, or change the Bidding Requirements or the praposed Contract Documents.
2. �gNeemeni The written instrument which is evidence of 1:he agreexnent between City and
Gontrac�tor covering tile WorIc.
3. Applicatior� fnr� Payment—The £ortn acceptable to City which is to be used by Contractor
dz�rir�g the course of the Work in requesting progress or final payinents and vvhich i� to be
accompanied by su�h supporting documentation as is requii•ed by th� Contract Docum�nta.
4. Ashestos—Any inaierial ihat contains more than one percent asbes�os ai�d is iriable or is
releasing asbestos fbers into the air above current action. levels establishec� by t�e United States
Occupational Safety and Hea�th Administration.
5. Award — Autk�orization by the City Cauncil for the City ta eni:er inta an Agreement.
6. Bid—The offer ar proposal af a Bidder submitted an the prescribed form set�it�g forth the
prices for tf�e Work to be performed. '
7. Bidde� The individual or entity who s�bmits a Bid dire�tly Lo City.
8. I3idding Documents—The Bidding Reyuireinents and the proposed Contx-act Docurn.ents
(including al1 Addenda).
9. BiddingRequirenaents—The ad�vertisemerrt or In�itation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and tbe Bid Farm with any supplemerns,
10. Business Day — A business day is defined as a day that the City conducts narmal business,
generally Monday through Friday, except for federal ar state holidays observed by the Ci�ty.
11, CalendarDay—A day cansisting af 24 hours zneasured fronn ranidnight to the next midnight.
CITY OF FOAT WORTH
STA,IVI3ARDCONSTRUCT[ON SAECIFICATIDN DOCLTMEl�'TS
Revision: Mad� 9, 2C120
Qp72D0-1
GEE�ERALCANQITION S
Page 2 of 63
12. �hange Order—A document, which is prepared and approved by the City, which is signed
l�y Con�ractor and City and authazizes an additian, deletion, or revision in the Work or an
adjustmeni in the Contract Price or the Contract Time, issued on or aiter the Effective Date
of the Agreement.
13. City-- The City of Fort Wo�th, Te�s, a home-rule municipal corporatron, authorized and
ehartered under tl�e Texa� State Statutes, acting by its governing body tlu•ough its City
Manager, his desi�,mee, or a�ents author�zed under his behalf, each of which rs required by
Charter to perform specific duties with responsibilil,y for fmal en£orcement af the contracL�
involving the City of �ort Worth is hy Charter vest�d in the City Manager and is the entity
with whom Contractor nas entered �in.to the A.greement and far whnrn the Wark �s to be
petformed.
14. Ciiy Atto�ney — The afficialiy appointed City Attorney of the City of Fort Wortk►, Texas, or
his duly authorized representative.
15. City Council - The duly elected and qualif'ied governing body af the Crty oi Fort Wartli,
Te�as.
lb. City Manager — The offzcially appointed and autharized City- Manager of Yhe City of Fort
Worth, Texas, or h�s duly aufllorized representative.
17. Cont�act Claim—A demand or assertion by City or Contractor seeking an adjustmenfi of
Con�ract Price or Cantract Tinne, or both, or other reliei with respeci to the terms of the
Contract. A d�mand �or maney or services by a thi�rd pa�ty is not a Contract Clai�n.
18. Contract—TI�e entire and integrated written document between the Gzty and Contractar
concerning the Wor�. The Contract cantains the Agr�emant and all Contract Docuxnents and
supersedes priar negotiations, representatians, or agreements, rr,rhether written or oral.
19, Contract Documents--Those iiems so designated in the Agreen:�e�t. All iterns Iisted in the
Agreement are Contract D�cuments. Approv�d Sub�r�i�tals, o#her Contiractor submi�ttals, and
the reports and drawings af subsurface and physicaI conditions are no� Contract Documents.
20. Contract Price The moneys payable by Czty to Cantractor for completion of tha Wo�•k �n
accordance with the Con�act Docurr�ents as stated 'uz the Agreement {subject to the provisions
of Paragraph 1 l.03 in the case o� Uni� Price Work).
21. Contract Time The number of days or the dates stated in the Agreement to: (� achieva
Milestones, i�' any and {u� complete the Work so that it �s ready for Final Acceptance.
22. Cont�actor The inc�i�idual ar entity with wham City has enterad into the Agreerrzent.
23. Cost of the Wo�k�eeParagraph J.1.01 afthese General Conditions iar d�finition.
CITYOF FORT WORTH
STANDARDCONSTRUCTION SPECIFICATIQ�I AOCL11biENTS
Revision: i+7ad19,20�Q
007200-1
GENERAL CONDI710 N S
Page 3 oF 63
24. Danaage Claims -- A d�ma�d for money or ser�ices arising fram the Pcaject or Srte fi°om a
third party, City or Contractor exclusive of a Contract Clainra.
25. Day or day — A day, �.�n�ess otherwise defit�ed, s�all mean a Calendar Day.
26. Director of Aviatiora — The officially appointed Direcior of the Aviation Department of the
Ciiy of Fort Worth, Texas, ar his duly appointed representative, assistant, or ag�nts.
27. Dit�ecto�^ of Pa�ks and Corr�munity Se�vaces -- The officially appointed Director nf the Parl�s
and Co�rununity Services Department af the City af Port Worth, Texas, or his duly appointed
representiative, assisl:ant, or agents.
28. Directot- of Planningand Developtnent -- The of�cially appomted Director of the PIanning
and Develaprzient Departznent of the City of Farl Worth, Texas, or his duly appointed
represeniative, a�sisiant, or agants.
29. Dir�ector af Transportation Public Wo�ks — The officially appainted Di�ectar af the
Transpoi�tation Public WorIcs Depart�nent af the Ci�ty of Fort Worth, Texas, or his duly
appointed representative, ass�stant, or agents.
3Q. Darector of Water Department — The of�cially appointed Director of the Water Deparhnent
of the City of Fort Wort11, Texas, ar h�s duly appointed representat�e, assistant, or agents.
31. Drawings--That part oi the Conri•act Documents pre�ared or appraved by Engineer which
graphically shows the scope, extent, and characfier af the Warkta be perfarmed by Con.t�'actor.
Submittals are not Drawings as so defurzed.
32. E� f, fective Dat� of the Agreement—The daie indicated in 1:he Agreemen� on vvhich i� becomas
effective, but if no su�h date is indicated, it ineans the daie on which th� Agr��ment is signed
arid delivered by the last of the two parties to sign and deliver.
33. Enginee� The iicensed prof�ssionaI engineer or engineering Firm registerec� in t�e Stafe of
Texas performing professianal services for the Cit}�.
34. Extra YFrork — Addi�ional wark rnade necessary by changes or alteratians of tha Contract
Dacuments ar af quantiiies or for other reasons for which no priees are provided in the Contraci
Docuz�rients. Extra warlc shall be part of the Work.
35. Field OrdeN—A written order issued by City which requires changes it� the Work but which
does nat involve a change in the Contract Price, Cantract Time, or the intent of the Engineer.
Field Orders are paid from �'ield Order Allawanees incorporated into the Con�ract by funded
work type at the tim.e of award.
36. Final Acceptance — The written notice �iven by ihe Ci�y to the CnnYractor that th� Work
spec�'ied in the Contract Documents has be�� compl�ted to the satisfaction oi fihe City.
Cl'�Y OF FORT WOR'I'H
STANDARDCO]VSTRIICTION SPEC[F1CAT[ON T]OCUMEN'CS
Revision: March �,?.{�0
00720a-1
GENERALCANDITIONS
Pag,e 4 of 53
37. Final Inspection — Inspection carried out by the City to verify that the Cantractor has
e�mpleted the Work, and each and every part ar appurtenance thereof, fully, entirely, and in
canformance wrth the Contract Documents.
38. Gener�al Requf�erra�nts—Sections af Division I of the Contract Docum�nts.
39. Hazc�rdous Enviranryae�zial Condih`nn The presence at t.�ae Siie of Asbestos, PCBs,
1'etraleUm, Hazardous Waste, Radioactive Material, or otl�er materiaJs in such quantiCies or
circumstan.ces that �nay present a substantial danger to p�rsans or property exposed thezeta.
40. Haza�dous Waste Hazarc�aus waste is defuied as any solid waste Iisted as ha�rdous or
pflssesses one or more hazarcious characteristics as defu�ed in the federal waste regulations,
�s a�nended from time to time.
41. Laws and Regulatio�as—Any and all applicable lavus, rules, regulations, ordinances, codes,
and ord�rs of an� and all govert3menl:al bodies, agencies, aa�tharities, and courts having
jurisdiction.
42. Liens--Charges, security iz�terests, or encumbrances upan Praj�et funds, real property, or
personal property.
43. MajoY Item— An Item oiwork included in the Cont�act Documents that has a total cost equal
to or greater than 5%n of the original Contract Price or $25,000 whichever is less.
44. Milesto�te A prir�cipal event specif'ied it� the C.ontract Documents relating to an intermediat�
Confract Tune prior to Final Acceptance of the Work.
4S. Notice of A�vard The written notice by Ciry to the SuccessfuI Bidder stating that upon
timely compliance by the Successful Bidder with tha canditions precedent listed therein, City
will sign and deIiver the Agreement.
46. Notice to Praceed—A written notice given by Ciiy to Cantractor f�ng the d�te on which the
Coniraci Time will com�mence ta run and on which Contrac�ar shall start to perform ihe Worlc
specified in Contraet Documents.
47. PCBs PoIychlorinated biphenyls.
48. P�tt•oleum—Petxoleurn, includir�g crude oil ar any fraction therenf which is liquid at standard
conc�itians of temperature and pressure (60 degrees Fak�re�hert and 14.7 paunds per square
inch absoIute}, such as oi� p�trole�am, fuel oil, oil sludge, oil refuse, ga�oline, kerflsene, and
oil mi�ed wi�li other non-Hazardous Waste and crude oi1s.
49. Plans — See defmition of Drawan.gs.
' i CITY O�' FORT WOI21'H
STANDAK]7CONSTRi�CTION SPECIFICATION DOCLTMENTS
Revision: Mac� 9, Zi}2d
D07200-1
GENERAL CfIN.D I�f ON 5
Page 5 of fi3
50. Project Schedule A schedule, prepared and maintained by Coni-�actor, in accot•dance with
the General Requirements, descrzbin.g the sequence and duration of the acti�ities comprising
the Cont�actor's plan to accomplish ihe Worlc within ihe Contract Time.
51. FYoject—The Wark to be performed under the Contract Dncuments,
S2. P�oject ManageN The authorized representative �f the City who will be assigned to the
Sil:e.
53. Public Meeting — An announced i�neeting canducted by the Czty to facilitaie public
participation and t:o assist the public in gaining an infozmed view of the Project.
S9. Radiaactive Mate�fal—Source., special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 {42 USC �ection 2011 et set�.) as amended fi•om time to time.
55. I2egular� Working Hours —Hours beginning at 7;00 a.m. and ending at 6:00 p.z�., Manday
thru Friday {excluding legal holidays).
56. Satnples Physical eaca�aples of z�aterials, equi�ment, or worlunanship thai: are
representative of some partian of the Work and which establish the standards by which such
po�-tion of th� Worlc will be judged.
57. Schedule of Submittrads--A schedule, prepared and rrraintained by Cont�aetor, of required
submittals and the time xequireinents ta support scheduled perforrz�.ance of related canstruction
activ�ti�s.
58. Sc�iedule of Yalues—A sched�ale, prepared and ma�ntained by Cor�tractor, allocatir�g portions
of the Contract Price to various portions of the Work and usad as the basis for reviewing
Contractor's Applicatians for Payment.
59. Site—Lands ar areas indicated in the Canh•act Doci.unents as beirig �urnished by C�ky upon
whicI� the Work is to be performed, including rights-af-way, permits, and easem.ents far access
thereto, and such other lands furnished by City tivhich are designated far the use of Contractor.
6Q. 5'pecaficationr—Tk�at part of the Con�ract Docuinents consi�ting of vuritien requirements far
rnaterials, aquipment, systems, standards and workmanship as appIied ia th� Wark, and certain
administrative requirements and procedural matt�rs applicable thereto. Specifcations may 6e
specifically made a part o� the Contract Dacuments by attachtnent or, if noC aitached, may be
incorporated by reference as indicated in the Table of Con.tents (.Dzvi�ion OQ �0 00} of each
Project.
61. ,Subcontractor--An individual ar entity having a direct contract with Co�tractor or with any
other Subcontractor Far the performance af a part of the Wark at the Site.
CE'I'Y OF FORT WOK`I'I-T
STANDr1RDCd1V5TRi1CTI0N SPECIFICATION Q�CUIVIENTS
Revision: it� 9,2�20
D0720D-1
GENERAL CONp1710N 5
Page G of G3
62. Submittals All drawings, diagrams, il[ustrations, schedules, and ather data or infarmation
which are speci�cally prepared ar asseinbled by or for Contractor and submrtted by Contractor
to illusirate some partion of the Work.
b3. Succe.ssful Badder The Bidder snhmitting the lowest and enost respansive Bid to vvhozn Ci�y
makes an Award.
64. Superintende�zt— Th.e representative af the Cantractor wha is available at all times and able
to receive instructions from the Czty and to act for the Contiractor.
6S. SupplementaNy Condition�That part of tha Contract Documents which amends or
supplements these General Conditions.
56. Supplaer A manufacturer, fabricator, supplier, distributor, materialman, or vendor haviizg a
direct contract with Contractor or with any Subcontractar to furnish material� or eyuipnnent
ta he inenrporated in the Work by Contractor or Subcontractor.
67. Unde�ground Facilities—All underground pipelines, conduit�, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or ather such facilities or attachments, and any encaseax�er�s
containing such iacilities, ir�cluding but not .lirnited to, those that convey electricity, gases,
steam, liquid petroleum product,s, te�ephane or ather communieatior�s, cable televisian,
water, wastewater, starm water, other liquids or chemicals, or traffic ar o�har ec��trol syste�ns.
68 UnitP�ice Work—See Paragraph 11.03 of these Ge�eral Conditians for defini�ian.
�4. WeekendWorkingHou�s—Houxs beginning at 9:Q� a.m. and ending at 5:pQ p.m., Saturday,
S�anday or legal holiday, as approved in advance by the City.
70. Y�oYk The entire construction or th� variaus separately identif�able parts thereof required to
he provided under lhe Contract Documents. Work includes and is the result of perfarmittg or
pravida�g aIl labor, services, and c�ocuxnentation necessary to produce such canstructian
includirig any Change Order ar Field Order, and fi�rnishing, installing, and incorporatiung all
mat�rials and equipment iiita such canstruction, all as required by the Contract Documents.
71. Wo�king Day — A warking day is defined as a day, not �cluding Sat�rdays, Sundays, or legal
holidays authorized by the Ciry for cont7ract purposes, in which weat�ier or o�her canditians
not under the control of the Con�ractor will permit tha performance of the principal Unit of
work underway for a continuous period of not 1�ss than 7 hours betw�en 7 a.m. and 6 p.m.
1.�2 Te�r�zinology
A. The words and t�rms discuss�d in Paragraph 1.02.B through E are nat de�'u�aci b�, when used iri
the Bidding Requirements or Contract Documents, have the indicated m�aning.
B. .Inlentof Ce�tain Tet�ms arAdjectaves:
CITY OF FORT WORTFI
STANDARDCON5TRl1CTI0N SPECIP[�ATION DOCiIMENT5
Revision: Maci�9,20i10
ao�zao-i
GENERAL CONLIITION S
Page 7 of b3
1. Tha Contract Documents include the terms "as allowed," "as appra�ed," "as ordezec�;' "as
dir�cted" ar terms of Iilce effect ar unport to autharize an exercise of judgment by Crty. In
addition, the adjectives "reaso�able," "suitable," "acce�table," "proper," "5atisfac.tory," or
adjectives of lilce effect ar irnport are used to describe an action or determinatian of City as to
the Wor�C. It is intended tha� such exercise of professional judgmenfi, action, o�• determinalion
will be solely to evaluate, in general, the Work for compliance vvith the infarmatian in the
Contract Documents and with the design concept af the Project as a functioning whale as
sf�own nr inciicated in the Contract Dacurttents (unless there is a specific statement indicating
oth�rwise).
C. DefectivE:
1. The� word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, fault,�, or deficient in that it:
a. do�s not conforrn to the Contract Doc.unnents; or
b. does naf ineet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Cantrac� Documents; or
c. has been damaged prior to Crty's wriiten acceptance.
D. Turnish, Install, PerfaNr�, Provide:
I. The word "Furnish" or the ward "�nstall" or the woz�d "Perform" or th� ward "Provide" or
the word "Supply," or any combinatian or siznilaz• directive or usage thereaf, shaIl mean
furnishing and incorporating in the Work including aII necessary labnr, materials, equipment,
and everything necessary to perform the Wark indicated, unl�ss spe.c�ically limited in the
context used.
E. Unless stated oth�rwise iri ihe Contract Documents, words or phrases that h:a�e a well�knawn
technical or consti•uctian indu.stry �r tz'ade meanic�g az'e used in the Contract Documents in
accordance with s�ach recogt�ized rz�eaning.
ART�CLE � — PRELINIINARY MATTER�
2.OI Copies of Dnczcments
City shall furnish to Contractor one (1) original ez�ecuted capy and one (1) electzonic copy af the
Contract Documents, and four (�-) additional capies of the Drawings. Add�iional copzes will be
furnished upon request at the cost of reproduciion.
2.Q2 Com�encementof ContractTime; Noirce Po Proceed
The Cantract Titne �vill cammence io run on the day indicated in the Notice fio Proceed. A Notice to
Proceed may ba given na earlier �han 14 days after the Eifective Date of the Agreernent,
unless agreed ta by both parties iri writing.
CIT�S' OF FQ1�T WOIZTH
STANDARDCOI�iSTA[1CTION SPECIP[C1TIdtJ DOCUNIGNT5
R�vision: � 4, 2Q10
Op72D0-I
GE�iERAL CONDITION S
Page $ of 63
2.03 Sta�t�ng the Wor�k
Cnntractor shall start to p�r�nrm the Worlc on the date when the Contract Tinr�e cotxu�ences ta ri�n.
Na Work sh�I� be done at the Site prior to the date on which the Cot�tract Time comtnences to run.
2.04 B�fore 5tartingCanstructian
Baselrne Sched�les: Submit in accardance with the Contract Docuznents, and �rior to starting the
Wark.
2.05 Precanstruction Conference
Before any Wark at the Si�e is started, the Contz�actor shall attend a 1'reconstruction Conference as
speciiied in the Contract Doci.�rnents.
2.06 �ublic Meeting
Contracior rr�ay not mobilize any equipment, materials or resouzces to the Site prior to Contracior
attending the Public M��ting as sc�eduled by the City.
2.07 Initaal Acceptance afSchedules
No pro�ress payrnent shall be made to Cantractor untii accepiable schedules are submili:ed to City in
accordance with the Schedule Specification as pro�ided in the Contract Documents.
ARTICLE 3— C�NTRACT D�GLJ:MENTS: XNTENT, AMENDING, REUSE
3.01 Inteni
A. The Contract Documents are cornplemantary; what is required by oMe is as binding as if required
by al�.
B. It is the intent of the Contraet Documents to descrbe a functionally camplete project (or part
th�reof} to be constructed in accardance with the Contract Documents. Any Iabor, docua�x�entatinn,
services, inaterials, ar equipment that reasonably may be inferred from the Contract Documents
ox frozn. prevailing custom or trade usage as being required fio produce the indicated r�sult vuill be
provided whether or not spec�'ically called far, at na additianal cost to City.
C. Clariiicatians and interpretations of the Contract DocumenYs shall be issued by City.
D. The Specification.s may vaxy in form, format and style. Some Specification sections may ba written
in varying degrees of streamlined ar declarative style anc� some sections n:�ay be relatively
narrative by comparison. Omission af such wards and phra�es as "the Contractor shall," "in
C017£O�'t7111y Wl�l," "SS S�lOWII;' Or "a5 5�]BC.1fF�d" �.T� int�ntional in streamlined sections.
Omitted words and phxases shall be supplied by in�erence. Similar types ofi provisions may appear
in various parts of a sectian ar articles withir� a part depen.ding o� the fornnat o� the
CITY OF FORT WORTH
STANDAIiDC4N5TRUCTIO� SP£sCIFICATION DOCiJML'NT5
Revisiqn: Mad� 9, 202�
oo�zoa-i
GEMERALCON�ITION S
Page 9 of b3
section. The Contractor shall nat take advantage o� any variation o� farm, format ar style in
making Coniract Claims.
E. The cross refer�ncing o� specification sections undew the subparagraph heading `�elated
Sections include but are not necessarily limited to:" and elsewhere within each Specification
section is provided as an azd and convenience to t11e Contractor, The Contractor shalI not rely on
the crQss referencmg provided and shall be responsible to coordinat� the ernire Work under the
Contiz'act Documents and proaide a corriplete Praject whether or not the crass referencing is
provided in each section or �vhether or not the cross referencing is camplete.
3.fl2 Referenc� Stct�tdaNds
A. Standards, Speeifications, Codes, Laws, and Regulations
I. Re Ference to standards, specif'icatians, manuals, or cod�s of any technical society, organization,
or assoeiation, or to Laws or Regula.tions, v,�hether suc1� reference be specif'ic ar by implication ,
shall inean the standard, speci�cation, manual, code, or Laws or Regtalations i�a effect at the
time of opening of Bids (ar on the Effective Date a� t)ne Agreement if there were no Bids),
except as may be otherwise speci£fc.ally stated in the Contract Documenis,
2. Na pro�ision of any such standard, specification, man�aal, or code, or any instruetion of a
Supplier, shall be effective to change the duties or respansibilities of City, Confractor, or any
af their subcontractors, consultants, agents, or employees, from tn�se set farth in the Contract
Dacuments. Na such provision ar itlstruction shall be effective ta assagn to Czty, or any of its
affic�rs, duectoxs, members, pat�tners, employees, agents, cons�altants, or subcontraci:ors, any
duty nr authority ta super�ise or dacect the �ez�f'ormance of tke Work or any d�y or authority
ta undertake responsibility inconsistent with the provisions Qf th� Contract Documents.
3.03 Repa�iingandResorvingDiscrepancies
A. RepoYtingDiscrepancies:
1. Cont�ac%r's Review of ContractDacuments Before StaYting YYork: Befare undertaking each
part of the Work, Contractar shall caxefuIly study and campare tha Coni�act Documents and
check and verify pertinent �gures therein agamst a�l applicable �e1d measur�ments and
conditions. Contractor shall promptly report in wriiing to City any conflict, error, a.inbiguity,
or discrepancy vc�hich Canfractor discovers, or has aci-�aal knowledge of, and shall abtain a
written infiarpreta.tion or claritieatian frorn City before praceeding wzth an.y Work affected
�hereby.
2. Cont�actar's Revievv of C'ontract Docufnents Du�ingPe�fo�tnance of Work; If, during the
perfox-mance of the Wark, Contractor discovers any conflict, �rror, ambiguity, or disc�epaney
witkun the Contract Documents, ar b�twe�rt the Contract Documerns and (a) any applieable
Latv or Regulatiion ,(b} any standard, specification, manual, or code, or (c) any instt`uctian of
any Supplier, fihe.n Contractor shal� pranap�ly report �t to Ci�.y zn. w�rrifing. Contractar shall not
proceed with the Work affected thereby (except in an emergency as required by Paragraph
CITYOP FORT WORTH
BTA�IAARDC�N5TRTICTION SPHCIFICATION DDCiJMEtrTTS
Revision; Ma�h9,2{�p
0(i7200-I
GENERALC(}M�IT10N S
Page J 0 of 63
6.17.1�) until an amendment or supplement to the Cont�act Documents has been �ssued by
one of the methods indicated in �aragraph 3.04.
3. Contraetor shall not be liable to Ciiy for failure to report any conflict, error, ambiguity, or
discrepancy in t�e Conix�act Documents unless Cantxactor had actual l�awledge thereaf.
B. Resolving Discrepar2cies•
1. Except as may be atl��rwise specificaIly stated in ihe Cantract Documen�:s, the pravisions af
the Contract Docuxnents shall taka �recedence in resolving any canflict, error, ambiguily, or
discrepancy between the provisions of the Cont�act Documents and the prauisions of any
siandard, speci�ication, manual, or the insfruction of any Supplier (whether ar noi specifically
incorporated by re%rence in tne Contract Docurnents}.
2. In case of discrepancies, figured diurz�ensions shall govern over scal�d dimensions, Plans shall
govern over Specificatians, Supplemeniary Conditions shall gavern over General Conditions
and Specifieations, and quanti�i�s shpwn on the Plans shall govern over those sho�vn in the
proposal.
3.04 Amending �nd 5uppleme�afing Cont�actDocuments
A. The �ontraet Dncuments �nay be amend�d to prnvide �ar additians, deletions, and re�visions in
the Worlc ar ta modify the terrns and conditions thereof by a Char�ge Order.
B. 'I`he requirements of the Contract Docurments may be supplemented, ancl zx�ir�or variations and
deviations in the Work not inr�olving a change in Contract Price or Contract Time, may be
authorized, by one ax more of the folIowirig ways:
1. A Field 4rder;
2. Ciry's review of a SubmitYaI (subject io the provisions of Paragaph 6.1$.C); ar
3. City's written interpretation or ela.rifcatian.
3.05 Reuse of Documents
A. Contcactor and any Subcon�ractor or Supplier shall not:
1, have or acyuire any trtle ta ar awnership rights u� any of the Dra�ings, Specificat�ons, or
other documents (or capies of any thereof} prepared by or bearing the seal of Engineer,
including electronic media editions; or
2, reus� any such Drawings, Specifcatians, other docUments, or copies thereof an extensions of
the Praject ar any ott�er pcoject wi�l�out written cansent of City and speeif'xc written ver�cation
or adaptatzan by Engineer.
C1TY OP F012T WORTII
5i'A3VpARDCOMSTRUGTION SPECIPICATION DOCUMEAlTS
ReVision: Iv�ad� 9,20pp
oo7aoo-�
G�N�RAL CON�ITION S
Page 11 of 63
B. The prahibitions o� fhis Paragraph 3.05 will survive final payment, or terrninatzon of the
Contract. Nothing herem shall preclude Contractor fram retaining eopies of ihe Contract
Docurnents �'or reeord purpases,
3.0� Electr•onic Data
A. Unless otherwise stafied in the 5upplementary Conditions, 1;he data furnished by City ar Engineer
to Contractor, or by Contractar to City or Engineez•, that nnay be z°e1�ed upon are litni�ed to the
prir►ted capies incIuded ita the Contract Documenis (al�o lmown as hard copies} and other
Speci�ications referencad and located on the City's on-line eleclronic document managerrient and
collabaration system site. Files in electronic media formai of text, data, graphics, or oth�r types
are furnished only for the convenie.nce of the receivitzg party. Any conclusion or in%rmation
obtained ar deri�ed from such electronic fi�es will be atth.e user's sole risic. Ifthez•e is a discrepancy
between the electroni� files and the hard copies, the hard capies govern.
B. When transferring doc�unents in electronic media format, the transferring party malces no
representations as to iang terrn campatibiliiy, �sability, or readabiliiy of documants resulting �rom
the use oi software application packages, operatirig systems, or coinputer hardware differing from
those Used by the data's creator.
ARTZCLE 4— AVA�LABILITY OF LAND�; �UBSURFACE AND PI3YSICAL CONDITION�;
HA7A.,RDDUS ENV.[RONMENTAL CONDITXONS; REFERENCE POINT�
4.01 Availabilrty of Lands
A. City shall furnish the Site. City shall notit'y Confractor df any encumbrances or re.strictions not of
general application bu� specitically related to use of the Siie with which Contractar rnust comply
in perform�ng the Warlc. City will obtain in a tixnely nrzazv�er and pay for easern.ents for per�manent
structuxes or pernnanent changes in existing facilities.
1. TF1e City has obtained or anticipates acquis�iion o� and/ar access to right-of vvay, and/or
easemenis. Any outstanding right-of-way and/ar easem�nts are anticipated fn be acquir�d in
accordanc.e w�hthe schedule sefi forth in the Supple�nentary Cond�ians. The Projeci: Schedule
submitted by the Contractor in accordance with the Contract Documents must consider any
outstanding right-of-way, and/ar easen:�ents.
2. The City has or anticipates removirig and/or relocaiing utilities, and obstructions to the Site.
Any outstanding remaval or relocation of utiilities or obstructiona is antieipatad in accnrdance
with the schedule setforth in the Suppl�rnentary Conditions. The Prcaject 5chedule submittad
by the Conir�ctar in accordance with the Contract Documents must cansider any outstanding
utilities or abstructians ta be rernoved, adjusted, anc�/ar relocated by others.
B. Upon reasonable wxitten request, C'rty shall furnish Contractar with a current staternent of record
legal title and legal descriptron orthe lands upon which the Work is to be performed.
c�TY or rox�r woRTx
STANDARDCONSTR[1CTION SP6CIFICAT10tJ DQCiIM�,]VTS
Revision: Madi R; �0
00 �2 oa - i
GENERALCDN�[TION S
Page l2 af 63
C. Con�ractnr shall provide far aU additional l�nds and access thereto that rnay be required for
eo�struction facilities or starage of materials and equipment.
4.(�2 Subsurface andPhysical Conditions
A. ReportsandD�awings: ThaSuppleinentary Conditions identify:
1. those reports lrnown to Ciry nf exp�oratiQns and tests of subsurface canclitions at or
contiguous to the Site; and
2. il�ose drawirigs 1�nown to City of physical canditions relating to existing surFace or
subsutFace struciures at tl�e Site (exc.ept Underground Facilities).
B, Limited Reliance by CantractoY on Technical Data Aa�thorized: Contractor may rely upan the
accuracy of the "�echnical data" contaiuned in sUch repo�ts and drawings, but such reports and
dravvings are not Contract Documents. Such "tectinical data" is idantifed in the Supplem.entary
Conditions. Contractor may not mal�e any Contract Claim against City, or any of their officers,
direc�oz's, nn.er�bexs, partners, en:�ployees, a�ent�, consultants, or subcantractors witY� respect to:
1. the completeness of such raports and drawmgs for Contractor's purpases, incIuding, but not
limi�ed to, any aspects of the means, methacis, techniques, sequences, and procedures of
construction to �e employed by Contractor, and safety precautions and programs incident
thereta; or
2. other data, interpretations, apinians, and information containe.d in such reports or shown or
indicated in such drawings; or
3. any Contractor iriterpretation of or conclusian drawn firom any "teckinical data" ar any such
o�her data, interpretations, opinions, ar information.
4.Q3 Diffe�ing Subs�crface o� Physic�tl Conditions
A. Notice: If Contractor believes ihat any sUbsi.irface ar physicaI condition that is uncovered or
revealed either:
1. is af such a nature as io �siablish that any "techr�ical data" on which Contractor is entitled to
�ely as provided 'nn Paragraph 4.02 is �nn:aterially �acc�arate; or
2. is of such a nature as to reguire a change in the Con.�ract Documents; or
3, differs materially fram that shawn or indicated in the Contract Documents; or
4. is of an unusual �ature, and differs �xaaterialiy frozn canditions ordinarily encount�red and
generally reca.gnized as inherent m work of the ck�aracter provided far in the Contxact
Dacum�nts;
CITY bi' FORT WORT"fi
5TAN1]AitDCOWSTRUCT]ON SPECIF[CATION DOCUMENTS
Revision: Matt� 9, 2DZ0
oo�zoo-i
GENERALCQNbiTI0N5
Page 13 of 63
then Contractor shall, promptly after becarr�ing aware tY�areof and before further distiarbirig the
subsurface or physical conditions or per%r�ning any Wor�C in connection therewith (exc�pfi in an
emergency as required by Paragraph 6.17.A}, natify City in writing abou� such condition.
B. Possilile Price and Tinae Adja�stments
Con�raetor shall not be entitled to any adjustrneilt in the Contract Price or Cantract Time if:
1. Contractor knew of the existence of such conditians at 1;he time Con�racior made a final
carnmitment io City with resp�ct to Con�ract Pric� and Contraet Time by the submission nf a
Bid or becomirig bound under a negofiiated contract; or
2, the existence of suc�. condition could reasonably have been discovered or revealed as a resUIt
af the examzn.ation of the Contract Documents ox the Szte; or
3. Contractor failed to give the vvritten. notiice as required by Paragraph 4.03.A.
4.04 Under�g�oundFacilities
A. Shown o�^ Indicated.• The information and data shovvn or indicate.d in fihe Cont�act Documents
with respectto existing Undergraund Facilities at or contiguous to the Site is based on informatian
and data furnish.ed to Crty or Engimeer by the awners of such. Underground Faczl�ies,
including City, or by a�ers. Unless it i� other�vi�e expressly pro�vided in the Supplementary
Conditions :
I. City and Engineer shall not be responsible for the accuracy or campleteness oi any such
inf'ormation or data provided by others; and
2, the cost of all of the foIlowing will be included iui the Cont�ract Piice, and Contractor shall
have fti�l responsibility for:
a. reviewing ar�d checicing all such in�'ormation and data;
b. locating alI Und�rgraund �'acili�ies shown or indicat�d in �►e Cantract Documants;
c. coordir�ation and adjustment of the �1ork with the owners oi such Underground
�'acilities, i�eluding Cily, during canstx'uction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
�hereta resulting from the Worl�.
B. NotShowr� orindicated:
I. If an Underground Facility which contlicts with the Work is uncovered ar revealed at or
contiguou.s to the Site which was not shown or indicated, or not shown or indicated with
reasonable ac�uz�acy in tk�e Contract Docunaents, Contractox shal], proax�ptIy after beeoming
aware thereof and befare further disturbing conditions afFected ihereby ar perforn3ing any
CITY OF FORT WORTEI
STANT7Al2DCON5TRUCTION SPECCPICATION 170.CiJM�NTS
Revision:.Iv1� 9, 7D20
00 '12 00 - ]
G�NERAI�CONqlTION S
Page l4 oi.63
Work i.n connection therewi[th (except in an emergency as requ�red by Paragraph 6.17.A},
identify the owner of such Undergro�nd Facidity and give notice to tha.t awner and to City.
City will review the disco�erad Underground Facility and determine the extent, if any, to
which a ehange may be required in the Contract Documeitts to reflect and docuinent the
conseyuences of t�ae existe�ce ar locatian of the Undergraund Facility. Contracior shall be
responsible for i:he safety and protection of such dascovered Underground Facility.
2. If City concludes that a change in tne Contract Documents is required, a Change Order may
be issued to reflect and document such consequ�nces.
Ver�catzon of existing utilities, structures, and service lines shaIl include notificatian of all
utility companies a minimum af 48 hours in advance of construction including exploratory
excavation ii necessary.
4.05 R�ference Points
A, City shall provide engineering surveys to establish reference points for canstruction, which in
City's judgment are necessaryto enable Cnntractor to proceed vvith the Wark. Cit� will provi�de
con.stz-uction stakes or other customary method of markirsg to esta.blish line and grades for roadway
and utility construction, centerlines and benchmarks for bridgewark. Contractar shall protect and
preserve the establish�ci reference paints and praperty monuments, and shall make no changes or
relocations. C.oniractor shall report to City when�ver any reference point ar property monurrient is
lost or desi�oyed or reyuires relocation because of necessary changes in grades or lacations. The
Ciiy shall be responsible for ihe replaceznent or relocat�on af reference points or pro�erty
monuments nat care�essly or vciillfully desiroyec� by the Contra.ctoz�. The Contractor shall natify
Cily iri advance and with suffieieni time to avoid delays.
B. Whene�er, i�n the opin.ion of the Ci�y, any reference paint or rnonUment has been car�lessly or
wilifully das�roysd, disturbed, or removed by the Cantraciar or any of his enap�oyees, the full cast
for repla.cmg such p.oints plus 25% will be charged against the Coni�actor, and the full amount will
be deducted from payment due the Contractor.
4A6 Haza�dous Environmental Condition atSite
A. ReportsandDrawings: TheSupplamentary Conditions identify thase reportsand drawings known
to Ci�ty relating ta Hazarcious Environrriental Conditions that have baen idani�ad at the Site.
B. Li�tated Reliance by Cant�actor on Technical DafaAutho�ized: Contractor may rely upon the
accuracy of the "technica� data" eontained in such reports and drawings, bui such reporis and
drawings are nofi Con�act Documents. Such "technical data" is identif'ied in the Supplementary
Conditians. Coniractor may not rnake any Cor�t�act Ck�im against City, or any of the� officers,
diractnrs, members, pariners, employees, agents, consultants, or subcontractors with respect ta:
1, tile completeness �f such reports and dra�+ings for Contractor'� purposes, including, but not
lin:i.rted to, any aspects of the means, methods, techniqu�s, sequences and procadures o�
CITY O�' FORT WORT7-T
3TANRARAC03dSTRUCTlUN SPECIPICATION DOCiIIv1EN'I'S
[tevisinn; Mad�9,2C20
00 72 00 - ]
�EN�RRL OONQIT I(� N 9
Page I S of 63
consiruction to be emplayed by Cantractor and safety precautzons and programs incident
thereto; or
2. other data, interpretations, opinior� and infortnation contain�d in such r�ports or shown or
indicated in such drawings; ar
3. any Contractor interpr�tation af or conclusi�n drawn from any "technical data" or any such.
other data, inte.rpretations, opiruons or inforinatian.
C. Contractor shall not be responsible far any Hazardous Environmential Condition uncovered or
revealed at the Sik� vwhich was not shown or iridicated in Drawings or Speci�cations or identified
in tk�e ContractDactainents to be within the scnpc of fihe Woxk. �ontractor sY►all be re.sponsible for
a Hazardous EnvironmentaI Condition created wiih any materials brought to th.e Site by
Gont�•aciar, Subcontractors, Suppliers, or anyone else fo� who��n Cont7ractor is responsible.
D. If Contractor eneounters a�lazardous Envit•onmental Canditian or if Contractar or anyone for
whom Cantractor is responsible crea�es a Hazardous Environmental Conditian, Contractor shall
imnnediately: (�`} secure or otherw�se isalaie such condition; (ii) stop all Work in coi�nection with
such conditian and 'm any area affected Yhereby (except in an emergency as required by Paragraph
6.17.A); and (iii) notify City (and promptly thereafier confirm such notice in wr�tin.g). Ci�ty may
eansider the necessity to retairi a qualif'ted expert ta evaIuate suck► conditian ar take corrective
action, if any.
�. Coniractar shall not be required i:o resume Worlc in conn�ction with such condi�ion or in any
affected area until after City has abtained any required perinits relat�d thereto and delivered writ�en
notice to Contractor: {i) spec�ying that such condition and any afFected area i� or has been
rendcr�d suitable for the resumption af Wark; ar (u) specifying any special cond'ztions under �vhich
such Wark may be resumed.
F, If after,receipt of such wri�iten nafice Contractar does not agree to resume such Work based on a
reasoz�able belief zt is unsafe, ar does not a�ree to resume sueh Work under such special conditions,
then City inay order the portion flf the Work that is in th� ar�a affect�dby such canditian to be
deletecE from the Wark. City may have such de.leted portion of the Work performed by City's own
forces or others.
G. To the fullest extent permitted by La�vs and Regulations, Cont�actor shall inderyen� and hold
harmless City, from a�d againstall claims, costs, losses, crnd damages (including butnotlimited
to all fees and cha�ges of enginee�s, arcYtitects, attorneys, and other professionals an.d all cou�t
a� a�bit�ataa�a or other dispute resolution costs) a�ising out of or Y2lating ta a Hazardous
Envira rtmental Condition c�ea'ted by Cont�actot� or by a�ayaneforwhom Corttractop is �esponsible.
Nothing.an this Pa�agraph �.Q6.Gshall ol�ligate Contt•aetor to inderrara� any� indivrdual or eratity
from and against the consequences of that individual's o� entity's own negligence.
H. The pro�isians af Para.g,�aplas 4.Q2, 4.03, and 4.D4 do not apply ta a Hazardous Environm�ntal
Conditzon uncovereci or revealed at the Si�e.
CIT Y OF F ORT WORTH
S"I'ANT}ARDCONSTRUCTIbM SPECIFICATION DOCUMENTS
Revision: Mad�9,207Q
oa �z ao - i
G�NERA�.CQI�qITION S
Page L6 of 63
AR'TZCLE S— B ONDS AND zNSURANCE
5.01 Licensed Su�eties andlnsur�ers
All bonds and insurance requireti by the Contract Docuinents to 6e purchased and naaintained by
Canttactar shall be obtained �rorn surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds ar insurance palicies for the limits and cov�rages so required.
Such surety and insurance campanies shall also meet.such addrtio�al reyuueinents and qualifications
as may be provided in the SuppIarnentary Conditions.
5.02 Performance, P�yrrtent, andMaintenan�e Bonc�s
A. Contractor shall furt7ish
Cod� Chapter 2253 or
securily for the faithful
Contract Docu�ments.
5.03
Acceptance by the City.
performance a�nd payment bonds, it� accardance with Texas Government
succassor statuta, each in an arnount equal io the Contract �'rice as
perfarmance and payment of all nf Contractor's obliga�ions under the
B. Contractar shall furni�h rnaintenance bonds in an amount eqUal to the Coniract Price as security
to protect fihe City against any def�cts in any portion of.the Vdorlc described in the Cantract
Docume�ts. Maintenance bonds shall remain �n effect for two (2) years aft�r the date af Fir�al
C. All bonds shall be in thc %rm prascribed l�y the Coniract Documcnis exaept as provided otherwise
by Lavus or Regula�ions, and shall be executed by such sUreties as are named in the list af
"Companies Holding Certi�cates of Autl�ariity as Acceptable Sureties on Federal Bands and as
Acceptahle Rainsurir�g Companies" as published in Ci�cular 570 (amended) by the Financia�
Management S�rvic�, Surety Bond B�•anch, U.S. Department of tk�e Treasuiy. All bonds signed by
an agent or atto�r�raey-�-�act rnust be accompanied by a sealed and dated power of attarney which
shall show ihat it is effective an the date the agent oz- attQrney-in-fact signed each bond.
D. Ifthe sur�ty on any bond Furnished by Contractor �s declarecl bankrupt or becomes insolvent or i�ts
right to da business is termiriated in the Sta#e oi Texas or it ceases to ineet the requirements of
Paragraph 5.02.C, Cantractor shav praraptly nptify Ciry and sha�, withiri 30 days after th� cvent
giving rise to sucn notif'ication, provide another bond and surety, both of which shafl eamply with
the requirements of Paragraphs 5.01 and 5.02.C.
Certifacates of 1'n.surance
Contractor shall deliver to City, with copzes to eacla addiiional irxsured and loss payee identified in the
Suppl�menfiary Condiiions, certif'icates of insurance (other evidence of insurance requested by City or
any ather additianal insured} in at least the minimum amount as specif'i�d iti the Supp�amentary
Conditions which Cont�actor is required to purchase an.d maintain.
1. The cet-ri�'icate af insurance shall document the City, and all identi£'ied enti�ies narned i� the
Supplementary Conditions as "Additional Insured" on all liability poIicies.
CITY OF FOitT WORTH
5'I'�N�]ARDCOIYSTRi1CT1pN SPECIFICATI�N DdCUIvIENTS
Revisinn; Iv1�ly 9, 20�0
00720Q-1
GENERALCONDITION S
Page I7 of 63
2. The Contractox•'s general liability insueance shall include a, "per proj�ct" or "p�r location",
endorsement, which shall be ideniified in the certificate o� insurance provided to the City.
3. The certif'icate shall be signed by an agent autnarized to bind coverage on behalf ofthe insured,
be complet� in its entirety, and show camp�ete insurance carriet• names a.s Iisted in the currerat
A.M. Sest Property &� Casualty Guide
4. Ti�e insurers for all policies musi be licensed and/or approved ta do business in the Sfate af
Texas. Except for workers' compensation, a11 iclsi.u•ers must ha�e a minimurn rating of A-:
VII m the currant A. M. Best Key Rating Guide or have reasonably equivalent iu�ancial
strengEh and solvency to the satisfaction oF Risk Management. If tke rating is below that
requir�d, written appta�al af City is required.
5. All applicable policies sha11 incIude a Waiver of Subrogation (Rights of Recovery) 'rn favor
of the Ciry. Zn addrtion, the Contractor agraes to waive all rights of subrogation against the
Engineer {if applicable), and each additional ins�ared identified in Ghe Supp�ementary
Conditions
6. Failure of the City ta demand such certificates or other evidence of full cazxzpliance with the
insurance �•equireinents or failuce of th.e City ta identify a defieiency from evidence that is
pravided shall not be constz•ued as a waiver af Coniractor's obligatian to maintain such lines
ofinsurance caverage.
7. If insurance policies are no� written far spec�ed couerage limits, an UmbreIla ar Excess
Liability ir�sUranc� �or any d�%rences is �•equired. Excess Liability shail foIlaw farm af the
primary coverage.
$, Un�ess atk�erwise stated, all requi�ed in�urance shall be ravrit�:en on the "accurrenee basis". If
caverage is underwritien. on a claims-made basis, tha rairoacti�e date shall be caincident with
or prior to the date of the e�f�c�ivc date of the agreem�nt a�d the certificate of insurance shall
state that the coverag� is claims-made and tl�e retroactive date. The insurance co�erage shall
ba mairitained for the duration of the Contract and far three {3) years followiz�g Final
Acceptance pravided unde�• the Contract Documents or for the warraz�typeriod, whichever is
langer. An annual certificate of insurance submitted to the City shall evidence such
insurance co��rage.
9. Palicias shall Y►ave no exclusions by endorseinents, which, ne�her nullify or amend, t�e
required lines of coverage, nor decrease the limits o� said co�erage unless such endorsemen.ts
are appraved in writing by the C�ty. In the event a Contraet has been bid or executed and the
exclusio�s are deter�mined to be unacceptable ar the City des�res additional insurance covarage,
and the City clesires the contractorlengmeer to obtain such eoverage, tha contract price shalI
be adjusted by the cost af the premium for such additinnal coverage pIus IQ%.
10.. Any self instared retentian (SIR), m excess of $25,QOfl.00, aifecting requ�red insurance
coverage shalI be appro�ed by the City in regaz•ds to asset value and stackholders' equity. In
crrY o� ro�T wox�
STANDARDCOIVSTR[1CTIf7N SPECII�ICATIdtJ DOCiIIVIENTS
Revision; �vfadi9,ZQ20
007200-1
G�NERALCANDITi(]N S
Page l8affi3
li�u of traditional insurance, alC�rnative cove.rage xnaintained thro�.tgh insurance pools or risk
retention groups, must also be approved by Cily.
] 1. Any deductible in excess of $S,OOO.OQ, for any policy that does not provicie coverage on a
f�rst-dollar basis, must ba acceptabI� io and appraved by the City.
12, City, at its sole discretion, reser�es the right to review the insuranc� requuerr�ents and to
make reasanable adjustnnents ta insuraz�c� covexage's and their limits when deemed necessary
and prudent by the City based upon changes in statutory �aw, court decisian or the claims
history of the industry as vvell as of the contracting party to the Ciry. The Ciry shall be required
to provide prior notice of 90 days, and tl�e insurance adjustments shall be incorporat�d into the
Work by Change Order.
13. City sMall be entitled, upon t3urit�en request and without expense, to receive copies of pol�cies
and e�dorseinents fihereto and may make any reasanable requests for deletion nr r�vision or
inadifications of particular policy terms, conditions, limikations, or exclusions necessary fio
conform the poIicy and endarsements to the requirements afthe Contract. Deletions, revisions,
or rnod�cations sI�all noi be required where policy pra�isions are established by law ox
regul�tions binding upon e�her paety ar the underwriter on any such policies.
14. City shalI not be responsxble for the di�ect payment of i�sUrance prenlium costs for
Canixactor's insurance.
S.OA Cont�actar's 1"nsuYance
A. Wo�ke�s Campensation and E�nployers' Liability. Contracior shaIl purchase and maintain sucIa
insurance coverage with lu�nit� eonsistent vvith staiutory benefits outlined in the Texas Workers'
Compensatian Act (Te�.sLabor Code, Ch. 406, as aanended), andmiuimurn lirnits %r Employers'
Liability as is appropriate for the Wark being perforrr�ed and as will provide pratection from claims
set farth belaw which may arise o�t o#' or result from Contractor's performanc.e of the �+Vork and
Contra,ctor's other obligations undar the Contract Dncuments, vvhether it is to be per%rrned by
Contractor, any Subcontractor or Supplier., or by anyone directly ar iridirectIy employed by any of
tk►ezn to perfarm any o�the Wark, az by anyone for whose acts any o�thenn nnay be ]iable:
l. claims under workers' compensation, disabil�ly henefts, and other sirr�ilar employee henefn
acts;
2. clairr�s foi• damages because of bodily injury, occupational sicicriess or disease, or death of
Contractor's employee5.
B. Comnzercaal Gene�c�l Liabality. Coverage shall include but not be limited to covering liability
{bodily injury or property damage) arising from: premises/operatians, independent con�ractars,
produetslcompleted operations, personal injury, and liabiliiy under an insured contract. Ins�rar�ce
shall be provided on an accurrence basis, and as camprehansive as the current Insurance Sarvices
Office (�SO) pqlicy, Tltis msurance shal� apply as primary insurance with respect to any other
CITY QF FQRT WORT�i ,
STANDARDCOI@STRUCTION SPECIE�ICATION D(7CUNfE:NTS
Revision: Madi9,2�2U
oo�zno-i
GENEF2AL COiJ� IT ION 5
P�e I 9 of 63
ins�rance or self insl.u�ance prograrns afForded to the City, The Cammercial Gene.ral Liability
polic�, shall ha�ve no exclusions by �.ndorsements that would al�er of nullify premises/qperations,
prnducts/camplet�d opei•ations, coniractual, personal injury, or advertising injury, which are
normally contained with the policy, unless the City appraves such exclusions ira wz'itzng.
�'or construction projects that presenf a substantzal campleted operation exposure, the City may
require tk�e cantracto� to maintain completed operations eo�verage for a nvnunuin of no less than
three (3) years following the campletion of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A cairunercial business auta policy shall pravide caverage on. "any auto",
defirxed as autos owned, hired and non-owned and pro�ide indemnity for clanns for damages
because badily injury oz• death of any person anel or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, nr by
anyone directly or indirecfily ernployed by any of them to perform any of the Worlc, or by anyone
for whose acts any of them may be liable.
D. Railrnad Protective Liabiliiy. If any of the wark ar any warranty warlc is within the limits of
railroad z•ight-of way, thc Contractor sllall comply c�vith the requiremants ideniified in the
�upplementary Conditions.
E, 11�otifacaiion ofPolicy Cancellation: Contractor shall iinmediately notify City upon cancellatian
or oth�r �oss of insurance coverage. Cantractor shall stop worlc untiL replacement insurance has
been procured. There shall be no tzme credit for days not worked pursuant to this section.
S.OS Acceptance ofl3onds and lnsur�a�ce; Option ta Replace
If Gity has any objection to the coverage af�orded by or other provisions of the bands or insurance
required to be purcI�ased and maintained by the Contractor in accordance with Article 5 on the basis
of non�conformance with t�e Contract Documents,l;he City shall so notify the Contractor in writing
within 10 Business Days afterreceipt of the certificates (ar other evidence requested). Contractor shall
provide to the City such addrtional information in res�ect of insurance provided as ihe City may
reasonably request. If Contractor does not purchase ar maintain all o.f the bonds and insuranee requ�red
by the Cantraci Documents, �he City shall noti�y the Contrac�or in wri�ing of sucn faiIure prior to the
start of the Work, or of sueh failura to maintain prior ia a�,y change in the req�aired coverage.
ARTICLE 6 — CONTRACTQR'� RESPONS]B�I.XTZES
6AI Supervisaon and,5upe�intendence
A. Contractor shall �upervise, mspect, and direct the Work eompetently and efficiently, devating
such attent-ion thareto and appl�ing suoh skills and exper�is� as rnay be n�cessary to perform the
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methads, iechniques, sequences, and procedures of canstruction.
CITY �F FORT WORTH
STAN17AIiDC0Id5TRUCTION SPECIFICATION DQCUMEI�TS
Reuision: ivlad� 3 2�
oanao-i
GENERAL CANDIT ION S
Page 2Q. af 63
B. At all times during the progress of tl�e �Tilark, Contractor shall assign a comp�tent, English-
speaking, Superintendent who shall nnt be replaced without wri�tten notice to City. The
Superintendent will be Con�actor's representative at the Si�e and shall have authorzty to acfi on
b�half of Cont�actor. AIl commUnication given ta or received from the Superiniendent shall be
bmding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas durin.g ihe sequence af cons�ruction.
6A2 Labo�; Wo�kingHouNs
A. Contractar shall pravide competent, suitably yuaIif'ied personnel to perform cons�ruction as
reyuired by the Co�tract Documents. Contraetor shall at all time� rnaivatain gaod discipline and
order at the Site.
B. Except as othervvise required fo� the safety or protection of perso�s or the Wark ar properry at
the Site or adjacent thereto, and except as otherwise stated in tk�e Cantract Docurnents, alI Wark
at the Site sball l3e per�ormed during Regular Working Hours. Cont�•actor wi.11 not perm�: the
performance of Wor�C beyond Regular Worlc�ng �Iours or �'or Weekend Working Hours witlzout
City's writien consent (which w�I not be unreasonably withheld). Written request (by letter or
electroiuc commur�ication} to perform Work:
l, for bayand ReguIar Working Haurs requesfi must be made by noon at least two (2) Business
- Days priar
2. for Weekend Working Hours xequest must be made by noon af the preceding Thursday
3. for Iegal holidays request �nust be made by noon two Busittess Days priar to the legal
hnliday.
6.03 Se�vaces, �lilaierials, and Eqr�iprrrent
A. Unless otherwise specif'ied in the Contract Documents, Coniractor shall provide and assurne ful!
responsibiliLy far all services, materials, equipment, �bor, trarvsportation, construction equipmer�i
and machin�ry, tools, appliances, fue�, power, light, heat, telephane, water, sanitary facilities,
temporary facilities, and all oth�r facili�ias and incidentals necessary for the performance,
Coniractor re.quired testing, start-up, and completion of ih� Work.
B. All m�terials and equipment �nearporated into the Work shall be as spe�ifietl or, if not speciiied,
shaIl be of gaod quaIity and ne�r, excapt as af.herwise provided in. the Contract Dacuments. All
special warraniies an.d guarantees required bq the Spec�'ications s�all expressly run to the benef�t
of City, If required by City, Contractor shall furnish satisfactory evidence (iricluding i-epoi�ts of
required test�) as to the sourae, kind, and quality of materials and equipment.
CiTY' OP FQRT WORTH
STANDARDCOW3TRUCTION SPECICICAT[ON T]OCUMEI�TTS
Kevision: Matf�9,�620
oo�zoo-�
G�NERAL CON� IT10.N S
Page 21 of b3
6.04
C. All ir�aterials and equipment ta be ir�corparated irzto the Wox•k shaIl be stored, applied, tt�.stalled,
connected, erected, proiected, used, cleaned, and conditioned in accordance wztk� irist�•uctions of
the applicable Suppker, except as aiherwi�e may be provided in the Contract Documents,
D. All items of sta.ndard equiprnent ta be ineorporated into ihe Wnrk shall l�e ihe latest madel at the
tim� o� bid, unless otherwise specified.
P�o;ject Schedule
A. Contractor shall adhere to the �'roject ScheduIe establishe� ia� accordance with �'arag7raph 2.07
and the GeneraI Requiremenis as it rmay be adjusted from time to time as pra�ided below.
1. Contractor shall submit to City for acceptance (to tI�e extent indicat�d
the General Requirements} propnsed adjust�nents in tI�e Project Schec
in changing the Con�ract Time. Such adjustments will comply wiih
General Requirements applicable thereto.
m Paragraph 2.07 and
ule that wi11 nat result
any provisions of the
2. Cox�tz�actoz� shall submzt to City a manthly Project �chedul� with a monthly pragress payment
far the duration of the Contract in accardanca vvith the schedule speci�cation O1 32 16.
3. Proposed adjustments in the Project Schedul� that will change the Contract Tim� shall b�
submitted in accordance with the requirements of Article 12. Adjustment� in Contraet Time
may only be inade by a Change Order.
�.as
Su�istitutes and "Or-Equals"
A. Whenever an ztem af material or equipment is specif"ied ar described in the Cont�act Documents
by using the name af a proprietary ite�n nr the narne of a partioular Supplier, the specification nr
description is intended to �stablish ihe type, func.tion, appearance, and quality req�aired. Un�ess the
specit'ication or description contains or is followed �y words reading that no lilce, equivalent, or
"ar-equal" item ar no substitution is permitted, other rterns of zt�.aterial or equipment of other
Suppliers �aay be �ubmitied to City for review under the circumstances dascribed belor�.
1. "O�-Equal"Ite»zs: If in Gity's sole discretion an item ofrr�aterial or equipment propased by
Con�•actor is functionally equal to thai named and sufficiently simi}ar so that na changa in
r�laied V�ork wiI1 b� required, it may be considered by City as an "ar-equal" item, in w�ich
case review and approval of the proposed rter�a tnay, in Ciry's sole d'zscretion, be acco�nplzshe d
withaut compliance wrth some or a]] of th.e requi�rements for approva] a£ praposed substrtute
ztezns. For the purposes of this Paragraph 6.�S.A.1, a propo�ed item af maierial ar equipment
wilI be considered funetianally �qual to an item so named if:
a. the City determines that:
1) it is at Ieast equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CPI'Y OF FQRT WQRTH
STAIVI}ARDCONSTRIICTION SI'ECIFICATION DqCTlMENTS
Revisi on: Madi 9, 20"�0
oorzoo-�
GE�[ERALCONDITION S
Pagc 22 af G3
2) it will i•eliably perform at least equally well the function and aclueve the results
impased by the design cancept of the campleted Project as a funeiioning �rhole; and
3) it has a proven record of perfornlance and availability of responsive service; and
b. Contractor certifies that, sf approved and incorporated into the Work:
1) thexe will be no incre.ase i� costto the City or incr�ase in Contract'I'une; and
2) it will conform substantially to the detailed requi�ements af the ite.m named in the
Contract Documents.
2. S.ubstit�cte 1'tems:
a. If in City's sole discretian an item of tx�.aterial or equipment proposed by Cantraciar does
not qualify as an "or-equal" i�em under Para.graph 6.OS.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall sub�nnzt sufficien.t infortrration as provided below to allow City ia determirie
i� the item of material or equipment proposed is essentially equivalent to t1�at named and
an acceptable substitute therefar. Requesis For review of proposed substrtute itez-►�s af
naaterial or equipmenl; will not be accepted by City fro�-n ar�yone ather than Contractor.
c. Con�ractar shall ma�e written application to City for review of a propased substitute i�em
af material or equipm�nt that Contractor sealcs to fiarnish or use. The applicatioza shall
comply with Section O1 25 QO and:
1) shall certify thatthe proposed subst�tu�e ite� will:
a) perfornl adaquately the functions and achieve the results caIIed for by th.e general
design;
b) be sim.ilar in substaar�ce ta that specified;
c} be suited to the sarr�a use as that specified; and
2) wil[ st�te:
a) the exient, � any, to which the use af the proposed substitute item will prejudice
Contractor's achievement of final campletion an time;
b) whether use of the propased substitute item irz the Work will reauire a change in
arry of the Contract Documents {or in the pravisions af any other direct contract
�vith City for other work on the Project) to adapt tk�e desig� to the praposed
substi�ute item;
CSi'Y pF FQRT WORTH
STANDARDCONSTRIICTION SPHCII�iCATION DOCUMENTS
Revision: Mad� 9,?A20
oanao-i
G�[��RAL CONbIT i0N S
Page 23 af 63
c) whether in.corporation ar use of the proposed substztute item in conn�ction with
the Work is subject to payment of any license fee or royalty; and
3} will identify:
a} all variations of the proposed substitute i��m fi•om that specit'ied;
b) avai�able engineering, sales, maintenance, repair, and replacement services; and
4} shall contain an iteznized estimate af aIl costs or credits tnat �vill result directly or
indirecily froz►�. use of such substrtute itein, including co.sts of redesign and Dama�
Clauns of other cont�•actors affected by any resulting change.
B. Substitute ConstyuctionMethods arProceduNes: Iia specit"ic means, method, technique, sequence,
or procedure of construction is expressly required by fihe Contract Dflcuinenl:s, Contractor inay
furnish or utilize a substitute means, znetk�od, teck�r�igue, sequen.ce, or procedure of canstxuction
approved by City. Cant�ractor shall submit sufficient information to allow Gity, in Ciry's so�e
diseretion, to determine thai: the subst7tute proposed is equi�valenl: to that expressly called for by
the ConYractDocuments. Contractor shall malce written application to City for re�iew in thc same
manner as those provided in Pai•agraph 6.QS.A.2.
C. City'� Evaluation: City will be allowed a reasonab�e time vvithin vvhich to evaluate each
proposal or suhn�ittal �nade pursuant to Paragraphs 6.OS.A an.d 6.OS.B. City �aaay reguzre Contzaotor
ta furnish additional data about the proposed substitute. City will be the sole judge of acceptability.
No "or-equal" or substitute will be ordered, installed nr utilized until City's revi�w is compZ�t�,
vvhich will be �videnced by a Change Order in fhe case ot'a substitute and an accepted Submittal
for an `br-equal." City will advise Cpntractor in writing af its determination.
D. Special Gua�antee; City may require Cont�actor to furnish at Contractar's e�pense a special
perfarmanee guarantee, waz�ranty, or other su�ety with respect to any substztute. Coniractor shall
indernnify crnd hold har�nless Ciry and anyone directly or indirectly errtployed hy themfr�am and
against an,� and ail clailns, damages, losses and expenses (ineluding atto�neys fees) aris°ing out of
the use of substituted muterials or eguipment. ,
E. City's CostReirr2bursement; CiLy will record City's costs in evaluating a subsiitute praposed or
su�mit�ed by Cantractor pi,usuanf to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City
appraves a substrtute so proposed or subrnitted by Contractar, Contra�tor may be required to
r�imburse City far evaluat.ing each such proposed substitute. Con�ractor may also be requi�ed to
reimburse City for the charges f�r making changes in the Contract Docum�nts (or in the provisions
of any oth�r direct contract with City) resulting from the acc.eptance of each propased substitute,
F. ContracCor's Expense: Contrae�o� shall provide all data in support of any propased substitute or
"or-equal" at Cor�t�actor's expense.
CITY OP Fp�tT WORTH
STANDARDCONSTRUCTIQN SPECIFICATION IJOGUMF�VTS
Kavi sfon: ZVfadi 9, 2(p�
00720D-1
GEN�RALCONDITION S
Page 24 off 63
G. City Substitute Reimbu�sement:Costs (savings or charges) attributahle to acceptance ofa substitute
shaD be incorporated io the Contcaet by Change Order.
H. Time Extensions:Noac�ditianal tur�e will be granted far substitul-ions,
6.Ob Conce�ningSubcont�cxctors, Suppliers, and Otl�e�s
A. Contractor shall perForm with his ovwn organization, vvork of a value not less than 35% of ihe
value embraced an the Contract, vnless otherwise approved by the C.ity.
B. Cont�acior shall not eznplay any Sul�contractor, Supplier, or ather individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Contractor shall
not be required to employ any Subcontractar, Supplier, or other individ�aal ar entity to furnish or
perform any of the Work against whom Cantractor has reasonable obj�ction (excluding those
acceptable io Cit� as indicated in Paragraph 6.06.C).
C. The City may from iime ia time require the use of certain Subcont�actors, Suppliers, or other
indit�iduals ar entities an the praject, and will provide such requirements in the Supplementary
Conditions.
D. Mino�ity Business Ente�p�ise Compliance: It is City po�icy to ensure the full and equitable
participation by Minority Business Entes�pr�ses (MBE} iri ihe pracurement of goads anci services
on a cont�ractual basis. Zf the Contrac� Documents provide for a MBE gaal, Contractor is require d
to comply wiih the intent of the City's MBE Drdinanee {as amended} by the foJlowivag:
L. Contractor shall, upon r�quest by City, provide complete and accurate ir�farmation regarding
actual wor� per:fornned by a MBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepied 11�BE wrth.out
writt�n consent of the Ciry. Any unjustif�ied change or deletion shall be a inaterial breach of
Contract and may result in debarment in accordance with the procedures outlined in tne
Ordinanee.
3. Contractor sY►all, upon requestby City, allow an audit and/or examination of any books, recards,
ar %les in tk�e possession of the Cnntractor ihat will substanii�fe the actual r�vark performed by
an MBE. Material misrepresentatian of any nat-ure w�ll be grounds far terinination af the
Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds
for di�qualif'icatian af Contractor to hid on future contracts witl� 1;he City for a period of
not less tk�an three years,
E. Contractor shall be fully responsible to Cily for all acts and omissions of the Subeontractors,
Suppliers, and other individuais or entities perfarming or fuen�shing any o� the Work just as
Contractor is responsible far Coniractnr's own acts and omissions. Ncath�ng in the CQntraci
Docu�aents:
c��� o� �oxr wonmH
STANDARDC4NSTI�UCTIOH SPECiFICATION DOCiIME3�lT5
Revision: Ma�d� 9, 2b20
D07200-1
G�N�RAL COND ITi ON S
Page 25 of 63
l. shall ci•eate far the benefrt af any stach Subcantractor, S�appIier, oz- other itadividual ar en.tity
any cantractual relationship between City and any such Subeontractor, Supplier or other
individual ox entity; nor
�. shall create any oE�Iigation an t1�e part af Cily to pay or to s�e to th� paym�ni of any mon�ys
due any such Subcontractor, Supplier, qr ofiher.it�dividual or entity exceptas may oiherwise be
r�qtaired by Laws and Regi.ilatians.
P. Contraetor shall be salely �•espot��ible fot� scheduling and coordi�nating the Work of Subcontractors,
Suppliers, and other indinrzduals ar entzties performing or furnishing any of �he Work under a diract
or indireet cont��act v�ith Contractar.
G. A.11 Subcontractors, Suppliers, and such other individuals or entities p�r%rming or furnishing an�
of the Work shall communicate with City through Cantr�ctar.
H, AIl Work perfa�med far Coni�actor by a Subcantracior or Supplier will be pursuant to an
apprapriate a.greea�xaent betwe�n Cont�actor and the Subcontractor ar Supplier which specif"ically
binds the Subcontractor or Supplier to the applicable terms and conditions of the �nntract
Documents far the benefrt of Cit�.
6.07 Weage Rates
A. Duty to pay Prevailing Wage Rates. The Contxactoz• shall carrnply with all requu•e�nents of
Chapter 2258, Te�s Goverz�ment Code {as amended), including the payment of not less than ihe
rates determined by tk�e City Council of the City of Fort Wor1;h to be the prevailing vvage rates in
accordance vciith Chapter 2258. Such pravailing wage rates are included in these Contract
Documents.
B. Penalty for Violatian. A Contractor or any Subeantractor who daes nat pay the prevailing wage
shall, upan demand made by tk�e Ci�y, pay to the City $6Q far each woz•ker en:iployed for each
calendar day or paz� af the daythat the worlcer is paid less than the prevailing wage rates stipulated
i�. �ese contract documents. This penally shall be retained by the City to o�fset its admit�istrative
casts, pursuant to Te�as Go�vernm�nt Cnde 225$.023.
C. Complaints af Tjialations and �'it�y Deternainatiora of Good �`ause. Or� receipt of inforrnation,
including a complaint by a�or�Cer, concern3ng an alleged vialation o� 2258.023, Texas
Government Cade, by a Cotxtractor or Subcontractor, the City shall make an initial
deterr�iination, before the 31st day af�er the date ihe Ciiy reeeives tlia inforrnation, as to whetY��r
good cause exists to 6elieve that the r�iolatian oecurred. The City shall not�'y in writing th�
Can�rac�ar or 5ubcontractor and any affect�d warker of its initial d�termination. Upon the Ciry's
deterinii�atian that there is gaod cause to be�ieve the C.antrac#or or Subcontractar has vialated
Chapter 2255, the City shali retain th� full amounts clai�ned by the clau�ant or cla�ants as the
difference betweenwages paid and wages dua under the prevailing wage rates,such amounts being
subtracted from 5uccessi�e progress p.ayments pending a fir�al determiriation of the vio]ation.
CITY OF FqRT WQRTH
STANDAADCONSTRllCTION SPECIFICATIpN DpCUMENTS
Revision: Mad19,2020
oo�zoa-i
GENERAI� COND IT 10 N S
Page 26 of 63
' D. Arbitration Required tf Yiolatio� NotResolved. An issue :relating io an alleged violation of Section
� 22S$.Q23, Texas C�overn.tnent Code, including a penalty awed to the Ciry or an ai%ctedworker,
shall be submitied to binding arbitration in accardance with the Texas General At•bitration Act
(Article 224 et seq., Revised Statutes) if the Con�ractor or Subcontractor and any affected warker
does nQt resolve the issue by agreeinentbefo�re the 15th day aft�rtita date the City makes its initial
deterxninatian pursuant to Paragraph C abave. If fhe persons required to arbitrate und�r this
section do not ag�ee on an arbi�ratar before the I lth day after the date that arbitratian is required,
a districi court sha1l appoint an a�bitirator on the petition of any of the persons. The City is not a
party in the arbitration. The decision and award of the arbrtratar is final andbinding on all parties
and m�y be enforced in anX caurk of competent jurisdiction.
E. Recards to be Mctintcrined. The Contractor and each Subcontractor shalI, fox a pez�iod af three (3)
years followittg the date of acceptance of tihe work, �naintain reaords that shaw (i} the name and
occupation of each warker employed by the Conh•actar in tHe construetion of t�e Wark provide d
for in this Contract; and {u) the actual per diem wages paid to each�varker. The records shall be
open at all reasonable hours for inspection by the Ciiy. The provisians of Paragraph 6.23, Right
to Audit, shall pertain ta this inspection.
F. �rogress Payments. Wit�a eack► progress payi�ent or payrail period, whichever is less, the
Contractor shail subrnit an af�davit sta.ting that the Contractor has complied with the requiremenis
oi Chapter 2258, Texas Gnvernrnent Code.
G. Postzng of Wctge Rates. The Contractor shalI p.ost prevailing wage rates in a conspicuous placa at
alI tirnes.
H. SubcontYactoY Com�liance, The Contractor sha11 inelude in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply w�h Paragraphs A through G above.
b.08 Patet�i Fees and Royaliies
A. Cont�actnr shall pay all license fees and royalties ar�d as�ume all costs incsdeni to the use in the
performance of the Wark or the incorporation in th� Work of any invention, design, process,
prod►act, oz' device which is the subject ofpatentrights or copyrights held by others. Ifaparticular
invention, design, process, product, or device is specified in t1�e Contract Docurnerzts far use in the
parFormance of the Wark and i�, to the actual knorvledge of City, its use is subject to patent rights
or copyrights calling %r the payment af any license fee nr royalty ta others, tk�e exi�tance of` such
rights shall be disclosed by City in the Cantract Doc�.unents. �`ail�e of the City to diselose such
inforination does not relie�e tl�e Contractor from its obligations to pay far the use of said fees or
royalties to others.
B. �o the fullest extent permitted by La�us and Regulatians, Contractar shall indemn� a�ad hold
hc���less City, from �ncl agarnst all clarrr�s, co.sts, losses, and da�raages (inclacding bui not limited
to all fees and charges of engineers, architecis, atiot�neys, and ather p�ofessianals and all court
or arbitYation ar othe� dtspute resolu�ian costs) ca�ising out o, f�or �elating to a�ay inf�ingement of
patent rights o� copyrights incideni to the use in the perfoYr�zance of the Work or resultangfram
CITY OF FpRT WORTH
3TAhIDARI]CONSTRUCTION SPECIFICATIflN DQCIINCE]V7'S
lZevision: Mad19,�
aa�zoo-�
GENER�ILCONDITIQN 5
Page 27 of fi3
the ancarpo�ation in the Wof•k of qrry invenCion, desig�a, p�ocess, praduet, or device notspec�ed
in the Cont�actDociirrrents.
b.09 Permits and Utilities
A. Cont�^actor obtained pe���nits and Iicenses. Contractar shall obtain and pay for all construction
perinits and licenses except those pro�ided for ui the �upplementary Condrtions or �ar�t�•act
D.ocuments. City shall ass�st Contract�r, wh�n necessary, in obtainmg such permi�s and licenses.
�ontractor shall pay all gove.rnmenta� charges and irispectian fees necessary �'or fihe prosecution of
the V�o�k which are applicable at the tune af opening af Bids, or, if there are no Bids, on the
Effective Date af the Agreeme�zt, excepi fox permits pravided b� the Gity as specified in 6.09.B.
Ci�ty shall pay aIl charges of utility owners for eonnections far providing pertnanent service to the
Worlc.
B. City obtaanedpermits and lice.nses. City will nbtain and pay for all permits and lice.nses as provide d
far in the Supplementary Condi�ions or Contract Documents. It will be the Contractor's
responsibility ta carz�y out the pravisions of the perrnit. .If the Contractor initiates changes to the
Contract and the City appro�es tk�e change,s, ihe Gontractor is respo�sible for abtaining clearances
and cooi•dinaticig witl� the appropriate regulatory agency. The City wi11 nat reimburse the
Contractor for any cost associated witY� these requu�ements ot' any Ciry acquired permi�. The
fallowing ar� permits the City wifl obiain if required;
L Texas Department af Transportation Pernnit,s
2. U.S. Arz�y �orps of Engin.eers Permits
3. Texas Commission on Enviranmental Quality Permits
4. Railroad Cornpany P�rtnrts
C. Dutstanding pe�mits and licenses. The City a�ticipates acqui�ition of and/ar access to permits
and licenses, Any outstanding permits and �icenses are anticipated ta be acquired an accordance
wit� the s�hed�aie set forth in the Supplementazy Condztions. The Pro�ect Schedule submitted by
fne Contractor ita accordance wiih the ConiractDocuments mus1: consider any outstand'mg permits
and licenses.
G.10 Laws and IZegulaiinns
A. Contractor shall gi�e a11 notices required by and shall cornply witk� aU Laws and ReguIations
applicable to the performance of tiie Wark. Except where otherwise expressiy reguired by
appkcable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Cont�•actar perfatrns any Work knowing or having reasa� to knaw that it is contrary to Laws ar
Regulations, Contractor shall bear aU claims, costs, losses, and darr�ages (including but not limited
ta all fees and charges af engineers, architects, attorneys, and ather professioz�als ar�d all '
CITY OF FORT WQBTH
STAN�AT2DCOl@STRUCTTON SPEC[FiCATION DQCiIN1�NT5
Revision: Ma�:9,2026
607200-1
GENERALCDI��ITIONS
Page 28 0€63
coui� ar arbitration or othcr dispute resolution c�sts) ar�sing out of or relating to such Work.
Hawevex, it shall not be Contrac.tor's respansibilily to make certain that the Speci�cations and
Drawings are in accordan.ce wit17 Laws and RegUlations, but tl�is sl�all not relieve Coniractor of
Ganiractor's obligations under Paragraph 3.02.
C. Changes in Laws or Regulaiions not knawn at th� time nf openmg of Bids having an effect on
the cost ox tit�e o� pe�£orrnance of the Work may be the subject of an adjusfiment iri Coniract Price
ar Contract Time.
6.11 Taxes
-' A. On a contract awarded 6y the City, an arganization which qualifies for exemption pursuant to
,, Texas Tax Code, Subchaptee H, Sectians 151.301-335 (as amended}, the Confractor rnay purchase,
rent or lease aIl materials, supplies and ec�uip�neni used ar consuta�.ed in ihe performanee of �his
contraet by issuing to his supplier an exernptian certificate in lieu of the tax, said exerz�ption
�, eertificate to coKnply with State Coinptroller's Ruling .Q07. Any such e�cmption certificate issued
to the Contractor in lieu of the tax shaIl be subject to and shall compiy wikh tl�e provision of Staie
Comptroller's Ruling .Ol l, and any other applicable rulings periaining to the Texas Tax Code,
� ' Subchapter H.
B. Texas Taxpermits and information znay be abtained from:
1. Comptrolier of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX 78711; ar
�. hCtp�'Iwww.windaw.state.�.us/taxin�airaa�'ormsl9:�-forms.html
G.12 Use of Srte and OtherAreas
A. Li�nitqtion on Use ofSfteand OtherAreas:
1. Contractar shall confine construction equipment, fihe storage oi mat�rials and aquiprnent, and
the operations of workers to the Site and othez- arreas perr�itted by Laws and Regulations, and
sI�all not unr�asonably encumber the Site and other areas with construciion equipment or otl�.er
materia�s or equipment. Contracior sha�l assume fuli respansbility for any damage to any such
land or az'ea, or #o the owner ar accupant tkereof, or of any adjacent land or areas resulting
from the perfarmance of the Work.
2. At any time when, in tl�e j�dgment of the City, the Contractar has obstructed or closed or is
carrying on operations in a portian of a street, right-of-way, or easemenfi greater than is
necessary for proper execution of fhe Wark, the City nnay require #he Contractor to finish the
sectian on which operations are in progress before work is commenced on any additional
area of the Si�e.
CIT'Y C?F FOR� WORTH
STANDARDCOMSTitUCTION SPECIrTCATION DOCLfMENTS
Revision: N1adk9,2020
007200-I
G��EE�qL CON�1710 N S
Page 29 of 63
3. Sk�ould a�y Dazx�.age Claim be made by any such owner or occupant because of the perfoz•mance
of the Work, Cont�aelar shall proinp�ly at�einpf to resolve the Damage Claim.
4, Pur�suant to Pa�ag�aph 6.21, Contractor shall inclerrrnifyand hold harxrtless City, f�om and
against alI clairvrs, co,sts, losses, and damages arising out of ar relating ta arry claim or actian,
legal oY equitable, brought by any suel� owner or occupant agalnst City.
B. Removal of Debris During Pe�fo�mance af the Work: During the progress af the Wor�C
Contractor shall �eep the �ite and other az•eas free frorn accumulations of waste materials, rubbish,
and other dehris. Removal an�l dispasal of such vvaste material�, rub6ish, and other debris shall
conform to applieahle Laws and R�gulatinns.
C.. Site Maintenanc� Cleaning: 24 hours after written noiice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory ta the City, if the Cantractar Fails
io correct the unsatisfac.taxy procedure, the City may take such di�-ect action as the Ci�y deems
appropriate to correct the clean-up deficiencies cited to the Cont�actor in the written notice
(by letter ar electronic communication), and the costs of such dir�ci action, plus 25 % of such
cpsts, shall b� dedueted frarn the monies due ar to become due to the Contractor.
D. FinalSite Cleani�g: Priorta F`irial Acceptance of the 'VSlork Contractor shall cleail the �ite aild
the Wark and malce it ready for utiiization by City or adjacentproperty owner. Atthe connpletian
of the Work Contractor �hall rernove from the Site all toois, ap�liances, construction equipmant
and machulery, and surpli�s rnaterials and shall restore to or.igiria] condition or better all property
disturbed by the Work.
E. LoadingSt�uctures: Contractor shall not load nor permrt any part of any structure to be loaded
in any n�anner that will endanger the structure, nor shall Contractor subject any part oF the Warlc
ar adjacent property ta stresses or press�ares that will endanger rt.
6.13 RecoYd Do�urne�rts
A. Contractor shall main�ain in a safe place atthe Si�e or i� a place designated by tha Contractor and
approved by the City, �ne (1) record copy of all Drawings, 5pecifications, Addenda, Change
Orders, Field Orders, and wriiten interpretaiion� and clarif'icatians in good arder and annotated to
show changes made during construction. These record documents tagether wi#h alI approved
Sarrzples and a counterpart of all accepted Suhmittals will be avaiEable ta City for rreference. Upan
completion of the Worlc, theae record documents, any operation and mairitenance manua.ls, and
Submittals vvill be deIivered ta Ciry prior to Final Inspection. Cantractar sha11 includa acc�ra�e
locations �or buried and imbedded items,
6.14 Safety artd P�otectian
A. Contxactor shall be solely responsible for initiating, maintaiinu�g and supervisir�g aIl safety
precautions and programs in connection with the Wark. Such responsibility does not relieve
Subcon�ractors of their responsi�ilit� for the sa�ety af persans ar property in the per�Formance of
th�ir work, nor for compliance with applicable safety Laws and Regula.tions. Contractor shalI
CTI'Y OF TaRT WOIZiT�
STANDAIt.f]CONSTRUCTION SPECfFiCAT3aN DOCUIv�ENTS
Revision: Mac�h 9,2DZ0
oonao-�
c�N�r�,�co�oirioN s
Pagc 30 oF G3
taka all necessary precautions far the safety nf, and shall provide tihe necessary protection to
pre�ent damage, injury or lass to:
l, alI pe�sons on the Site ar who rzaay be affected by the Work;
2. aIl the Worlc and rnaterials and equipment to be incorporated therein, whether in storage an
nr oif the Site; and
other property at the Site ar adjacent thereto, including trees, sl�rubs, lawns, wallcs,
pavements, roadways, st7ructu�res, utilities, and Undergraund �'acilities not designated for
removal, relocaiion, or replacement in the course of construction.
B. Cantractor shall camply with all applicabie Laws and Regu�a:tions relating to the safety of
persons or praperty, or ta the protection of persons or praperty irom damage, injury, or loss; and
shall erect and maintain all necessary safeguards far such �afeiy and protection. Contractor sha�l
notify owners of adjacent property and of Underground Facilities and of.her utility owners when
prasecution af the WorIc may affect them, and shall cooperate with tl�em in th� prot�etion,
rennoval, relocation, and replacement of their property.
C. Co��rac�Eor shall eornply with the applicable requirernents of City's safety programs, if any.
D. Contrac�or shall inform City o� the speciiic requixements of Contractor's safety program, if any,
with which City's employees and representatiues must comply while at the Site.
E. All damage, injui�, nr Ioss to any property referred tn �n Paragraph 6.14.A.2 nr 6.14.A.3 caused,
d�rectly or indirectty, iri whole or in part, by Contractor, any Su�eontractoz�, S�pplier, or any ather
individual ar entiry directIy or i�direcfly erziployed by any ofthezn to perform any of the Work, ar
anyone for whase acts any of them may be liable, shall be remedied by Contractar.
F. Contractor's duti�� and responsibiliti�s for safety and far protection of the Work shall continue
until such tune as all t�e Wark is completed and Cily has accepted the Work.
5.15 Safety Representative
Contractor shall infarm City in writing of Cantractor's designated safety representative at the Site.
6.16 Hazar�dCommunicaiionProg�a7ns
Contractor shall be responsible for coordinating any exchange of rnaterial safety data sheets or other
haza.rd communication information requi�ed to be macie available to or exchanged betr�ve�n or among
einployers in accorda.nce with Laws or Regulations,
6.17 Ea�aaer�gencies and/or hectiftcation
A. In amergencies affectittg the safety or protect�on of persons or the Work or propet�y at the Site or
adjacent thereto, Confiractar is obligafied to act to prevent �hreatened damage, injury, or loss.
Con.tractor sha11 give City prornpt written notice if Contrac�or bel�eves that any signi£icant
C1TY OF FOIZ'I' WOlZ7'H
STANDt1RDCONSTRi1ETI0N SPECIFICATION DOCUMENTS
Revision: M�9,26aD
00 -�z oo - i
c�N��,a�coNpiTioNs
Q� 3 i o��3
changes in the Wark ar variatians from the Contract Documents have been caused thereby or are
requi�ed as a resuil thereof If City determines that a change in the Coniract Documents is requued
because ofil�e action taken by Contractor in response to such an emergency, a Change Qrder may
he issued.
B. �hou�d fihe Contractor fail to respond to a request frozr�. the Czty �o recti�y any discrepancies,
omissions, ar carrecfion n.ecessaryto cor►form with the requirem�nts of the Con�ract Documents,
the City shall give tl�e Contractor written noiice that sueh worlc or changes are fo be performe.d.
The written notice shall direct atrer�tion ta tha discrepant condition and request the Contractor to
tafce rema.dial action to correct the condition. In the event fihe Contractor does not take positive
steps to fulfiil tI�s written request, or does not show just cause for not taking the praper actian,
within 24 hours, the City may take such rernedial action witb Czty foz�ces or by contract. The Czty
shall deduct an atnoUni equa� to the entire costs for such rernedial actian, plus 25%, fiom any
funds due or become due the Contractor on the Project.
b.18 Su�r�rttals
A. Contractor shau submit required Submittals to City for review and acceptance in accordance
with the accepted ScY�edule of Subrz�zttals (as ze�uued by �axagt•aph 2.07}. Each submittai will be
identified as Czty znay rec�uire.
1. Stiibmit number of copies specified in the GeneraI Requirements.
2. Data shown on the Submittals will be complete with respectto quantities, di�nensions, specifie d
perforn�anca and design criteria, materials, and suni�ar data to show City the set�vices,
rnaterials, and equipment Contracl:or proposes to provide and to enable City fa revie�v the
i�formation �or tk�e Iu�azted pucposes required by Para�raph b.18.C.
3. Subrrzittals submit�ed as herein provided by Contractor and re�vievved by City for
confarmance with the desi�m concept shaIl bc executed in conforrnity with the Con�ract
Documents untess otherwise required by City.
4. When Submittals are subrnitted for the p�.u�p�se of showing the installation in greater detail,
their review shall not excuse Cantractar from requirerzients shown on the Drawings and
Specifications.
5. For-Informaiion-Only submitials upon which the City is nat expec�ed to conducti review or
take responsivc action may be so identified in the Cantracfi Doc�nents.
6. Submit required nuinber of Samples specif�ted in the Specifications.
7. Clearly identify each Sample as to naaterial, Supp�ier, pertinent data such as cata�og nurnbers,
the use for which intende.d and oiher data as City may require ta enable City to re�iew the
subnr�.i�ttal far tk�e limi�ed purpases required by Paragraph 6.18.C.
CI'FY OF PORT WORTI3
57'ANaARDC�NSTRUCTiON SPECIFICATION DOCUM�NTS
Revision; Ma�h 9, 202f1
OD72D4-I
GENERALCONQITIONS
Pagc 32 of 63
B. Where a Submittal is reqvired by the Contract Docl.unenfis or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of th.e pertinent submittal will be
at the sole expense and z•esponsibility of Contractor.
C. City's Revfew:
1. City will provide timely reviev+� af required Submittals in accardance with the Schedule of
Su�mittals acceptable ta City. CiCy's review and acceptance wi�.l be only to determine if the
rtems covered by the submittals wiIl, after installation or incorporation in the Work, conforKn.
to the information given in the ContractDocumenis and be campatibl8 wi�h the design concept
of ihe completed Proj�ct as a functioning whole as indicafied by the Contract Documents.
2. City's review and acceptance will ��ot e�tend to means, rr�ethods, teckzniques, sequences, or
procadures of construction (e�cept where a particular means, mathod, technique, saquence,
or procedure of construction is spee�'ieally and expresslq called iar by the Cantract
Documents) or ta safeiy precautions or progranras in.cide�t tk�ereto. The �eview and acceptance
of a separate item as such will not indicate approval of the assembly in which the i�em
functions.
3. City's review and acceptance shall nat relieve Contxactor fronn responsibility for any
var�ation from the requi�ezr�ents of the Contract Docurr�ents unless Coni�ractor has camplied
with the requirements of Section 01 33 00 and G'rty has given written acceptance of each
such variation by spec�'ic written notation thereof incorporated in or accompanying the
SubmittaI. City's review and acceptance skall nat relieve Contractor frorrx responsibility for
cornplying with the requi�ements oftl�e Contract Documents.
6.19 Co�tinuingthe Wo�k
Except as otherwise pravided, Contractor shall carry on the Wark and adhere to th.e Project Schedule
during all disputes or disagreements with City. No Work shall be dela.y�d ar postponed pending
resolution of any disputes or disagreements, except as City and Contractor rnay oil�ervvise agree in
wri�ing.
6,20 Contractor's General War�anty and Guarantee
A. Co�tractor warrants and guarantees to City that all Warlc wi�l be in accordaflc.c wrth the Contraet
DocUments and will not be de%ciive. Ciiy and its oificers, directors, members, partners,
employees, agents, consultants, and subcant�actors shall be entitled to rely on representataon of
Contractar's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or dainage caused by:
1. a�use, rnodificatian, ar impropec ��aaintenanee ar aperation. by persans other than Cantraetor,
Subcontiracioxs, Suppliers, or any othex individua 1 or entity for whom Contractar is
res�ansibie; or
cir� a� �ox� woR-rx
STAI�i17AItDCONSTRUC7'I6N 3PECIFIGATION DOCIIMENTS
Revision: Madi 9, 20�1
oo�zao-i
GENERALCAN�iTION S
Page 33 af 63
2. narmal wear and t�ar under normal usage.
C. Contractor's obligatiQn to perforin and complete the Wark iri accorda.nce with the Cant�•act
Documents shall be absolute, Nane af the folIawing will constrtute an acceptance of Work that xs
not in accoz•dance wiih the Cont�act Documents or a release of Cantz�actor's obligation to perform
the Work ir� aceordance with the Cantract I7acuments:
1. observations by City;
2. reeommendation or payment by City of any progress or final payment;
3. the issuance af a certificate af �`irial Acceptance by City or any paytxzent z•elated thereto by
Czry;
4. use or oceupancy of iha Work or any part thereof by City;
S. any re�view and acceptance oi a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correc.fiion of d��ective Work by City,
D, The Contractor s1�all re�nedy any defects or damages in the Work and pay far any daz-nage to
other work or property resuh�ing i:herefram which shall appear within a period of twa (2) years
fram the daie of Final Acceptance of the Work unless a longer period is speci�ed and sha11 furnish
a good and sufficient maintenance band, complying with the requirements of Arti�le
5.02.B. The City wilI give notice of observed defects with reasonable pramptness.
6.21 rndemnrficafion
A. Contxactor covenants and agrees ta indenanify, hald ha�le,�s and defend, at its o�vn
expense,fhe City, its a�cers, servants and empioyees,frnm and againstany �nd all claims
arising ont of, or aIleged to arise out of, the work and �ervices to be performed by the
Cpniraetor, its officers, agents, emplo�ees, subcontractors, licenses or invitees under thi�
Contract.
(�PERATE AND BE EFFF;CTTVC. EVF.N TF TT TS AL,LF,[iFn OR PRnVFN THAT ALL
nR SnMF (1F THF,1lAMA[TTS RFiN[T �[liT[tHT WR:RF C'Ai7�Fn. iN WHnT,F ClR iN
_ - -- - ----- - ---- --- —
PART. RY AN� AC'T. CIMT��iCIN (lR NF,CTT.i(TF.N[:'F. (}F THF. C'TTY. This indemnity
provisionis intended to inclade,without ]imitation, indemnity for cost�,ex�nensesand legal
fees incurred by the City in defending against such claims ar�d causes ofactions.
B. Contractorcovenantsa�dagreestoindemni�yand holdharmless,atitsownexpensa,theCity,
its officers, servants and e rnployees, firom and against any and al[ loss, damage or destx�rrciinn
ofprnperty ofthe Ciiy, arising out o� or aIleged to arise o�t of, the work and services ta h�
perforrned by the Contractor, its officers, agents, employees, subcontractors, licensees or
invitees under this Contracf.. THTS INDz.MNTFTCATTON PRO'VISION TS
CITY QF FOItT WORTf�I
S'I'ANDAE2DCON5TRT1c'TION S!'ECIF[CATI(}N DOC[JMENTS
Revision: Mad�.9,2DaD
oa7zoo-�
GEiVERAL CON�ITION S
Page 34 of 63
' : \ \! 1 � �' :: :\II � / / \
1 �: ':i / ► :: � �: _ �1/ ! . l,:Ua i ► ! !'i.�
�1 : 1 i �I.1 1 a \ s: � �\ � fl/ f\ �:
\� \ / ■
6.22 Delegation of Prafessional Design Services
A. Contracior will not be required to provide professianal design seivices unless suah services az�e
speci�cally required by the Contract Docurrzen�s fa�• a portion af the Worlc or unless such serviees
are reqtured to carty Qut Contractor's r�sponsbiIrties for construction means, methods, techniques,
sequences and procedures.
B. If professiona! design services ar cert�catians by a design professiona� related to systems,
materi�ls ar equipment are specif"ically required of Can�ractor by the Cantract Documents, City
will specify all performance and design cri�eria that such ser�ices must satisfy. Contractor shall
eause such services or certzfications to be pravided by a properly lic�nsed professianal, whase
signature and seal snall appear on all c�rawings, calculations, specifications, certificatior�s, and
Submittals prepared by such professional. Submittals related to the Work desig;ned ar certified by
such professional, if prepared by others, shaIl bear such professional's �written approval w�en
submitted to City.
C. City shall be entitled to rely upon the ad'equacy, accuracy and coznpleteness af the services,
certi�eations or appravals performed �y such design prafessionals, provided City has spec�'ied
io Cont�'actor �erformance and design criteria thafi such servic�s must satisfy.
D. Pursuantto this Paragraph 6.22, City's review and accepiance of design calculations and design
drawings will be only �or the limited pvrpose of checking far conformance wiih per%rtnance and
design crzteria gi�en and the design concept e�ressed in the Contract Documents. City's review
and acceptance of Submittal� {exc.ept design calcul�.tions and de.sign cirawmgs) will be anly for
the purpose stated in Paragraph 6.1$.C.
G.23 Right to A.udit
A. The Contractor agrees ihat fhe City shal� uritil the expiration af three (3) years after final
payment under this Cantract, have access to and the right to examine and ph�tocopy any d'zrecily
pertinent bodks, docum�nts, papers, and racords of tl�e Contraator irrvolving transactions relating
to this Contract. Cantractor agxees tha� the City shall have acc�ss during Regular Worlcin� Hours
to all necessary Contractor facilrties and shall be provided ade�uate and appropriate work spaca
in order to conduct audits in coinpliance rvith the prov�sions of this Paragraph. The Ciry shall
give Cantractor reasona�le advance notice of ini�nded audi�s.
B. Contractor further agrees to it�alude in all i[ts subcontracts hereUnder a provision to the effectthat
the subcontractor agrees that the City shall, until the expiratian of three {3) years after �'inal
payment under this Contraci, have accass to and tha right to examine and photocopy any directly
pertinent books, documents, papers, and reco�ds of such SubCon�iractor, involving transactions to
the subcontract, and further, tkzat Ci[fy sYZall have access durir�g Regular Working Hours to all
C1TY OF FQRT VstORTH
STANpARDCqNSTflUCT10N SPECIPICAT[ON DOCUIu[ENTS
Revision: Madi 9, 2020
OD7200-I
GENERALCOI�QITIONS
Page 3S of G3
,5ubcantractor faci�ities, and �hall be provided adequate and appropriate work space in order to
conduct audits in co�npliance with the provisions of this Pacagraph, The City shall gi�e
Subcontractor reasnnabI� advanc� notice of intcndcd audits.
C, Con�racior and Subcontractor agree io photocopy such t�ocuments as m�y be requested by the City.
The City agrees to reunb�arse Cantractar far the cost of tk�e copies a� foI[ows at the rate p�ablishe d
in the Texas Adtnit�istz�ative Code zn effect as of the time copying zs perfornzed.
b.2� Nondiscrimination
A. The City is responsible for operating Public Transpor�ation Pragrams and implementing transit-
relat�d projects, which are funded in part with rederal financial assistanee awarded by the U.S.
Departm�nf ot' Transportation and the Pederal Transit Ad�ninistratian (FTA), witY�out
discriminating against any person in tIae United States on the basis of race, color, or national origin.
B. Tztle VI Civil RightsAct of 1964 as art2ertded: Cont�actar shall comply with i;he requit•ements of
the Act and the Reg�rlations as fur�her defined in the 5uppl�m�ntary Conditions for any projeci
receiving Federal assrstance.
ARTICLE 7— OTHER WQRK AT THE STT�
7.01 Related Work atSite
A. City may perfoz•m other work related to the Project at the Site with Ci�y's employees, ar ather
City cotitractors, or through other di�eci: contracts therefor, or have other work performed by ufility
owners. If such other work is not noied in the Contract Documents, then written noticc ihereof
will be given to Contr�ctor prior to starting any such other work; and
B. Contractor shall affard each oihe�• contractor who is a paz-iy to such a direct cont�act, each utility
ownex, an.d Czty, a£ City is performuag other work with City's employees or other City contractors,
proper and safe access tothe Si�e, provide areasonable appartunity for the introductinn and storage
of materials and equipment and the execution of such nther work, and properly coordinat� the
Work with theirs. Cantractar shall do alI cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise rnalce i�s se�eral parts come together and praperly
integrate wiih such ather work. Contrac#or shall not endanger any warlc of otI�ers by cutting,
e�cavatirzg, or otherwise altering such work; provided, ha�vever, that Contractor may cut or aller
others' �ark with the written consent of Ciry and the others vvhose vvork vsrill be affected.
C. Ifthe proper execution or xesults of any part of Contractor's Work depends upon work performed
by athers under this Article 7, Contr�.ctor shall inspect such ofher work and pramptly report to
City in writing any delays, defects, or de�ciencies in suck► other work that render zt uzlavailable
or unsuitable for ihe proper exe.cution and results of Caniractor's Work. Coniraciar's failure to so
rrepart wiil consti�ute an aceeptance of such other vvoric as f� and proper for ultegration with
Contractor's Work except for l�tant defects in the work provided by others.
CTTY OF FaRT WORTH
STAN77A,12�C6N5TRUCTION SPECIFICATION DOCUMEI3T5
Revisipn; Mad�9,71J2Q
annQo-i
GENERALCON�ITION S
Page 36 of 63
%.OZ CDO7'L�di2Q'�IOi�
A. If City intends to contract with ofhars far th� perfarmance of other �ork an the Project at the
Si�e, the iol�owing will be set forth in �upplementary Conditions:
1. the individual or entity who wi�l have aUtharity and responsibilzty for coordination of the
activities arnong the various coniractors will be identif'�ed;
2. the specifc matters ta b� cov�r�d by such authority and responsi6ility wili ba itemized; and
3. the extent oi such authoriLy and respdnsibilities will be provided.
B. UnIess otherwise }�rovided in the Supplementary Conditions, City shall have authoriry far such
c�ordination.
ART�CLE S — CITI"� RESPONS�BiLITIES
8.01 Communicatfons �o Cont�acto�
Except as o�erwis� provided in the Supplementary Conditions, C�ty shall issue all corrimunications
to Contractor.
8.02 Fu�nish Data
City shaIl timely furnish fihe da.ta required under the Cdntract Dacuments.
8.0� Pay When Due
Cny shall make payments to Contractor in accordanca wi�► Article 14.
8.04 Land� and Easements; Reparts and Tests
Czty's daaties witk� respect to providiz�g lands and easenaents and provid�g engineeriu�g surveys ta
establisl� referenee points are set forth in Paragraphs 4.Oi and 4A5. Paragraph 4.02 refers to Ci[y's
identi�ying and making a�vai�able tn Conh�acf�r copies af reports of explorations and tests of subsurface
conditions and drawings of physical conditions relatin.g to exi�t�ng surface oc subs�rface str�actures at
or contiguous to the Site that have been utilized by City im preparing the Cont�eact Documents.
8.05 Change O�ders
City shall execute Change Orders in accordance witla Paragraph 10.03.
8.06 Inspections, Tasts, andApprova�s
City's responsibility wi�h raspect to certain it7spections, tests, and approvals is set forth in Paragraph
13.03.
CITY OP PORT WORTH
STANDARDCO]VSTAUCTION SP�CIFICATION IIOCUIVI�1�'T5
Revisip�: Mad� 9,202p
oo�zao-i
GEN�RALCONdITIONS
Page 37ofG3
8.Q7 Limitataons on City'sResponsibalities
A. The Ciiy sliall not supervise, di�ect, ar have cont�rol or authorzty over, nor be responsible for,
Cantractor's ineans, methods, techniyues, sequences, or procedures of construction, or the safety
px•ecautions and prograins incident ttzereto, or for any failure of Cnntractor to comply with Law�
an.d Regulatians applicable to the parfprmanc� of the Work. City will not be responsible for
Cont�actoi's failure tn p�rform the Work in accordance with the Conteact Documents.
B, City will notify the Contractor of applicable safety plans pursuant ta �'aragraph �i.14.
8.Q8 Und�sclosed Hazarr�ous Envtronnrental Canditiora
City's responsbility with respectto an undisclosed Hazardous En�ironmental Cnndition is s�tforth
in Parageaph 4.06.
8.09 Cornpliance with Safety Program
While at the Site, City's employees and representatives shaU com�ly with the specir�'�c appIicable
requiremenls of Contracfar's safety programs of which City ha,� bee�1 informed pursuant to
Paragraph 6.14.
A.RTICLE 9-- CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 Crty's P�ojeetManager
Cit� wi11 provide nne ar more Project Manager{s) during the construction period. The duties and
responsibilities and the limitations af aukhority of Czty's Froj�ct Manager during construction are set
�arth u� tY�e Con.tract Dacuments. The City's Project Manager far this Coniract is identi�ed in the
Supplementary Canditians.
9,02 Visits to Site
A. City's Project Manager will make visits to the Site at intarvals appropriate ta the various stages
af construction as Ci�y deenris neeessary ir� order to observe the progress that has been inade and
the quality of the various aspects of Con�ractor's exeeuted Work, Based on information
obtained during such visits and observatians, City's �rojectManagerwiil defiermule, in general, if
the Work is proce�ding in accordance with the Confract Doclunents, City's Project Manager will
not be required ta make e�austive or cantinuous inspecfioras on the Szte to checic the quaIity ar
quantity af the Worl�. Czty's Project Manager's efforts wiIl be directed toward providing City a
grea#er degree of confidence that the campleted Worlc will conform �enerally to the Contract
Documents.
B. City's Project Manager's �isits and observations are subject to all the limitations on authority and
responsibiiity in the Contract Documents .includ'mg fiY�ose set forth in Paragraph
8.07.
CITY QT FORT V�fOATH
STA]VT)ARDCONS7'Rt1CTi0N SYECir[CATION DOClJ1VI�1VT8
Ravision: Iv�eh 9, 2D20
0072Q0-I
GENERALCONOITlON S
Page 38 of 63
9.03 Autho�ized T�ariatiar�s in Wark
CiCy's Project Manag�r may authorize minor variations in ihe Wark from the �•equirements of the
Contract Dacuinents w�ch da nat involve an ad�ustrnent in the Contract Price ar the Contract Titne
and are campatible with the design concept of the completed Project as a functioning whole as
indicated by the C.ontract Documents. These may be accomplishe.d by a Field Order and wilI be
binding on City and also on Coniractor, who shall perforin t}te Work invalved promptly.
9.04 RejectingD�fective Work
City will have authorzty to reject Work which City's Profect Manager bel�eves ta be defective, or will
not prnduce a completed Projecf that canforms i:o the Contract Docurnenis or that wiil prejudice the
integrity oi the design concept oi the completed Project as a functioning whole as indicatied by the
Contract DocLu�nents. City wiil have authority to conduct spec�l inspection or testing of the Work as
provided in Artiele 13, whether or not fi11e Work is fabricated, insta.�led, or carnpleted.
9.05 �ete�minations fDi" T�OY'I�P�Yfo�rned
Contractor will deterrnin.e the actual quanti�ies and classificatians af Work performed. City's Pr•oject
Manager will review with Contractor the prelimiulary determinaiions on such matters befoz�e rendering
a writien recommendation. City's written decision will be final (except as modif`ied to reflect changed
factual c4nditions or more accurate data).
9.06 Decisions on Requarements ofContr�actDocuments andAcceptability of Wark
A. City witl be the irritial interpreter of the requirements of the Contract Documents and judge of the
aoceptabil�ty af t1�e Work thereunder.
B. City �vill render a written decision on any issue referred.
C. City's wriiten decision nn the issue referreci wi11 be final and binding on tne Con#�actor, subject
to the provisions o� P aragraph 10.06.
ARTICLE 1D -- CHANGES TN THE V�ORK; CLAIMS; EXTRA �VOR.K
10.41 Autho�ized Changes tn the Wor�k
A. Witl�out inval�dating fihe Contrac�: and without notice to any surety, City may, at any time or from
time to time, ordar E�a Wark. Upon notice of such E�ra Work, Contractox shall prozn.ptly
procead with the Work involved which will be performed under the appficable condi�ions of the
C4niract Documents {exeept as o�iiervvise specifcally provided}. Extra Vl�ork shall be
merxiori�ali�ed by a Change Order �vhicla may or may not precede an order af E�tra worlc,
B. For minor chaflges of Work not requiring changes to Coniiract Titne ar Contraet �rice, a Field
Ord�r rr�ay be �ssued by tha City.
CITY OF FORT WORTH
STANDARDCONSTRUCTION SPECII�ICAT[ON DOCUMENTS
Acvision: N[ad1 9,20ZD
oo�aoo-i
GENERALPANOITION 5
Yage 39 of G3
10.02 Unautho�^izedChangesin the WoYk
Cantractar shall not be erttitIed to an it�.crease in the Cantract Price or an e�tension o� the Gontract
Time with respeci to any woxk pe�ozxmed that �s not requieed by the ContractDocuments as ainencied,
modi[ffed, or supplemented as pra�vided in Paragraph 3.04, e�cept in the caae of an emergency as
provided in Paragraph 6.17.
I4.03 Execution af Change Orde�s
A. City and Contraclor shall execute appropriate Change Orders covering:
1, changes in the Worl� which are: {i) ordered by City pursuant to �aragraph I O.OI.A, (zi) required
because af acceptance of defectiva Work undar Paragraph 13.08 or City's carrection of
defecti�e Work under Paragraph 13.OR, or (ui) agreed to by �he parties;
2. changes in the Contract Price or Contract Tune which are agreed to by the parties, including
any undisputed sur� or amount of tirr►e fot• Worlc actu�lly performed.
10.0�- Extra WaYk
A. Should a di�ference arisc; as to what does or daes not constitute Extra Worl�, or as to the payment
tl�ereof, and the City insists upon rts performance, tihe Contractior shall proceed t�vith the work after
�naking writtet� request for written orders and shall keep accurate account of tha actual r�asonable
cost thereof. Contract C1aiLns regarding Ea�tra Wark shall be made pursuanC to Paxagraph 10.06.
B, The Con�ractor shall furnish the Crty such instaIlatian records of aIl deviations frorn t�e original
Confiract Docume�lts as rnay be necessaryto enable the Czry to prepare for per�anen# recox•d a
corrected set of plans showing the actual installatian.
C, The eornpensation agreed �pon for E�tra Wark whefher or not initiated by a Change Order shall
be a full, coinpI�te and final payment for a]I costs Contractor incurs as a resuIt or relating ta the
change ox Extra Work, whether said casts are known, uni�own, foreseen or uniareseen at that
time, i�cluding withaut limitation, az�y costs �or delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a resuh of the change or Extra Wark.
10.05 Notifi�ation to Surety
Ifthe provisions of any bond r�quire notice ta be given to a surety of any chang� affectingthe general
scope oi the Work or the provisions oi the Contract Documents (iricluding, but not limited to,
Cantract I'rice or Contract Time}, th.e gzviung of an.y such notice wi1� be Contractor'� responsibility.
The amount o� each applicable bond wiJl be adjusted by the Contaractor io reflect the effect of any
such change.
CITY OF FORT WORTH
STP:NDt1RDC0IV5TRCl.CT[6N SPEC3FICATION DOCj.JMENTS
Ravision: Msd� 9,207_D
fl67200-1
GENERAL CaNDI710iJ S
Page 90 of b3
30.06 Cont�actClaimsPracess
A. Caty's Decasion Required: All Contract Clauns, axcept those waived purs�aant to paragcaph
14.09, shall be referred to the City for decision. A decision by City shall be required as a condrtion
precedent ta any exercise by Contr�actot• of any rights ox remedies he may othert�vise have i.uldez•
the Cantract Documents or t�y Laws and Regulations in: respect of such Contxact Claims.
B. Notice:
1. Written notice s#ating the general nature of each Contract Claim shall be delivered by the
Co�tractor to City no later ihan 15 da�s afterthe start of the event giving rise fhereto. The
responsibility to substantiate a Gontract Claim shaIl resi witY� th.e party mak3ng fihe Cont�•act
Claim.
2. Notice of the amount or extent of the Con.t�ract Clai�n, with supporting data shall be delivered
to the City nn or before 45 days from the start of the event gzvirzg rise thereto (vnless the City
allaws addi�ional time for Contractor to submit adc�itional or more accurate data it� suppart of
such Cantract Claitx�}.
3. A Cnn�eact �laim far an adjustmeni in Conl�aci Price shall be prepared in accordane� with
the provisions oi P aragraph 12.01.
4. A Contiract Clait�� for an adjustment in Contract Tirne shaIl be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract C1aim sha11 be accorr�panied 4�y Contractor's written s#atement that the
adjusiment clairrted is fhe entire adjustment to which th� Contractorbelieves it is entrtled as a
result of said event.
6. The City shall submit any response to the Contractox wzthin 30 days after receipt of t1�e
clairr�ant's last submittaj (uniess Cantract allows addi�ional time}.
C. City'sAction: City will review each Contract Clairn and, within 30 d�ys after receipt of f11e last
submittal of the Contractor, if any, take one of the fallowing actians in writing:
1, deny the Cont�act C�a.im in whole or in part;
2. appro�e the Contract Claira; or
3, notify the Contractor that the City is unable to resolve the Corrtiract Clai�x� if, in the City's
sole discretion, i� vuould be inappropriat� far the City to do so. For pur�oses of further
resolution. of the Contract Claun, such natice shall be deerned a denial.
crr�t or rox� wax�rH[
STAIVDAlZI]CONS"fAUCTION SPECIFICATIOIV DOCLTNIEId'T5
Revision: Ivfa�� 9, 2020
oo�zoo-i
GENERALCQND]TIONS
Paga 41 o�'fi3
D, Ci�y's �ritten ac�ion under Paragraph 10.Q6.0 will be frnal and bind�ng, unless City or
Contract�r invoke the dispute resolution procedure set forth in Article 16 within 30 days of sueh
action or denial.
E. No Contract C1aim for an adjustmerrt in Contract Price or Cantxact Time will be valid if not
submitted in� accordance wzih this Paragraph lO.Ofi.
ARTICL� 11— CO�T OF THE WORK; ALLOWANCES; UIVIT PRICE WORK; PLANS
QLTANTITY MEASi7REMENT
I 1.01 Cost of the Work
A, Casts 1"neluded: The terr►� Cost af the Worlc zr�eans the sUzx� of all casts, except those e�cluded in
Paragraph 11.41,B, necessar�ly irzcurred and paid by Contractor in the proper perfarxnance of the
Worlc. Wher� the value of any Work covered by a Change Order, the costs to be reunbursed to
Con�ractor r�vill be only those addrtional or incremental costs requu•ed becausa ofthe change in ihe
Work. Such costs shall nofi include any oi the costs itemized in Paragraph 11.O1.B, and shaIl
include bufi nat be lunited ta the following items;
1. Payroll costs far eanployees zn the direct enrzploy of Contxaetor in the perfor�nance of t�ae
Wozlc under schedules of job class�icaiions agreed upon by City and Contractor. Such
employees shall include, without lienitation, superintendents, foremen, and oi:ller persor�nel
employed fuIl time on the Work. Payroll costs for empIoyees not emplayed fulI time on the
Work shall be appartianed on the basis af their time spent on the Worlc. Payroll casts shall
include;
a. sa]aries with a SS% �narkup, or
b. salarias and wages plus the cost of fringe benefits, which shall include social security
contributions, �nemployrnent, excise, and payroll taxes, workers' compensation, health
and retireme.nt benefits, bonuses, sick leave, vacation and haliday pay applicable thereto.
The e�penses of performing Work outside of Regular Working Hours, Weekend
Working Hours, or legal hoIidays, shall be included in the abo�e ta the e�ent aut�orized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportatian and storage thereof, and Suppliers' field services requu•ed in connectian
thcrewith.
3. Rentals of ail const�uction equipnaen.t and i�achinery, and the parts thereof whether ren.ted
fram Contractar ar others in aecordance with rental agreements appraved by City, and the
cosis of transportation, loading, unloading, assembly, disman�ling, and removal thereo£ All
such cosfs shall be �n accordance with the terms of said rental agreaments, The rentaI af any
such equipment, machin�ry, or parts shall cease when ihe use thereof is no lor�ger necessary
%.r the Work.
cir�r ax �or��r wo��
STANI3ARDCONSTRUCTI�N SPHCLFICATION DOCUMEN'I'5
Revision: Madi 9,�Q
OD720U-1
GENERALCONE7ITION S
Page 42 o.FG3
q�. Paycnents made by Contractar to ,Subcont��actot•5 for Work perfarrr�ed by Subcontractors. If
z�equit•ed by City, C.ontt�acior shall obiain coinpetitive hic�s from subcontractors acceptable to
City and Contractor and shall d�liver such bids to City, who will then determi�e, rvhich bids,
if �ny, wiU be acceptable. Iiany subcontract pravides that the Subcontractor is to be paid on
the basis af Cast of the Work plus a fee, the Subcontxactor's Cost af the Work and fee shall
be detertnined in the same rnanner as Contractor's Cost af the Work and fee as provided in
this Paragraph 11.01.
S. Costs of special eonsultants (including but not limi�ed to engineer�, architects, testing
laborataries, surveyors, attaz'neys, and acco.untants) emplayed for se�•vices specifically related
to ihe Work.
6. Supplemental costs iricludirig the fallowing:
a. The proportzon of n.ecessazy transpoirttation, t�avel, and subsi�tence expenses of
Contractor's employees incurred in discharge of duties connecied with the Work.
b. Cost, inc.luding tz�ansportation and rr�airrtenance, oi all materials, supplies, equipment,
machinery, appliances, office, and temporary faeilities at the Sike, and hand tool� not
owned by the workers,which are consumed in the performance of the Wark, and cost, less
market value, of` such itarr�s used bui not consumed r�vhich ramai�a the property of
Contractor.
c. Sales, consumer, use, and other sinvlar taxes related to the VLrork, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by La�vs and
Regulations.
d. Deposits lost �or causes other than n.egli�genee of Contractor, any Subcontrac#or, or
anyone direct�y or indirectly ernployed by any of them ar for whose acts any of them may
be liable, and royalty payrnents and fees for permits and Iic�nses.
e. Losses ar�d dama.ges {and re�a.ted e�penses} caused by damage to the Wark, not
conapensated by insurance or otherwise, sustained by Contractor in connection with the
perfarmance of the Worlt, pravideci such lasses and damages have resulted from causes
otherthan th� neglig�nc� oi Coniractar, any Subcontractor, or anyone directly or indirectly
emp�oyed by any of ti�em or for whose acts any of th.em may be lial�le, Such lasses shall
include sattlements made with the written cflnsent and approval of City. No such Iosses,
damages, and expenses s�ali be included in the Cost of the Work for the purpnse of
determining Contractor's fee,
f. T�e cast of utili�ies, fueI, and sanitary facilitias at the Site.
g. Minor expenses such as ielegrams, long distiance telephan� calls, t�lephan� and
communication services at the Srte, express and courier services, and sunilar petty cash
ite�ns in cannection with tkae Work.
CI'I'Y OF FORT W�RTH
STANDARDCOI\STRUCTION SPECIFCCATIQN I}pCUME1�TS
Iievision: Nfad� 9, 2�0
oo�zoo-i
��ra��a.�coNnirioN s
Page �F3 of 63
h. The costs of prenrziuzns for aIl bon.ds and insurance Cont�actor is required by the Cantxact
Dacuments ta p�archase an.d zaaaintair�.
B. CostsExcluded: The terin Cost ofthe Work shall not include any of tihe follo�ing items;
1. Payroll costs and other compensatian of Contractor's offic�rs, �xecutiv�s, principals (of
partnerships and soIe proprietarships), general managers, safety inanagers, engineers,
architects, estimatars, attart�eys, auditors, accountants, purchasing and contracting agents,
expedz�ers, timekeepers, clerks, and other personnel ezx�ployed b� Contractor, whet�.er at the
Site o�• in Contractoi's principal ar branch ofF'�ce for general adrn�nistration of tl�e Worlc and
not specificaliy included in fhe agreed upon schedule of job classif`ications referred to in
Paragraph 11.O1.A.1 or spec�'�cally covered by Paragraph 11.O1.A.4, all of which ar� to be
cansidered achninistrative casts covered by the Coniractor's fee.
2. Expenses of Contractor's principal and branch ciffices other tl�an Cantractor's affce at the
Site.
3. Any part of Gontractor's cap�tal expanses, including inierest an Contraetor's capital
ernployed for the Work and charges againsfi Contractor for delinquent payme.nts.
4. Costs d�e to tkie negligence of Contractor, any Stabcontraetor, or anyone directly or indirectl�
employed by any of thenr� or for whose acts any of thern �aay be ]iable, incl��dirag but not
lirz�ited to, the coz-rection of defective Wark, disposal of z�naterials or equipment wrongly
supplied, and maIcing good any damag� to propert�.
5. Qther overhead or general expense costs of any kind.
C. Contractar'sFee: When all the Work is per%rmed on the basis af cost-plus, Contractar°s fee
shall be determined as set farth in the Agreement. When the value af an� "�Vork covered by a
Change Order far an adjusi�,nent in Contract Price is determined on the basis of Cost of the
Work, Cont�•actor's fee shall be determinad as set forth in Paragraph 12.OI.C.
D. D�cumentcrtian: Whene�ver the Cost of the Wnrk fnr any purpase is to be determined pursuarrt to
Paragraphs 11.O1.A and 1I.O1.B, Cantractor wiIl establish and maintain records ther�of in
accordance with generally accepted accounting practices and submit in a farm acceptable to City
an itemized cast breakdown together with supporting data.
11.02 Allovvances
A. SpecifiedAllowance: It is understood that Cantractor has included in tha Contract Price all
allawances so named in the Contract Documents and shall cause �he Work so co�ered to be
performed t'or such sums and by s.uch persons or entities as inay be acceptable to City.
B. Pre-bidAllowances:
l.. Contractor agrees that:
CTTY OP P' ORT WORTH
STr1IQD�RDC(1NS'fRUC'PION SPECIC[CATION 170C[JNi�NTS
Re�+isipn; Mad19, ZO?D
oa �z oo - i
G�N�RALCpNpfTION 5
Page 44 of 63
a. ihe pre-hid allowances include the costto Contractoraf materials and aquipment required
by the allowanc�s to i�e delive.red at the Si�e, and all applicable taxes; and
b. Contractor's casts far unlaading and handlirxg on the SiCe, laboz•, ir�stallation, overhead,
proit�, and other expenses conte�nplated for t�e pre-bid aIlovaance� have been included in
the allowances, and no demand for addrtional payment on account of any of ihe
fnregoing vvill b� valid.
C. Contin.geneyAllowance: Contractor agrees that a cantingency allowanGe, if any, is for the sale use
of City.
D. Prior to final payment, an appropriat� Change Order will be issued to reflect actual amounts due
Contractor an accaunt of Work co�ered by allavvances, and the Contract Price shalI be
correspondingly adjusted.
1 L�3 UnitPrice Wark
A. Where the Cantract Documents pravide that ail or part of the Work is to k3e Unit Price 'UVork,
inztially the Con.tract Price will be deemed to mclude for all Unit Price Work an amount eyual to
the sum of the urut price �ar eachseparat�ly identifiec� �em a�Uni� Price Work timas the estimared
quantiiy of each item as �dieated in the Agreement.
B. The estimat�d quanti�ies of iteans of Unit Price Work are not guaranteed and are soiely for the
purpase of comparison af Bids and determining an uvtial Cantract Price. Determi�ations of the
actual quantrties and classifications of Unit Price Work perFormed by Contzactor w�ll be made by
Cily svbject to the pravisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount cansidered by Confractor to be adequate to
cover Cantraetor's averhead and prafii far each separately identif'ied item. Work descrbed in the
Contract Docurnents, or reasona�ly in%rred as requ�red for a futictiana.11y carnplete installa.tian,
but not identifed in the listing of un�t price iiems shall. be considered inc�dental to unrt price work
lisi�d and the cast of incidental work included as part ofthe unit price.
D. City may malce an adj�astmeni in the CQntract Price in aecardance with Paragraph I2.01 ifi':
1. the quantity of any item of Unit �'rice Work pe�ormed by Contractor diifers materially and
sigt�icantly from the estimated quan�ity of such item indicated i� ihe Agreement; and
2, there is no corresponding adjustment with respect ta any ather itern of Work.
E. Inc�eased or Decreased Qua�atities• The City reserves the ri�ht to order Extra Work in
accordance wit� Paragraph 1Q.01.
1. If the changes in quantities or the alterations do not signit�icantly change the character of
work uncier the Contract Docurr�ents, the altered work will be paid for at the Cont�ract unit
price.
crrY oF �ox�• wonrH
STANDARDCONSTRIICTION SPECIFICATION DOCLJMENTS
Revision: Mad� 9,7A�0
oa �z oo - �
cENERALCONQITION S
Paga h5 af 63
2. If tIae changes in quaniities or alteratians signif'icantly change the character of wark, the
Contract wilI be arnended by a Change Order.
3. If no uni� prices exist, this will be consid�red E�ra Work and �he Contract will bc amended
by a Change Ordex in accort�ance with Article 12.
4. A signit"icant change i�-� the character of work occurs when:
a. the ck�aracter of wor� for any Itezn as aItered dzffers materially in �Cit�.d or nature fra�n that
i.n ihe Contract or
b. a Majar Item of �work varies by inore than 25°/a frarn the original Con�ract quantity.
S. When the quantity of worlc Lo be dane under any Major Item af the Contract is more than
125% af the ariginal quantity stated in the Contract, tY�en either party fa the Cantract may
request an adj�sim.ent to the unit price on the pot�tion of tne work that is abave 125%.
6. When the quantity of vvork to be done under any Ma�or Itern of the Contract is le�s than 75%0
of the origina� quantiiy stated in the Contract, then either party ta the Contract may request
an adjustment to the unrt price.
11.04 PlansQuantityMeasu�ement
A. Plans quantities inay ar may r�at representthe exact q�aarrti�.y of wark perfortned or it�aterial rnoved,
hand�ed, or placed during the execution af the Contraci. The estimated bid quantities are
designated as final paymant quanti�ies, unless revis�d by the gaverning Section or this Article.
B. If the quantity measured as outlined undec "Price and Payment Procedures" varies by more than
25% (�r as stipulated under `�'rice and Payment Procedures" for specific Zterns) from the total
es�imated quantity for an indivrdual Item ariginally shawn in the Contract Documents, an
adjusttnent znay be made to tk�e quanti�ty of autharized work done for payment pu�rposes. The party
to the Contraet requesting the ad�ust�nenti will provide �eld measurements and calculations
showing 1:he fmal quantity far vsr�iich payrnent will be made, Payment for revised guantity will be
made ai the unrt pric� bid for that Item, except as pro�ided far in Article I0.
C. When quantities are revised by a change iri design appcoved by the City, by Change Order, or to
correctan error, ar to coxrectanerror on the p�ans, the plans quantity wiIl be �creased or decreased
by the amo�nt involvec� in �e change, and iha 25% variance will apply to 1:he new plans quantity.
D, If the tofal Contract quantity multiplied by ihe unit price bid for an indi�idual Item is less than
$250 and the Item is no� ariginaIly a plans quantity Item, then the Item may be paid as a pians
quantiiy Item ifi' �e City and C�ntractor agree in wri�ing to f� the �inal quantity as a plans quantity.
C1TY OF FORT WORTH
STANDARDCONSTRUCTION SP�CIF[CATION DOCiJMENTS
Revision: Ivladi 9, 2p7D
oo��oo-i
GENERAL CONi71T ION S
Page 45 of G3
E. For cal�out work or non-site specific Contracts, the plar�s quantity measur�znent requirements are
not applicable.
ARTICLE 12 — CHANGE OF CONTRACT PRIC�; CHANGE OF CONTRACT TIME
12.01 Change c�fConiractP�ice
A. The Contract Price may only be changed b� a Change Ordar.
B. Th� vatue oi any Wark cavered by a Change .Order will t�e defie.rmmed as follaws:
1. where the Work i.nvolved i� covered l�y unrt prices contaix�.ed i.n. the Canlxact Docurnents, by
application af such utut prices to the quantities ofthe items involved (subject to the provision�
of P aragraph 11. D3); �r
2. where the Warlt involved is na� covered by un�t prices contained in the Cant�ract Dacuments,
by a znutually agreed lump sum or un�t price (which may inc�ude an �llowance for overhead
and profit not necessarily in accardanea with Paragraph 12.01.C.2), and sl�aIl include the eost
of any secondary impacts that are foreseeable at the time af pricing the cost of Extra Work;
or
� 3. where the Work involvad is not covared by ur�it prices contained in the Contract Documents
- arid agreement to a lump sum or unit price is not r�ached und�r Paragraph 12.O1.S.2, on the
basis ofthe Cost o�the Wor� {determirzed as provided in Paragraph 11AI) plus a Contractor's
, fee for overh.sad and profzt (deterxnined as pravided in Paragraph 12.O1.C).
G. Contt-actor's Fee: The Contractor's additional fee for ov�rhead and profrt shall be detcrtnined as
follows:
1. a znutual�y acceptable f�ed fee; ar
2. if a fixed fee is not agreed upon, then a fea based on the faIlawing percentages of the various
portions of the Cost of ihe Wor�C:
a. for casts iuncurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11AI.A.3, tY�e
Coniractor's add�ional 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 ir�currad under Paragraph 1 l A1.A.� and I 1.01.A.5, the Can�ractor's fe� shall be
five percent (5%};
1} w�:ere one ar more tiers o� subcont�acts are on the basis of Cost of t�e Work plus a
fee and no f�ed fee is agreed upan, the intent of Paragraphs 12,O1.C.2.a and
12.O1.C.2.b �s that th� Subcontractor who actually performs the Work, at whatever
CITY dF PORT WOATH
S'I'ANDAI�DCOI�ST&UCTION SPECIFICAT[Old DOCUMENTS
Revision: Mad� 9, 2(r10
Q�72Q0-1
GENERAL�ONdITION S
Page 47 of 63
tier, will be paid a fee of 1S percenf of the costs incurred by such Su6cont�•actor under
Paragraphs II.O1.A.1 and 11.O1.A.2 and that any higher tier Subcon�actor and
Cantractor will each be paid a fee of five percent {5%) of the amout�t paid to tlze nex.t
lovver tier Subconteactor, howevar in no case shall the cuinulative total of fees paid be
in exc�ss of 25%;
c. no fee �hall be payable an the basis of costs iterruzed under Paragraphs I I.O1.A.6, and
11.O1.B,
d. the a�nount of credit to be aIlowed by Contractor to Czty for any change which results i�
a net decrease in cost will be the amount of the actual net decrease in cost plus a deductzon
in Co�ltractor's fee by an amount ec�ual to �ve percent {5°10) of such net decrease.
12.02 Change of Contrrxct Time
A. The Cantract Tune znay only be changed by a Change Order.
B. Na extension of` the Con�ract Time will �e allowed for Extra Work or fox claimed delay unless fk�e
Extra Work contemplated or claimed de.lay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Methad analysis how the Extra Worlc or claime d
delay advea•sely ai%cts the critical path.
12.03 Delays
A, Where Contractox is reasonably delayed i�a the performance or coinpietion of any part of the
Woric wi�hin the ConiractTitne d�e to delay beyond the contral of Coa�.tx•actor, the ContractTime
rriay be e�tended in an amount equal to the time last due tn such deIay i�f' a Contract Claim is made
therafar. Delays beyond the contrnl oi Contractor shall include, but not be limited ta, acts ar
neglect by City, acts or neglect of utility owners or other contractors performing other work as
contemplated by Articte 7, £'ires, floods, epidernics, abnarmal weather conditions, ar acts of God.
Sue� an adjustment silall be Cont�ractor's sole and exelusive rernedy for t�e delays described in
this Paragraph.
B. If Contracior is del�yed, City sha11 not be liable ta Cnntractar for any clairns, costs, losses, or
dam�ges {�cluding but not limited to all �'ees and ch�.rges of engin�ers, architects, at�orneys, and
other professionals and all �ourt or arbitratidn or other dispute resalution cost�) sustained by
Cont�aetor an ox in co�azaection wi�h any other project or anticipated project.
C. Contractor shall not be entitled to an adjustment iri Cor�tract Price ar Contract Time fo� delays
wi�hin the contral of Contractor. D�Iays at�ributable to and within the cont�•ol of a Subeontractor
or Supplier shalI be deemed io b� deiays within the contro] of Contractor.
D. The Cantractor s�all receive no oompensation for delays or hindrances to the Worlc, except when
direct and ur�avoidable exfra cost to the CQn�ractor is caused by the fa�ure of the Cit�r to pr4vide
information ar material, � any, wi�ich is to be fuinished by the City.
CITY OP FOItT WORTH
STANDA.RDCONSTRUCT[ON SPECiFICATION DQCUM$NT$
Revision:lVlad� 9, 2(1�0
00720D-1
��rv��a�caNnirioNs
Page 48 of 63
ARTICLE 13 — TESTS AND 1N�PECTIONS; CORRECT�ON, REMOVAL ORACCEPTANCE OF
DEFECTIVE WORK
13.01 Naiice of Defects
Notice of all d�fective VLWark of which Ci�y has actual knowledge will be ginren to Cont��actaz.
Defective Work may be rejected, corrected, or accepted as provided it� this Article 13.
13.02 Ac�e s�s ta l�ork
Ci�ty, independent testitig laboratories, and governmental agencies with jurisdictional iutterests will
have access tio the Si�e and the Work at reasanable times for their obsezva�on., inspectian, and testing.
Cantractor sha.11 provide them proper and safe condiiions for such access and advise them of
Contractor's safety pracedures and programs so that they may comply therewiti� as appIicab�e.
13.03 Tests and Inspections
A. Contractor shall gzve City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate wrth inspection and tesiing pers.onnel ta facititate required
inspections or tiests.
B. If Camract Documents, Lar�vs or Regulations of any puhlic body having jurisdictinn require any
of the Work (or part thereof} to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and abtaining sue.h independent iu�spections, tests, retests or approvals,
pay a1I cos�s in connec�ion therewith, and furnish Czty tk�e xequired certificates of inspection or
approval; excepting, howeve�, ihose fees specifically identif'ied in the Supplementary Conditians
ar any Te�as Department of Licensure and Regulation (TDLR) inspections, which shall be paid as
descrbed in the 5upplementary Condrtions.
C. Coniractor shall be responsible for arran.ging and abta'ning and sl�all pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City's acceptance ai materials or
�quipment to be incorporatad in tlte Work; or acceptance ofmaterials, mi� des�gns, or equipment
submitted for approval prior to Contrac.l;or's purchase thereof for mcorpora�ion in i;he Work.
Such inspections, tests, re-tests, or approvaIs shall be perforrned hy orgar�izations acceptable to
City.
D. City may arrange for
perfarm any inspectians
C�ty.
the services of an indepen.dent testing labaratary (`°I'esting Lab") to
ox tests ("Testing") for any part of the Work, as determined salely by
1. Ciry rvill coordinate s�ach Testing to the extent possible, with Connactar;
2. Should any Testu�g under this Section 13A3 D result in a"�ail", "dicl nat pass" or other
similar negat�ve result, the Contractor shall be responsible t'or paying for any and aIl retests.
Carztractar's cancellation without cause df City initiated Testing shall be deemed a negative
result and requir� a r�test.
C1TY OF FOTt'P WOR7T-I
STANDARDCDNSTRl1CTI0N SPECIr[CA�1flN DOCiIME�TTS
Revision: Ma� 9,�2(i
flo�zoo-i
GENERALCON�ITION S
P� 49 af fi3
Any amounts owed for any re�ast under tnis Section 13.03 D shall be paid directly to �'te
Testing Lab by Cantractor. City will �'orward all invoices for retests to Contractor.
4. If Contractor fails to pay tl�e Testi�lg Lab, City wi_lI not issue Final Payment until the Testing
Lab is paid.
E. If any Work (ar ine wark of othe��s) that is to b� inspe.cted, tested, or approved is co�vered by
Cantracfior without written concurrence af City, Contractor shall, if requested by City, uncover
such Warl� for obseruation.
F. Llncoverin.g Work as px�ovided in. �'aragraph 13.03.E shall be at Contractar's expense.
G. Contractor shall ha�ve the right to make a Coniract Claun regarding any retest or invoice issued
under Section I3.03 D.
13.04 Un�overing Wn�k
A. Xf any Work is covered cantrary ta the Cox�tract Documents ox speciiic instructiQns by the City, i�
must, if requested by City, be uncovered far Ci�y's obser�atian and replaced at Cantractor's
expense.
B. If City considers it necessary or advi�able that covered Worlc be ohserved by City ar inspected or
tested�y others, Contractor, at City's request, shall uncover, expose, ar otherwise inake a�vailable
for obser�atian, inspectian, ar festing as City may requ�e, that portion oi the Work in qu�stion,
furnishing all necessary labar, material, and equipment.
If it is found that the uncovered Work is defective, Contractox shaIl pay alI claims, c.osts,
�osses, and dama•ges (iricluding but not limited to all fees and charges of engineers, arehitects,
attorneys, and oiher professionals and all court ar other dispute resolution cosfs) arising out of
or rela.ting to such uncovering, exposure, observation, inspection, and resting, and of
sati�factory replacernent or rec.onstruction (including Y�ut not 1'uni�ed tfl aIl costs of repau• or
replacern.ent of worl� af others); ar City shalI be entitled ta accept defective Work in accordance
wit1� Para�aph 13.08 iri whicli case Contraciar shall still be responsible for aIl casts assaciated
vvith exposing, observing, and testing the defecti�e Work.
2. If the �ancovered Work is nat �o�rnd to b� defective, Contractor shall be allovved an increase
ir► the Canixact Price ar an exfension affhe ContractTime, or both, direcfily attributable to such
uncovering, exposure, abservation, inspection, testing, repIa.ce�nent, and reconstruction.
13.05 City May Stop the I�ork
If the Work is d�fective, or Contractor fails to supply suf�f"icient skilled warlcers or suitable znaterial�
or equiprnent, or fails to perforrn the Work in such a way that the completed Work vvill conform io
the C:ontractDocuments, C�.y may order Contractor to stop th� Wnrk, nr any porCion thereaf, until the
cause for such order has been eliminated; hawever, this right of Crty to stop ihe Work shall not give
rise to any duty on the part af City to e�ez-cise this right far the benefit of Contractor, any
C[TY OP PORT WORTFI
STANDAItDCpNSTAqCT[ON SPECIFICATI�N DOCTTMENTS
Revisi4n: Madi 9, �0
aa�zoa-i
GENERALCANDITibN S
Page 50 af 63
' Subcontractor, any �upplier, any ather individua l or entzty, or any surety iror, or employee or agent of
�_ �ny of thern.
13.06 Correction o�Removal ofDefective Wo�k
A. Prompily after receipt ot' written notice, Contractor shall correct all defecfiive j7�Jarlc pursuant to
an acceptable schedule, whether ar nat fabricated, ir�stalled, ox con:zpleted, oz', if t�e Work hasbeen
rejected by City, reinove it from th� Project and replace it with Work thai is not defective.
Cantractor shall pay all c�.ims, costs, additional testing, losses, and damages {includirzg but not
lirnited to all fees and charges af engineers, arc.hitects, attorneys, and ather professionaIs and aI1
court or arbitratifln or other dispute resolution casts) �arising out of az' relating to such earrection
or removal (ineludivag but noi limzted to all costs of repair or replacement of work of others).
�ailure to i•equire the remaval of any defectiv� Work shall not constitute acceptance ofsuch Work.
B. When correcting defective Worlc ur�de�• the terms af this �'az'agraph 1.3.D6 or Paragraph I3.07,
Cont�actor shall ta�Ce no action that wauld void ar otherv�ise impair C�y's special warranty and
guarantee, if any, on said Work.
13.07 Cort�ection Period
A. If within two (2} years after the date of Final Aecepian�ce (or such longer periad of time as may be
prescribed by the tertns of any applicable special guarantee required by the Contract Dacuments),
any Work is found to be def�ctive, or if the repair oi any damages to the land or areas made
available %r Contractor's use by City or permi[ted b� Laws and Regulations as contern.plated in
�'aragraph 6.1d.A is found to be defective, Contractor s�all pramptly, withaut cost to City and in
accordance with City'� written irystructions:
1. repai�• such defecfiive land or areas; ar
2. correct such defective Work; ar
3. if the defect'rve Work has been rejectad by City, remove it from the Project and rep3ace it
vwith Wark tha� is not d�fective, and
4, satisfactarily carrect or repa�r or re�nove and replace any damage to other Wark, to the vvork
of others or other land ar areas resultir�g therefram.
B. If Contraator does not promptly camply with the terms of Ciry's wri�tten instructians, or in� an
emergency where delay v�+ould cause seriaus ri�k of loss ar damage, City may have the defeciive
Work corrected or repaired ar tnay have the rejected War�C r�rnoved and replaced. All claims,
costs, Iosses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, ar�d other prof�ssionaIs and all court or other dispute resolution costs} arising
out af ar relating to such cocrectian ar repai� or such removal and replacernent (including but not
li�nited to all costs of repair ar replacement of wark of others) vvilj ba paid by Contractor.
CI7"Y OF �'ORT WORTf�I
STANDARI]CONSTRIiCT[ON SPECIrICATION DOCUMENTS
Revision: Med� 4,2(120
0072OD-1
GENERA�CON�ITIQNS
T'age 5 l of 63
C. In special circ�unstan�es where a particular item of equip�nent is placed in cantinuous ser�iee
before FinaI Acc�ptance of all tha Work, the correction period for that item may sta�ito run from
an earlier date i� sa provided in the Contract Documents,
D. Where de�ective Work (and damage to atiher Work .resuIting therefram) has been correcl:ed or
removed and zeplaced under this �'aragraplt 13.Q7, the correction period her�ut�der with respect
to such Work may be required to be extended for an addi�ional period of one year af-ter the end of
the in�tial correciion period, City shall pro�vide 30 days written notzce to Cantractor should such
additional warranty coverage be required. Coniractor may dispute ihis requirezx�ent by �Iing a
Confract C1aun, pursuant to Paragraph ] 0.06.
�. Cantractor's obligations under this Paragraph 13.07 are in addi�ion ta any other obligation or
�warranty. The provisions of this ParagrapY� 13.07 shall not be cons�rued as a substitute for, ar a
vvaiver of, the provisions of any applicable statute of limitation or repose.
13.08 Acceptance ofDefective Wot�k
If, instead of requiring carrection or removal and r�placement of defecti�ve Worl�, Ciry prefers ta
accept rt, Czty may do so. Cantt'actar shall pay all cla:ims, costs, Iosses, and damages (including bui
not limi�ed to a11 fees and charges af en.gi�raee�'s, architects, attorneys, and other professionals and all
court or oiher dispute resolution costs) attributabl� to Czty's eval�aafian of and determinatian to accept
such defective Work and for the diminished value of the Work to the extent not otherwise paid by
Confiractor. It' any such acceptance nccurs prior to Fu1a� Acceptance, a Change Qrder will be issued
incarporating t�e necessary revisinns in the Cont�aci Documents wi�h respect to the Worlc, and City
shal� be entitled ta an appropriate decrease in the Contract Price, reflecting the diminished value of
Worlc so accepted.
13.09 CityMayCo�^�ectDefectrve YI�o�k
A. Ii Contractor faiIs within a r�asonable time aftar written notice frain City to correct defect�ve
Worlc, or to remove and replace rejected Work as required by CiEy in accordance wilh Paragraph
l 3.06.A, ar if Cantractor faiLs to perform the �Iork in accordance with the Contraci Documents,
or if Contractor fails to connply wi[tk� any other pra�ision of the Contract Documents, City may,
after se�en {'7) days writien notzce to Gontractor, correct, or remedy any such deficiency.
B, In exercising the rights and remedies under this Paragraph 13.09, City shall proceed
e�peditiously. In conneciian wit� such correntive or remedial action, City may excIude Contz�actar
from all ar part af the Sile, take possession oi alI ot part of the Work and suspend Contractor's
se�-vices related ihereto, and ancorparate in the Work a�l materials and equipmeni incorparated in
the Work, stared at the Site or for which City has paid Cont�actor but which are stored elsewh�re.
C.ontrac�tor shaIl allow C�,y, City's representatives, agents, cansultants, employee�, and C�.y's
other contractors, access to th� Si�� to enable Cit�y to exercise the rights and remedies undear this
P aragraph.
C. All claitns, costs, lasses, and damages (includ'mg but not limit�d tn aIl f�as and char�es of
engineers, architects, attorneys, and other prafessianals and ali court or otker dispute resolution
CITY �F FORT WORT��
STANDARDCONS'I'RUCT[ON SPBCIFICATION DOCUMENTS
Ttevision: Nfad� 9, 202�
D072D0-1
GE�iERALCANDITION S
Page 52 of b3
cosis) incurred or susiained by City in exercisu�g the rights and remedies under tkvs Para�aph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating tk�e
necessary revisions in the Coniract Documents with respect ta th� Work; and City shall be �ntitle d
td an appropriate decrease in the Contract 1'rice.
D. Contractor shall not
performance af the
Paragraph 13.09.
be allowed an extension of the Contract Time hecause of any delay iaa the
Work attributable to the a�ercise of City's rights and remadies under this
ARTXCLE 14 — PAYMENTS T� CONTRACT�R AND COMPLETION
14.01 Schedule of Values
The 5c.hedule of Values %r lump sum contaacts established as pro�rided in Paragraph 2..07 will serve
as the basis �ar progress payiments and will be incarporated into a forzn oF Application for Paymerrt
accepiable to City. Progress payments on accourit of Unit Price Warlc will be based on the number of
units completed.
14.02 P�agress Pay�rae�tts
A. flpplicatians for Payments.•
1. Contractar is r�sponsible far providing all inforrnation as required �o b�come a vendar of the
Crty,
2. At le.ast 20 days befare the date established in �he Ge�eral Requirements for each progress
payment, Contractor shall st�bmit fo City for review an Application for Payment filled out and
signed by Cantractor eovering t1�e Wark campleted as af the ciate of the Application and
accompanied by sueh supportin.g docuznentiation as �s reguiured by the Contract Docurz�ents.
3. If payment is requested on the basis of materials and equiprnent not incorporated in the VVork
but delivered and suitabIy stored at the Sit� or at another lacation agreed to in writing, the
Applic.ation for Payment shall a�o be ac.companied by a bill of sale, invoice, ar other
docUrrxentation waz�ranting that City has received the materials and equipment free and clear of
all Liens and evidence that ih� materials and ec�uipment are covered by appropriate insurance
or other arrangert�ents to protect City's interest therein, all of which must be aatisiactory to
ciry.
4. Se�inning �nrith the second Application for Paymer�t, each Application shaI1 ir�cluda an af�davit
of Contractor stating that previ�us prograss payrn�nts r�ceiv�d on account of the Wnrk have
been applied an account ta discharge Canixactar's legi�irnate obligations associated with prior
Applicaiions for Payment.
S. The amount oY' reiainage with respect to progress payments vcrill be as s�ipulaied in the
Contract Documents.
ca�ry o� �a�T wox�ri-z
STAtVDARDCUIVSTRUCTION SPECIFICATION AOCUM�IVTS
Reuision: Mad� 9, 2010
00720D-1
G��lERAL CONDIT ION S
Page 53. of G3
B. Review of Applications:
l. City will, after receipt of each Application for Payment, either indicate in writing a
recammendation of payment or return the Applic�tion to Cantractor indicating reaaons far
refusir�g payrnent. In the latter case, Cantractor may rnake the necessary corrections and
resubmit the Ap�lication..
2. City. 's processing of any payment requested in an Applicatio� far �'aynne�rt wili be based an
City's obs�rvatians of the executed Work, and on City's review of the Applicatioz� fox Payment
and the accompa.nying dafia and sch�dul�s, ihat to the best of City's lcnowledge:
a. the Wo�•I� has progressed to tlle point indicated;
b. the quali�ty af the Work is generally in accordance wiih the Contract Documents {subjact
to an evalual:ion of the Wark as a functioning whole prior to or upot� �'inal Acceptanee, the
results of any subsequent tests called for in the Cont�•act DocUments, a final deternainatiox�
of quantities and e]assifications %r Work perfarmed �ander Paragtaph 9,05, and any other
qUalificatians stated in the recommendatian}.
3. Processing any such payment will not thereby be deeined to have represented that:
a. 'rnspections made to clleck tlae quality or the quantity af the Wark as it has been
performed hav� be�n e�austiv�, extended to every aspect of the Wark irz progress, or
involved detailed inspectinns nf the Work beyond the responsibiliiie,� specifically assigned
ta City in the Caniract Documents; or
b. there rnay not be other tnatters or issues between the parties that might �ntit�e Conteactar
to l�e paid addiiiana�ly by Czty or entitle City to tl;�ithhold payment to Contractor, ox �
c. Contractor has complied with Laws andRegulations applicable to Contractor's perforrnance
of the W ork.
4. Ci�y may refuse to proc�e�s ihe whol� or any part of any payment bec.ause of subsequently
discavered evidence or the results of subsequent inspec�ions or tssts, and revise or revoke
any such payznent previously made, to sueh ea�ent as may be necessary tQ prot�ct City fi•am
loss because:
a. the Worlc is defective, or the completed Work has been darnaged by the Cantractor ar his
subcontractors, requiring corr�ction or rsplacement;
b. discrepancies in quantrties contained in previous applications far payment,
c. the Contract Price has been reduced by Change Orders;
d. City has been required to conrect defectiva Work or camplete Work in accardance wi�h
Paragraph 13.�9; or
CITYOFFpRT WORTH
STANdARDCONSTRUCTIOIV SPFiC[FICATjON DOCLTMENTS
Itevisi an: Madi 9, 202D
oo�zaa-i
GENERALC�K�.ITIQK S
Page S4 qf 63
e. City has actuaI l�rawledge of the occurr�nce of any af the evenis enumeratad in
Paragraph 15.02.A.
C. Retainage:
l. �'or contracts less than $400,OQ0 at the iime of e�ecution, retainage shall be ten p�rcent
(IQ%).
2, For oontracts greater fk�an $400,000 at the time of e�ecution, retainage shall be five percent
(5%).
D. .�iquidated Damages. For each caIendar day �hat any work shall remain Uncompleted after tha
time specifried in the Contract Docurnents, the sum per day specifed im the Agreement, will b�
deducted from the tnonies due th� Contractor, not as a penalty, but as liquidated damages suffered
by tha City.
E. Pa,�ment: Contractor will be paid pursuant to the requirement,s of this Article 14 and payment
will become due in accardance with the Contract DocLunents.
F. Reduction in Payrrtent:
1. Ciry may reiuse to ma�Ce payment of the amount requested beeause:
a. Liens have been filed in c�onnection with. the Worl�, exc�pt where Contractor has
delivered a spec�ic bond satisfactory to City to secure the satisf.actzon and diseha�•ge of
such Liens;
b. there are other items antitling City to a set-off against the arnount recommended; ar
c. City has act�al laiowledge of t�e accurrance of any of the events enumerat�d in
Paragraphs 14.02.B.q�.a through 14.02.B.�.e or Paragraph 15.d2.A.
2. If Gity refuses to make payment oi fhe amount re�ues.ted, Crty �will give Contraetor wriiter�
notice stating the reasons %r such action and pay Contractar any arnaunt remaini�g aft�r
deduction of the amount so withheld. Cfiy shall pay Contractor the amount so vc�ithheld, or any
adjustment thereto agreed to by Ciry and Contractor, when Coniractor remedies the reasons
%r such action.
14.03 Cont�actor's T�YarNanty of Title
Contractor warrants and guarantees that title ta all Work, materials, and equipment covered by any
AppIication far �ayment, whether incorporated in the Project ar nat, will pass io City na ]ater than the
time of payment fre.e and clear oi all Liens.
CITY QF k ORT WORTH
STANDA3tDCQN5TR�3CTI01� SPECIFICATIdN DOCiJ1ViENTS
Revi s1on; Madi 9, 2020
OD7200-1
GENERA� CO�Jnl71(3N S
Page 55 oF G3
14.04 Partial Utilizatian
A. Priar to Final Acceptance oi all the Worlc, City may use or occupy any substairttally coinpleted
part of 1:he Work whzch has spec�'icaIly be�n idenYif'ied in the Contract Documents, or which City,
deterrnines constitutes a separately functionmg and usable pari of the Work that can be used
by �ity foi• its intended purpose without significant interference vvith Contz�actor's perfarmance of
the remainder oftY►e Worlc, City atany time may notify Cantractor ir� writing to perix�rt City to use
or occupy any s�ach part ofthe Work which City detaz'mines to be ready �or i�s intended use, subject
to ih� fol�owing canciitions:
1, Cont�•actor at any time may notify City in writing i;hat Coniiractor ca�Lsiders any such part of
the Work ready for zts iu�ten.ded use.
2. Within a reasonable time afl:er notification as enumerated in Paragraph I4.OS.A.1, City and
Contractor shall make an inspeeiion of that part of th� Work to dete��mine zts sfatus af
compleiian. lf City does not consider that part of the Worlc ta be substantially co�nplel:e, Czty
vvill notify Contractor in writing giviug the reasons therefor.
3. Partial Utilization wiIl not constrtute �inal Acc.eptance by City.
l.A�,05 Fanallnspectian
A. Upan writ�en notice from Contractor that the entu•e Work i� complete in accordance with tne
Contract Documents:
1. r�vithin 10 days, Czty wiil schedule a Final Inspection w��11 Con.iractor.
2. City will notify Contxactor in writing of all particulars in which this inspection reveals that
the Work is incompiete or d�fective. Contractor shall immediately talce such xneasures as a�
necessary ta cornplete such Warlc ar rem.edy such de�iciencies.
B. No tune charge will be made against the Cantractor between said date of notification of the City.
and tha date of Final Inspection. Should the City determine that the Work is not ready far Fina�
Inspection, City will n.otify the Confiractor in writing o�'the reasons and ContracfiTffne will resume.
1A�,06 FinalAcceptance
Upan camp�etian by Contractar to City's satis faetion, of any additional Worlc identified i� the Final
Inspection, City will issue ta Contractar a letter of Fizial Acceptance.
C1TY OF FaRT WOIiTH
STANDARDCONST�tUCT[pK SPECIFICATIOIV DOC[IIvIENT5
Revision: Mad�9,2p2I1
OD7200-]
G�N�RALCQNDITIOiJ 5
Pa�e 56 of b3
14.07 Final Payment
A. Applicataonfar Payment:
l, Upon �inal Acc�ptance, and in the opini�n af City, Conh•actor may make an application for
final payment follawing the prac�dure for progress payments in accordance with th�
Cantract Docutt�ents.
2. The �nal Application fot• Payment shalI be accompanied {except as previously delivered) by:
a. all documentation called far in the Contract Docuznents, ineludmg but not lirnited to f11e
�� evidence of insurance required by Paragraph 5.03;
b, consent of'the suret}T, if any, io final payment;
c. a list of all pending or released Dair�ge Claims against City that Contractor believes are
unsettIed; and
d. �ffidaviis af payinents and co�nplaie and legally effective releases or waivers
(satisfactory tp City} of a31 Lien rights arising out of or Li�ns fi�ed in conn.ectian with the
Work.
B. Pay�azeniBecomes Due:
1. After City's aceepta�nce of tJ�e 1�ppIication for Payment and accornp�nying docurnentation,
requested by Contractor, less previous payznents made and any sum Giry is entitled,
including but not li�vt�d to liquidated damages, will become due and payable.
2. After alI Damage CIaims have been resolved:
a. directly by the Contract�r or;
b, Contractor providcs evidence that the Damage Claim k�as been repor��d to Gorrtractor's
insurance provider for resalution.
3. The making of the f�nal payrrient by tne City shall not relieve the Confi�actor af any
guarantees or other requirements of the Gontract Documents which specif'ically cantitiue
�hereafter.
I4.08 Final Com�letion Delayed and ,�a�ial Retainage Rslease
A. �f £'inal completion of the Work is significantly delayed, and if City so confirrns, Ciry inay, upon
receipt of Contractor's final Applioation for Payment, and without terrninating �he Gantract, tnake
payrz�ent of the balance due for that portion of the Work fuliy completed and accepted. If the
remaining balance to be held by City %r Work not fully completed or correcied is 1�ss than tl�e
retainage stipulated in Paragraph 14.02.C, and i� bonds �ave been furnished as requirecl in
Paragraph 5.02, the written consent af the s�rety to the payment af the balance dtte for that
C1TYpF PORT WORTH
STANDARpCONSTRIICTIOM SPECIFICATION DOCLIMENTS
Revision: 1VIad� 9; �
oo�2oa-i
GENERALCONpITIQN 5
Page 57 of 63
portion af tY�e Work fuIly cotnpleted and accepted shaIl be submiited by Contractor ta CiLy with
the �1.pplicatian for such payment. Such payznent shall b� made under the terms and condi�ions
governing firial payment, exeept thai it shall not canstitute a waiver a� Contract Clauns.
B. Partial R�tainc�ge.l�elease. �'or a Cantract that provides for a separate vegetative establislunent
and rnaitlt�nance, and test and performance periods following the completion of all ather
construction in th� Contract Docuz�z�ents for all Work locations, the City may �release a poi�tion of
the azxao�ant retained pra�ided ihat all other work is completed as determined by the City. Befoz•e
the rel�ase, all submittals and fmal quantzties must be completeci and accapted far all othei� worlc.
An amount sufficient to er►sur� Contract compliance wilI be retained.
1�.�9 �aiver of Clair�rs
The acceptance offu�al payinent will constituCe a ralease of the City frotn all claims or liabilities
under the Contraet for anything done or iurnish�d or relating to the work under the Contrract
Documents or any act or negleet of Cily related to or connected vvith the Cantract.
ARTICLE 15 — SIISP�NSI�N OF WORK AND TERMINATION
15AI City May Suspend Yyorlc
A. At any time and vvithout cause, City may suspand the Work ar any portian thareof by written
notice to Contractor and which inay f� the date on which Worlc wi�l be resumed. Cantractar shall
resume the Work on the date so fixed. During tempnrary suspension of the V�orl� covered by 1:hese
Contract DocUz�nents, far any reason, the Czty will make no extra payment for stand-by tim� of
constructian �quipment andlor construction crews.
B. Should the Cantractor not be able to complete a portion af the Praject due to causes beyond the
contral of and wi�hout the fault or negligence oi the Contractor, and should i� b� determined by
mLitual cansent of tk�e Con�ractor and Czty that a solutinn to allow construction to proceed �s not
avaitable wrthin a reasanable period of time, Contractor may request an. extension in Contract
Time, directly attrbutable to any such suspansion.
C. If it should become necessary ta suspend the Work for an indefuute periad, the Contractar shall
store all rnat�rials in sueh a zx�axu�er th�t fihey will not obstruct or impede the public unnecessarily
nor became damag�d in any way, and he shaIl take every precautian to prevent damage or
daierioratian af the work parfoi�rned; he shau pravide suitable drainage abaut the work, and erect
t�mporary str�ctu�res where necessary,
D. Contraetor irtay be reimbuxsed for the cost of moving his equipmenfi off the job and zeiltrning the
neces�ary equi�ment to the job when i� is detarmined by the City that canstruction m.ay be
resumed. Such reiml�urseinent shal] be based on actual cost to the Contractor of inovmg the
equzpznent and no pro�rt will be all�wed. Reimbursem�nt may not be allawed if the equipment is
moved to another canstruction project for the City.
CITY OF FORT WOR'IT3
ST'ANDARDCONSTAtICTION SPECIFIGATION DOCUMENTS
Revision: � 9,2020
oo�2aa-�
G�NERAL CANDITION 9
Paga 58 af G3
15.02 City May Te�minate far Cquse
A. The occurrenee ofany one or more af the follo�tring events by way of example, but not of lirza�tation,
may justify termination fo�• cause:
1. Contractor's p�rsi�tent failure ta perfarm the Work u1 accordance with the Gontrac� Documents
(including, but not lirr�ited to, failure to supply suf�cient skill�d workers or suitable mate�•ials
ar eyuiprnent, failure io adhere to the Project �chedule established under Paragraph 2.07 as
adjusted from tur�e ta ticne pursuant to Paragraph 6.04, or failuz•e to adhere to the City's
Business Di��rsity Enterpri�e Ordinance #20020-12-2011established under Paragraph
6.06.D};
2. Con�ractor's disregard of Laws ar Regulations oi any public body having jurisdiction;
3. Contractor's repeated disregard of the authoriry of Ciry; or
4. Cantractar's vi�lation in any substantial vvay of any provisions af the Contract Dacuments;
or
5. Contractar's failure to promptIy xxia�e good any defect in materials or workmanship, �r
defects of any nature, the correetion of which has bean directed in writing by the City; ar
6. Substantial indication that the Cantractor has made an una�athorized assigntnent of the
Contract Qr any �unds due therefram for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Cnntractor has become insolvent or ban�crupi, or oiherwise
fmancially unable to carry on the Worlc satis�actorily; ar
$. Contractor cammences legal action in a court of competent jurisdiction agamst the City.
B. If ane oz• nnore of the events identified ir� Paragraph 15.02A, occur, �ity will provide writien notice
to Coniractor and Suraty to arrange a conference with Contiractar and Surety to addrass
Contractor's fa�Ture to perform the Wark. Conference shall be held noi lat�r th�n 15 days, after
receipt of notice.
1. If the City, the Contractor, and th� Surety do not agree to allow the Contractor to proceed to
perforrn the eonstructinn Contract, the Ciry naay, to the extent permitted by Laws and
Regulations, declare a Contractor default and formally terminate the Contractor's right to
connplete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received natice of conference to address Contxactor's failure ta
parform ihe Work.
2. If Contractor's serviees are terminated, Surety shall be obligated to take aver and perforna the
Work. If Surety does not commene� p�rFormance thereaf within I S conseeutive calendar days
after date of an additianal wri�ten notice denn.anding Surety's perfortnance of i�s
C1TY OF FOKT WOATH
5Tt1NDAR1]CONSTRUCTTON SPEC[FICATIpN DQCLTMENTS
RBvi sion: Madi 9, �0
oo�aoo-�
GENERALC�NQITIONS
Page S9 of 63
obligatzans, �hen City, witllout process or action at law, znay talce over any port�on of tihe
Work and camplete it as described below.
a. If Ciry completes the Warlc, City may exclude Cont�ractor and �uzety fra�n the site and
talc� possession of the Work, and all materia�s and equipment irieorporaied in.to the Worlc
stored at th� Siie or for which City has paid Contractar or Surety but which are stored
elsewhere, and f�nish the Wark as City inay deet� expedient.
3. Whether City ar Surety completes the Wark, Contractar shall not be entitled to receive any
fui�ther payinent until the Work is finished. I�' �he unpaid balance of the Cpntract Price �xceeds
all clauns, costs, loss�s and damages sustained by City arising out of or resulting from
completittg ihe Worl�, such excess will be paid to Contraetor. If such clauns, costs, losses and
datraages exceedsuch unpaid ba]ance, Coniractor s�all pay the ciifference to City. Such claims,
casts, losses and darnages incurred by City will be incarporal:ed in a Change Order, provided
that w�en exercising any rights or remedies �nder this Parag�raph, Crty shall not be reguired to
obtain the lawest pric� fox tk�e Work performed.
4. Neither City, nor any of its respective cansultan�s, agents, of�cers, directars or e3nplayees
shall f�e in any way liable or accountabl� to Contt'actar or Surety for ihe meY,hod hy which the
completion of tlie said Work, or any partion thereof, may he accomplished or for the price paid
iherefaz•.
Ci�y, notwithstanding the �nethod used in completing the Contract, shaA not �or%it the right
to recover damages from Gantractor or Surety %r Cantractar's failure to ti�xieIy camplete the
entire Contracf. Contiractor shall not be e.ntitled to any claim on account of t�e method used
by City in completing the Contract.
6. Maintenance of the Work shaIl contiinue to be Contractor's and Surety's responsibilities as
provided for iri the boncl requuements of the Contr•�ct Documents or any speeial guarant�es
provided for under the Gontract Docuinents ar any other abligations otlaerwise prescribed by
]a.w.
C. Natwithstanding Paragraphs 15,02.B, Coni�actor's services will not be �errninated if Contractor
begins within seven days of receipt of notice of intent to texminate to correct its failure to perform
and proceeds diIigently #o cure such failure vvithin no more than 30 days of receipt of said notice.
D. Wher� Cont�•actor's services have been so terminated by Ciiy, the termination will not affect any
rights or remedies of City against Ca�tiractar then existmg or which may thereafter acarue. Any
retentian ar payment oi moneys due Contracior by City will not release Contractor from Iiability.
E. If and to the extent that Contractor has pro�vided a performance band under the prnv�sions af
Paragraph 5.02, the termination pracedures of that bond �hall not supersede the provisians of thi�
Article.
CTTY OF xD�tT WORTH
STANDARDCONSTRUCTI01� SPECIPICATFdN DOCiIMENTS
Revisinn: A+Tadi9,20?A
oo�zoo-�
G�NERAI. CDNpiTlON 5
Page 60 of G3
15.03 City Mrxy Te�minate For Convenience
A. City may, without cause and withaut prejudice to any other right or remedy of City, terminate fhe
Cantract. Any termination shall be effectedby mailing a notice of the ternvnation to tl�e Con�ractax
specifying the exient to whieh performance of Work under the canfract is terminated, and 1:he date
upon whzch such termination becomes effective. Receipt of the notice shaIl be de��ned
canclusively pr�sumed and established when the letter is placed in the United StatesPastal Service
Mail by the City. Further, ii shalI be deemed conclusiv�Iy presumed and established ihat such
terminatian is t�ade with just cause as therein stated; and no proaf iin any clainn, demand or suit
shall be re�uired of the Ciry regardir�g such cliscretionary action.
B. After receipt of a notice of terfnination, and except as ofharwis� directed b� the City, the
Contractor shall:
1. Stop work undar the Contract on the date and to the extent spec�ed in the notice of i�rnvnation;
2. p]ace no fiir�ther orders or sU�contracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under tlae Contract as is not terminated;
3. terminate ail ord.ers and subcontracts to the extent that ihey relate to the performance of the
Work terminated by nqtice of terrx�ination;
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 zr�aterial produced as a parY of, or acquired in cannectzon wikh the performanca of,
the VVork ternlinated by th� notice of the terrnir�ation; anci
b. the compl�t�d, or partialIy ca�npleted plans, drawings, iriforination and other praperty
which, ifi' the Contract had been completied, �+pu1d have been required to be furnished to
the City.
5. camplete parformance oi such Work as shall nat have been termuia.t�d by the notice af
termination; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservatian of the property related ta its coniract which is in the possession of th.e
Contractor and in �vhich the owner k�a� or may acquire the rest.
C. At a tirrze not ]aier than 30 days afterfhe terniination date specified in the natiee of termination,
the Contractor may suhmit to tha City a list, certified as to quantity and quality, of any or all items
of termination inventor� nat previausly disposed of, exclusive of i�ams the disposition o£ which
�as been directed or au�orized by City.
C1TY OF PORT WORTH
STAIVD�RDCONSTRUCTION SPECIFICA'f10N DOCUMENTS
Revision; Nfadi 9, 2(�l0
oo�zoa-1
GENERAL CON➢1T IQN 5
Page 61 of 63
D. Not later than 15 days therea�'ter, the City shail accept title to such rte�ns provided, that the list
submitted shall be subject to verificatian by the Crt.y upon remo�al of the items ox, if the rteins are
stored, within 45 days frozn the date of submission of the 1ist, and an� necessary adjust�x�ents to
corr�et the list as submitted, shall be made prior to �nal settleinent.
E. Not later than 64 days after the notice oF iermination, the Cantractor shall submit his termination
claun to the City in the %rm and wifh the certification prescribed by the City. Unl�ss an e��nsion
is made iza writing withi�l such 60 day period by ihe Contractor, and gran:ted by the City, any and
all sucl� claims shall be canclusively deemed waived.
F. In such case, Contractor shall be paid for (withaut duplication of any items):
1. eampleted and acceptable Work executed in ace�rdailcewith the Caniraet Documents �i•ior
to the effective date of terminatior�, including fair and reasonable sums for pverhead and profrt an
such Wark;
2. expenses sustain.ed p,rzor to the effectit�e date of termination in performu�g services and
furnishing labor, materia]s, ar equipment as reyuired by the Cor�tract Documents in connection
with uncomplet�d Work, plus fau• and reasonable sutns for overhead and profrt on such e�penses;
and
3. �•easonable expenses directly attributable to ter�n�ation.
G. In the event of the failure of the Coniractar and City to a�eee upon the whole arnount ta be paid
to the Contraetor by reason of the texzxainatian of the Work, the City shall determine, on the basis
ofin%rmation available 1;o it, the amount, if an.y,. due to the Contracfior by r�asonnf the iermination
and shall pay to the Contractar ihe amounts determit�ed. Contractar shall not be paid on account
af Ioss �f anticipated profrts or revenu� or other economic loss arising out of ar resulting �rom
such termination.
ARTICLE f 6-- DISPUTE RESOLUTION
16.01 Methods and Procedu�es
A. Either City or Coniractor may request mediatian of any Contract Claim submitted for a decision
under Paragraph 10.06 be�or� such deeision becomes �nal and binding, The request for mediation
shall be submitted to the other party to �he Cantract. Timely subrnission of the request shaII stay
the effect of Parag�raph 10.Q6.E.
B. City anc� Cnntractor shall participate in the mediatian proce�s in good farth. The procass s�aall be
eommenced within b0 days of filing of the request.
C. rf fhe Contract Claim �s not resolved by mediatian, Czty's action under Paragraph 10.06.� or a
denial pursuant to 1'aragraphs 10.06.C.3 or 10,06.D shall beconne �nal and binding 30 days after
termination of the znediatian unless, within that time period, City ar Contractor:
cIT� or �o�T wo�Tx
STANDARDCONSTRUCTION SPECIFICAI'i�N DOC[JME]VTS
Revision: Mad� 4,202D
oo�zoa-�
��r��►�.�cor�oiriaN �
Page 62 of 53
1, elects in wriiing to invoke any other dispuie resolution process provided %r in the
SUpplernentary Conditions; ar
2. agrees with the other party to sabrnit the Contract Claun to anather dispute resolution
process; or
3. gives written notice to the other party of the inient to subrrmit the Contract Claun to a court oi
cornpetent jurisdiction.
ARTICLE 1 i— MISCELLANE��CI S
1'1.Q1 GtvingNotice
A. Wheneve.r any provision of ihe Contract Documents x•equires the giving of waritfien notiee, rt wi31
b� deemed to have been validly given if:
1. delivered zn person to ihe individ�aa 1 ar to a member of the firm or to an of�icer of the
corparation for whom it is u�tended; or
2. delivered at or sent by registered ox certified mail, postage prepaid, to the �.st business
address known io the giver of the notice.
B. Business address changes tr�ust be promptly made in writing to the other party.
C. Whenever the Cantract Documents speci�'ies giving notice by electronic means such el�ctronic
notice sk�all be deemed sufficient upon confirmation af rec�ipi by t�re receiving party.
17.02 Camputation ofTrrrres
Whan any p�riod o� time is re�'erredta in the Contract Documents by days, it will be computed to
exclude the first and ir�clude the lasi day of such period. If the last day of any such period falls on a
Saturday or Sunday ar on a day made a legal holiday the ne�t Working Day shall becarne t1�e last day
of the period.
17.03 Cumulative Remedies
The duties and obligations impos�ed by �hesa General Conditions and the rights and rerrxedies available
hereunder ta the parties hereto are in add�tion to, and are not ta be const��aed a.n an.y way as a limitation
oi, any rights and rernedies available to any or all of them which are otherwise impos�d or availabie
by Lar�s or Regu]ations, by special warranty or guarante�, or by other provisions of t11e Contract
Documents. The provisions of this Paragraph will be as effecti�e as if repeated specifically in the
Contract Docutnents in connectian with each particular duty, obligaiion, right, and remedy to �rhich
they apply.
CITYOP FORT WOR'�{
3TAIVDARDCOIVSTRIfCT10.N SPBCirICAT[ON dOClJME1VT8
Revisi on: Mac� 9, 2024
ao�rzao-i
GENERALCONpITIONS
P�ge 63 of b3
17.Q4 SurvivalofObligations
All representations, indemni�icatzons, wazz•anties, and guarantees mad� in, required by, or given in
accordance with the Contract Documents, a,� well as all continuing obligations indicated in the
Confract Documents, will sur�ive final payment, campletian, and acceptance of the Work or
terminaizon or completion of the Contract or terinination of t�e services of Cont�actflx'.
17.05 Headings
Article and para�raph headings are i�serted #'or convenience only and da �ot constitute parts of tl�ese
Gene�•al Conditions.
C!T'Y OF F012T WORTH
STANDARDCONSTRUCTiON SP&CI�ICATIdN DOCUMENT'S
Revision: Ma�di 9, 20�Q
00 73 Ofl
Si1YPLEMEI�FTARY CflIVDIT70]VS
Page 1 of 5
�ECTION 00 73 OU
SUFPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
5upplemantary Conditions
These Sup�lementary Canditions modify and supplement Section 40 72 00 - General Conditions, and other
provisians 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 rna.di�ed ar supplemented. ,A11 pravisians
of the General Conditions which are nat so mad�ed ar supplemented rema'rn in fttll force and effect.
Aa�ned Terunis
The tenns used in th�se Supp.lementary Conditians which are defined in the General Canditions have the
meaning assigned ta them in the General Conditions, unless specifically nnted herein.
Modi�eations and Supplements
The following are instructions that modify or supplement specifc paragraphs in the General Condi�ions and
otI�er ContractDocUments.
SC-3A3B.2, "Resolving Discrepancies"
Pians govern over Specif cations.
SC-4.OlA
Easement limits shown on the Drawing are approximate and were pravided to establish a basis for bidding.
Upon receiving the �nal easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SG4.OIA.1., "Avxilabil�ty of Laa�ds"
The following is a list of known outstanding right-of-way, andlar easements to be acquired, if any as of
7une 25, 2021'
Oatstanding Right-Of-Way, and/or Easernenta to Be Acqui�•ed
PARCEL OWNER TARGE"T DA'I'�
NUMB�R OF POS5ES5ION
Rlone
The Contra¢tar understancEs and agrees that the dates listed abov�e are estimates only, are not guaranteed,
and do not bind the City. �
If Contraetor considers the iinal easements provided to diifer maierially from the representations on the
Contract Drawings, Contractor shall wi#hin five (5) Business Days and 6efore proceeding with the Work,
notify City in writing associated with the differing eas.ement line locafions.
CITY OF FQRT WflRTH 2O21 WAT�R MAIN LEAK
STANDARD CQNSTRUCTION SP�CIFICATION DOCUMENTS REYAIR CONTitACT
Revised March 9, 202Q Cety ProjectNo. 103327
00 73 00
SUPPLLMLNTARY C.ONDI'1'lON5
5C-4,01A.2, °°AvailabiIity of Lands"
Utilities or obs�ructians tn be remo�ed, xdjizsted, aazd/or �•elocated
Page 2 af 5
'I'he following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of June 25, 2021
B�PEC"I'ED UTILI'FY AND LOCATION
OWNER
None
TARGET DATE OP
ADJUSTMENT
The Contractor understands and agrees thai the dates listed aba�e aee estimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., "Subsurf�ce and Physical Cnnditions"
The follawing are reports af exploratians and tests of subsurface cond'ttions at the site of the Wnrtc:
None
'I'he fa][awin� are drawings af physicaE conditions in ar relating to existing suriace and subsurface
sfructures (excapt Underground Facilities} which are at or cantiguaus to the s�te of the Work:
Non�
SC-4.UGA., "HazArdous Environmen�al Conditions at Site"
'I'he fallowing are repot�s and drawings of existing hazardous environtnental conditions known to the City:
None
SC-5.Q3A., "Carti�cfltes af Insu�•ance"
The entities ]isted balaw are "additional insureds as their interest may appear" including fhair respective
o�zcars, directors, agents and employees.
(1} City
(2j Consultaz�t: None
(3) Other: None
SC-SA4A., "Cout�•actor's Ins�rance"
The limits of liability for the insurance required by Paragraph GC-5A� shall pro�icEe th� following
coverages for not less than the following amounts ar greater whera r�nuir�d by laws and regu[ations:
5.04A. VVorkers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Emplpyer's liabiiity
$100,O�Q each aceidentloccurrence
$100,OQ0 Disease - each employee
$5.00,040 Disease - policy limit
CITY OF FORT WORTH 202] WATERMAINL�AK
STANDARD CONSTRUCTipN SPECIFfC.�TJON DOCUl�ENTS REPAIR CONTRACT
Revised March 9, 2�20 City Project Nn. 1033�7
00 73 QO
SUPPLEMENTAKT' CONDITIDNS
Page 3 oi5
SC-5.04B., i°Contractor's InsurAnce"
5.04B. Comrnercial General Liability, under Paragraph GC-S.04B. Canf��actor's I,iability Insurance
under Paragraph GC-5.04B,, which shall be on a p�er project hasis covering the Coniractor with
minimutr� limits of:
$1,000,000 each oceurrence
$2,Q00,00� ag�-egate limit
The poiicy must have an endorsement (Amendment — Aggregate Limits of Insurance) mai�ing the
General Aggregate Limits apply separately to each jol� site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Verification of such coverage znust be shown in the Remarks Article of the Cer�iicate of Insurance.
SC 5.04C., "ContrActor's Insurance"
5.(14C. Automobile Liahility, undar Paragraph GC-5.04C. Coniractor's Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the follaysring amounts:
(I) Automo6ile Liability - a commercial business policy shall p�•ovide co�erage on "Any Auto",
de�ned as autos owned, hired and non-owned.
$1,Q00,000 each accident an a cambined single limit basis. Split limits are acceptable if Iimits are at
leasi:
$250,000 Bodily Injury per person /
$SOO,OQO Bodily Injury per accident /
$100,{iQ0 Praperty Damage
SG5.44D., `6Contracfor's Insurance"
The Gon�'actor's construction activiti�s wiIl require its emplayees, agents, subcontractors, equipment, and
material deliveries to e�•oss railroad prope��ties and traeks None
Tha Contractor shall canduct its aperations on railroad properties in suah a inanner as not to interfere with,
hinder, or abstruct the railroad campany in any manner whaisoe�er in the use or operation of itsltheir traips
or oiher properry. Such operations on railroad properties may require that Contractor to execute a"Right of
Entry Agreement" wzth the partieular railroad company or campanies involved, and to this end the
Contractar should satisfy itself as to the renuirements of each railroad company and be prepared to execute
the right-of-entry (if any) required by a raiiroad company. The requirements specified herein likewise relate
to the Cantraetnr's use oiprivate ar�d/or construc#ion access roads crossing said raitroad cornpany's
properties.
The Conteactual Liability co�erage req�xired by Paragraph 5.04D of the General Conditio�zs shall provide
caverage for nat less than the following amounts, issued by companies satisfactory to the City and to the
Railt•oad Company for a term that cnntinues for so long as tha Ctintractor's operations and wor1� cross,
occupy, or touch railroad property:
(1) General Aggregate:
(2) Each Occurrenca:
Required far this Contract
CTTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Mazch 4, 2020
$Con�rtn, Lirnits with Railroad
$Confirm Limits with Railroad
X Not requira.d for this Contraet
2021 WATER MA1N iEAK
REPAIR CON"i"R.ACT
City Proleci No. 103327
00 �� ao
SUPPLBMLNTA�tY COAIDITIONS
P�tge 4 of 5
With r�spect to the above autlined insuranc�: requirements, th� fallowing shall govern:
1. Where a single railroad nompany is involved, the C.ontractar stial[ prouide one insurance policy in
the name of ttie railroad carnpany, Hawever, if rreore than one grade separation or at-grade
crossn�g is affeeted b� the Project at entirely separate locations on the fine o�• lines of the sa�ne
railraad company, separate coverage may be required, each in the amnunt stated abnve.
2. Where more than one railroad company is operating on #he same right-of way a�• where several
railroad companies are involved and operated on their own sepu•ate rights-of-way, the Contractor
may be required to p�'ovide separate insurance policies in the name of each railroad company.
3. If, in addition to a grade saparation or an at-grade crossing, other work or activity is praposed on a
railroad company's right-of-way at a[acatian entirely separate fram the grade se�aration or at-
grade crossing, insurance coverage fnr this work m�ist be ino[uded in the palicy covering the grade
separation.
�4. If no grade separation is involved but other work is proposed on a rail��oad company's �•ight-of-
way, all such other �t+orlc may be covered in a single policy for that railroad, even though the worfe
may be at two or more separate loaations.
No work or activities on a railroad company's property to be perfarmed by the Coni�actor shall be
commene�d until the Contractor has furnished the City with an origina] poliey or policies af the insurance
for each railroad company named, as required above. All such insurance must be approved by the City and
each affected Railroad Company prior to the Confractor's beginning work.
The insurance specified above must be carried until alE Work ta be performad on the railroad right-of way
has been coznpleted and the grade crossing, if any, is no Eonget• used by the Contraetor. � addition,
insurance must be carried during all maintenance and/ar repair woxk perfozxned in the railraad right-af way,
Such insurairca must name the railroad coinpany as the insured, togetheE• with any tenant or lessee of the
railraad company operating over tracks involved in th� Project.
SC-6.04., "Project Schedule"
Project schedule shall be tiei• 1 for the project.
SC-6.07., "Wage Rates"
The follo�ving is the prevailing wage rate table(s) appiicahle to this projeet anet is provided in the
Append'zx�s:
GC-fiA7 2013 Prevailing Wage Rates (Hea�y & H'rghway Consiruction Projects}
A copy oFth.e table is also available by accessing the City's website at:
htt s:lla s.fortworthtexas. ov/Pro'ectResources/
You can aceess the file by foIlowing the directory path:
D2-Construcfiion Docurnents/Specifications/Div00 -- General Conditiorzs
SC-b.09., "Permits and Utilities"
SC-(.U9A., "Contracter obtained permits and licenses"
The follawing are known permits and/ar licenses required by the Contract to be acquired by the Contractor:
None
CTTY OF FORT WORTH 2O21 WATER MAIN LEAK
STANDARD CONSTRUCTION SPECIFICATION 1]OCUMENTS REPAIR CONTRACT
12evised March 9, 2020 City Projcct No. ]03327
no �3 oa
SUPPLENIEN'1'ARY CONDI7'IQN5
Page 5 af 5
SC-G.U9B. f°City obtained permits and licenses"
� The foIlowing are known permits andlar licenses rec�uired by the Contract to be acquired by the City: None
SC-6.09C. "Outstauding permits and licenses"
The following is a list of i�nown outstanding pe�•mits and/or lieenses to be acc�uir�d, if any as of lurie 25,
2021:
Outstanding �ermits andlorr Licenses ta Be Acqui�•ed
OWNER PERNIIT OR LICENSE AND LOCATION
i11W11�
TARGET DATE
OF P055ESSION
SC-7.02., "Caordinaiion"
The individuals or entities lis#ed belnw have contracts with the City for fihe performance of other work at
the 8ite:
Vendor �co e of Worl� Coordin�tion Authorit
None
SC-8.41, "Commu�uications to Contractar"
None
SC-9.Q1., "City's Project Manager"
�
The City's Project Manager for this Contract is 7. Chris Undenvood, ar hislher successor pursuant to
written notificatian from the Director af WAter Department
SC-13.Q3C., "Tests and Inspections"
None
SC-16.01C.1, °°Methods and Procedares"
Nane
�
�
END OF �ECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1122120'f6 F. Griffin SC-9.01., "Cifiy's Project Representative" wording changed to City's Project
Manager.
3l912020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's
website.
CITY OF FO�tT WOCtTf�
STAYVDARD CON5TRi3CT[ON SP�CIPICATIOt�f I]OCUMENTS
Revised March 9, 2020
2021 WATER MAiN LEAK
1tEPAIR CONTRACT
Cicy ProjectNa. 103327
�
oi��oo-i
5lIMMARY OF W012K
Page 1 af 3
�
2
3 PART l. - GENERAL
4 11 SUMMARY
sECTroN ai ii o0
STJMMARY OF WORK
S A. SecHon Includes:
6 1. Summary of Work to be perforined in accordance with the Contract Docu�nents
7 B. Deviations from this City of Fart Worth 5tandard Specification
S I. None.
9
10
11
12 1.2
C. Related Specification Seetions include, 6ut are not necessarily Iimited to:
1. Di�ision 4- Bidding Requirements, Contract Forms, and Conditions ofthe Cont�tact
2. Division 1- General Requirements
PRiC� AND PAYM�I�TT PROCEDiIRES
13 A. Meas�xz'e�nent and Payment
14 1. Wark associated with this Itein is considered subsidiary to the various items bid.
15 No separate payment wi116e allowed for this Item.
lb i.3 REFERENCES [NOT iTSED]
I7 1.4 ADMINISTRA'I'IVE REQIIIRETVIENTS
18
19
2D
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
36
3'1
38
A, Wo�•k Covered by Confract Documents
1. �Vark is to inelude furnishing alllabor, materials, and eqtiipment, and performing
aTl Work necessary far this construction praject as detailed in the Drawings and
5peei�cations.
B. Subsidiary Work
1. Any and all Work specifically :governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Coniract 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 inciuded an the standaxd bid it�m. list, then the itez�a shall
be eonsidered as a subsidiaty item of Work, the cost of which shall be included i�
the price hid in the Proposal %r various bid item.s.
C. Use of Premises
1. Conrdinate uses of premises und�r dir�ction nf the City.
2. Assume iuII responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portians of the public streets and alleys, or other public places
or othe:r rights-of �vay as provided for in the ordinances of the City, as shawn in the
Caniract Dacuments, or as may be specifically authorized in writing by the City.
a. A reasonable amount of taols, materials, and equipment for construction
purposes inay be stored in such space, but no more than is necessary to a�oid
delay in the ca.nstruction operations.
CiTY OF PdRT WORT�I
STANDARD C�NSTRUCTION SPCCIPICATIOI+I AOCUIvIENTS
Revised December 20, 2U12
2Q21 WATERMAINLEAK
REPAIR CONTRACT
City Praject No. k43327
�
oi u oo-z
SUMMARY OI' WORK
Page 2 af3
1 b. Excavated and waste materials shall be stored in such a way as noY to interfere
2 with the use of spaces that rnay be designated to be lef� fres and tu�obstrt�ctad
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in sueh
5 maniler as not to interfere with the nperatian oithe railroad.
6 1) All Work shaIl be in accordance wii;h railroad requirements set forth in
7 Division fl as well as the railroad permit.
8 D. Work within Easements
9 ]. Do clot enter upon private property for any pi�rpose without ha�ing previously
10 obtained perinission fi•om the owner of such property.
11 2. Do not store equipment or material on private property unless and uiltil the
12 speeified approval of the groperty owner has been secured in writi�Zg by the
13 Cant:ractor and a copy furnished to the City.
14
15
1�
17
18
19
20
21
22
23
24
25
2b
27
2$
29
3a
31
32
33
34
35
36
37
38
39
�a
41
3, Unless specificaIly provided otherwise, clear all rigl�ts-of wa� or easemenis of
obstcuctiians whicla znust be remov�d to rnak� possible proper prosecution af the
Work as a part af the pt•oject coi�structian aperations.
�4. Preserve and use every precaution to prevent datnage to, all trees, shrubbery, plants,
lavWns, fences, cuiverts, curbing, and alI other types of str�ictures or iinprovarr�etits,
to all water, sewer, a�id gas lines, ta all canduits, overhead pola lines, or
appurtenaxices thereof, including the construction of temporary fences and to alI
other pablic or private praperty adjacent to the Worfc.
5. Notify tkte prop��� representativ�s of the owr�ers or occupants of the public o.r private
lands of interest in lands which migl�t be affected by #he Wark.
a. 5uch iiotice shall be made at least 48 hours iii advance of the beginning of the
Work.
b. Notices sha11 be applicable to bpth public and private utility companies and any
corporation, compan�, indi�idual, ar other, either as owners or occupanfs,
whose land or interest in land inight be affeeted by the Work.
c, �e �•esponsible for all danriaga or injury to property oiany character resulting
froin any act, omiss.ion, ��egl�ct, or rr�isconduct in the manzier or metho.d or
exeeution of the Work, or at any tinae dt�e fo defective r�qrk, :tz�aterial, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of fl�e Project
to the original or a bettei• than ariginal condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
nat in pz'ogress and when the site is vacated o�ernight, and/or at all times to
provide site security,
c. The cost for all fence work within easemants, incIuding removal, fielnporary
clasures and replacement, shall be suhsidiary to the �arious items bid in tEte
praject proposal, unless a bid item is specifically pravided in the proposal.
CLTY pF FOKT WORTH 2p21 WftTER MAIN LEAK
STANpARD GONSTRUCTION SP�C[PICATIOTF DOCUMENT3 REFAIR CONTRACT
Revised December 20, 2012 City Praj ect No, 103327
O] 110Q-3
SUMMARY OF' WOTtK
Page 3 af 3
,i
1
�
i
�
�
1 1.5 SUBII�ITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIOl�IAL SUBMITTALS [NOT USED]
3 1..7 CLOSEOUT SUSMITTALS [NOT IISED]
4 I.8 MA�NTENANCE MAT�RIAL SUBMITTALS �NOT USED]
5 1.9 QUALITY ASSURANCE [NOT U�ED]
6 1.10 DELIVERY, �S�ORAGE, AND HANDLING [NDT USED]
7 1..11 FIELD [SITE] �ONDTTIONS jNOT USED]
8 I.12 WARRANTY [NOT IISED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
1 i �ND OF SECTION
iz
Revision Log
DAT`E NA1V� SUMMAAY OF CHANGB
13
CITY OF' FORT WOATH'
STA�TDACZD CONSTRUCTION SPECIFICATION DOCIJMENTS
ltevised Decem6er 2Q, 2U12
2fl21 'VdATER MA�+f LEAK
REPAIR COI�TRACT
Ciiy ProjectNo. 103327
�
o�zsao-i
suBSTIz-�rTiorr �xac�Dux�,s
Page I of4
9
3
i
�
1
1
z
3 PA.RT 1 - G�NERAL
Ci�� 1►l ��i a '. �I
SECTION OI 25 p0
SUBSTITUTION AROCEDURES
5 A. Section Includes:
6 1. The procedure for requesting the approval of substitunon of a product thaf is not
7 equival�nt to a praduct which is specified by descriptive or performance criteria or
8 de�ned by referenee to 1 or more of the following:
9 a. Name of manufacturer
lo b. Na�ne of vendor
l l c. Trade nazz�e
12 d. Catalag num.ber
13 2. Substitutions are not "or-equals",
i4 B. De�iations from this City oi Port Worth Standard Specification
15 1. None.
]6 C. Related �pecificatian Sectians include, but are not necessarily limited to:
17 1. Division 0—Bidding Rec�uir�:rnents, Contract Forms and Condi�ions of the Contract
18 2. Division 1— General Requirements
19 1.2 PIt�CE AND PAYMENT PR�CEDIIRES
20 A. Measureznent and Paytnent
21 1. Work associated with this Item is consider�d subsidiary to the various items bid.
� 22 No separate payment will be allowed for this Ttem.
23 1.3 REFERENCES [NOT USED]
A '
I
24 1.4 ADn!IINISTRATNE REQi]�REMENTS
25
26
27
28
29
34
31
32
33
34
35
36
37
3$
39
; 44
�
A. Request for Subsfiitutian - General
1. Within 30 days after award af Contract (unless poYed otl�erwise), the City will
consider formal requests froin Cantractor foz' substitution of products in place of
tho�e specified.
2. Certain types af equipment and kinds of material are described in Sp�ci�ications by
means of references to names of manufacturers and vendqrs, frade nairries, or
catalog numbers.
a. When this method of specifying is used, it is not intended to e�clude from
consideration other produets b.earing other manufacturer's or vendor's na.�nes,
trade names, or catalog numbers, provided said products are "ar-equals," as
determined by Gity.
3. Other types of equipment and kinds of material may be acceptab.ie substitutions
und�r the following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other iac�ors beyond control of Contractor;
ar,
c�� o� �o�s wozz�
5'I'ANDARi] CONSTRLiC'1'[ON SP�CIFICATTOIV DdCUMENTS
Revised July 1, 2D11
2U21 WATER MAIN LE;4K
REPP.TR COTlTRACT
City Project No. 103327
012500-2
SUBSTIT[.I'I"IOTV PROCEDUR�S
Page 2 aiA
b. Contractor proposes a cost and/or time reduction ineentive to the City.
�
3
1.5 SUB1VUTTALS
A. See Request for Substitutzotl Form (affached)
4 B. Procedure for Requesting Substitution
5 1. Substitution sha11 be considered only:
6 a. After award of Gontract
7 b. LTnder the coiiditions stated har�in
8
9
10
11
12
13
14
15
1G
I7
I8
19
20
21
22
23
24
25
26
27
28
29
30
31
3Z
33
34
35
36
37
38
39
40
4I
42
43
44
45
46
2. 5ubmit 3 copies of each written requast �or substitutian, including:
a. Documer�tation
1) Complete data substantiating coinpliance of proposed substitution with
Cantract Docuinents
2) Data relatiilg to changes in const�•uction schedule, when a z-eduction is
proposed
3) Data relating to changes in cost
b. F'or produets
1) Produet identi�cation
a) Martufacturar's name
h) 'i'elephone numb�r a.nd representa.tive contact name
c) Specification Section or Drawing referenee of originally specified
product, incIuding discrete name or tag number assigned to original
peoduct in the Coutract Documents
2) Manufacturer's lite�ature c[early tnarlced fo shary camplianca of proposed
product with Contract Documents
3) lt��nized eomparison af ariginal and prapose� product addressing produ�t
cl�aracteristics including, but nat necessarily 1'rmiteri to:
a) Size
b} Composition or rnaterials af construction
c) Weight
d) Electrical or mechazzical reqt�irements
4} Product e�perience
a) Loeation of past proj ects utilizing product
b) Na�ne and telephone nuinber of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available freld data and reports associated with proposed product
5) Samples
a) Provide at request of City.
6) Samples became the property of the City.
c. For consiructinn rnethods:
1) Detailed description af propnsed methad
2j Illustratian dra�uaings
C. Approval ar Rejectian
1. Written approval or rejection of substitution gi�en by the City
2. City reserves the right to require proposed product to camply witk� color and pattern
of specified product if necessaty to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduc�ion
will be documented by Chan.ge Order in aceordance with the General Conditions.
CITY OF FORT WORTI-I 2D21 WATER 11�t17N LEAK
STANDARi] CONST1tCJCTION BPECIFICATION DOCUMENTS REPAIR CONTRACT
Revised July 3, 2011 City Project No. 103327
o�7saa-3
SUB57TTUTI�N PROCEDTJRES
Page 3 oi4
1
2
3
4
S
6
7
8
9 �.6
4. No additional contract time will be given for sul�stitution.
5. S��bstitution will be rejected if:
a. 5uhinittal is not through the Co�ltractor with his stamp of approval
b. Rec�uest is not made in acaordance with this 5pecification 5ection
c. In the City's npinion, acceptance �aill require su6stantial revision of ihe original
desig.n
d. In the City's opinion, substifiution will not perform adequately the function
consistent with the desig�� intent
ACTI4N SUB1Vli �TALS/1NFORMATIONAL SUBNIITTALS �1VOT USED�
1D 1.7 CLOSEOi7T SUBM�TTALS [N�T USED]
11 �..$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12 � .9 QUALXTY AS�iTRANCE
1�
14
15
16
17
18
19
20
2]
22
23
2�
a 2S
� . 26
A. In making r�quest for substitution or in using an apprnved product, the Contractor
represents that the Contractor:
1. Has investigated praposed product, and has detennined that it is adequate or
superiar in all respects to that speezfied, and that it wiil perforzn function for wh�ch
it is intended
2. Will provide s:ame guarantee for substitute item as far praduct speci�ad
3. Will cooxdiilate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Wor� tfl be
eomplete in all respects
�. Waives aII claims for additional costs related to substitution which subsequ�ntly
arise
1.10 DELIVERY, STORAGE, AND IIANDLIIVG [NOT US�DI
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
27 PART 2- PRODUCTS [NOT USED]
28 PART 3- EXECUTZON �NOT USED]
29
3d
31
END OF SECTION
Revisian I,o�
DATE NA.ME Si.TMM�RY DF CHANGE
�� CITY OF FORT WORTH 2O21 WATER MAIN LEAK
STANDARD CONSTRUCTIDM SPECLFICATiQN DQCUMEI�[TS R�PATR CONTRACT
Revised July 1, 20l 1 City Project Ma. 103327
OI 2500-4
SUSSTITUTIDN PROCED[.JRES
Pag� 4 of 4
1
2
3
4
5
6
7
S
9
10
�
12
13
14
15
16
]7
l8
19
20
2I
22
23
z4
zs
a6
27
28
29
30
31
32
33
3�
35
36
37
38
39
40
41
42
43
44
45
46
47
48
�9
EXHIBIT A
REpuEsT FOR suBSTrTUTroN �oun�:
TO:
PROJECT: DATE:
We hereby submit for yout consideration the following prociuct iz�stead of the speci�ed item far
the above project;
SECTION PARAGRAPH SPECIFIED ITEM
Propased Substitution:
Reason for Substitutioiz:
Inciude complete information on changes to Drawin�s and/or Spaciiications which pzoposed
substitution kvill re.qui�-e for its proper installation.
Fill in Blanks B�low:
A. Will the undersigned cantractor pay for changes to the building design, including engineering
and detailing costs caused by the requ�sted substitution?
B. Wk�af effect daes substitutian have on other t�ade�?
C. Differenees bet�veen proposad substitution ai�d specified item?
D. Differences in product cast ar pxoduct delivery tim�'?
E. Manufacturer's ,guarantees of the praposed and specified iterns are:
Equal Bet�er (explain on attacl�ment)
The undersigned states that �e iunction, appearat�ce and quality are equivalent or superior to the
specified itenn.
Subzriitt�d By: Far Use by City
�ignature
as nated
Firm
Addt•ess
Date
Talephnne
For Use by City:
Approved
City
Recomrn�nded Recommended
Nofi recommez�de.d Recei�ved late
$� —
Date
Remarks
Date
CITY OP FORT WORTH
STANDARI} CONSTRUCTION SPECIFICATION DOCiIM�NTS
Revised hily 1, 291 i
Rejected
2421 WA'fE12 MA1N LEAK
ItEPAIR CO1VI'R.ACT
Cily Proj ect No. 103327
O1 3! 19 - 1
PR�CONSTRiJCTION MEETING
Page 1 af 3
�
1
2
3 PARTI- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
I3 1.2
SECTZON 0� 3� 7.9
PRECONSTRUCTION M��TING
A. Section inaludes:
1. Provisions for the preconstruetion meeting to he held prior to �he start of Work to
clarify constructian contract aciministration pracedures
B. I]eviations from this City of Fort Worth Standard Specificaiion •
1. None.
C. Related Specification Sections include, but are not necessa�•ily limited to:
1. Divisian �—Bidding Requirements, Cantract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRTCE ANll PAYNI�NT PR�C�DURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considared subsidiary to the various items bid.
16 No sep�arate payment will be allowed for ihis Item.
17 1.3 R�FERENCES �NOT USED]
18 1.4 ADMINISTRATIVE REQU�MENTS
I9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
A. CaQrdination
1, Attend preconstruction meeting.
2. Representatives of Con�ractor, subcontractors and suppliers attending meetings
shall be qualified and autharized to act on behalf of the entity each represents.
3. Meeting administered by Cify may be tape recorded.
a. If recorded, tapes wilI be used ta prepara minutes and retai.r�ed by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution af the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representaiive will preside at the meeting, prepare the nates of the
meeting and distxibute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Repres�ntati�e
b. Contractor's project manager
c. Contractor's superintendent
CITY OP PORT WO12TH
STANDARD CONSTRi1CTIqN SPECIFICATION DpCUN[ENTS
Revised August 17,20l2
2Q23 WAT�I2MAINLEAK
REPAIR CON'I'RACT
City ProjeetNo. L63327
�
oi 3i rg-z
FRECO�TSTRUCTI�N MEETING
Page 2 of 3
1
z
3
4
5
6
7
8
9
10
I1
12
I3
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
3�
35
35
37
38
39
4a
41
42
43
44
45
46
47
4.
S
d. Any subcontractor or supplier i°eprese�statives whom the Contractoz' inay d�sire
to invite or tl�e City may request
e. Other City rapresentatives
f. Others as appropt�iate
Consfruction Schedl�Ie
a, Prepaa-e baseIine co�siz�uction scnedule in aeeordance with Section O1 32 16 and
pravide at Preconstruction Me�tiz�g.
h. City will notify Contractor of any schedule changes upnn Notice af
Frecflnstruction Meeti�ig.
Prelimiilary Age��da may include:
a. Inteoductio�� of Froj ect Pers onnel
b. Gene.ral Descriptitin of Projeet
c. StatL►s of right-o%way, utility clearances, easements or other pertinent permits
d. Contractar's work p1at1 and scheduIe
e. Contract Time
£ Notice to Proceed
g, Construction Staking
h. Progress Payments
i. Extra Work and Change Oi°der Procedures
j. Field Qrders
k. Disposal Site Letter for Waste Material
l. lnsurance Renewals
m. Payroll Ger�ificaiioi�
n. Materi�al Certifications aild QuaIity Cqntrol T�sting
o. Public Safety and Convenience
g. Documentation of Pre-Construction Coiiditions
q. Weekend Wark Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confned Space Bntry Standards
u. C.00rdinatian with the Ciiy's represeniative for oparations oi e�sting water
systems
v. Starm Water Pollution Prevention Plax�
w. Coordina#ian with oth.er Contractors
x. Early Warning System
y. Contractor Evaluation
z. �pecial Conditions applicable to the project
aa. Dama�es Claims
bb. Sub.initYal P:roceduz•es
ec. Substitution Procedur�s
dd. Carrespondenea Routing
ee. Record Drav,Tings
fF. Temporary constructian facilities
gg. M/WBE ar MBE/SBE procedures
hh. Final Acceptance
ii, Final Payment
jj. Questions or Comments
CITY OP FOAT WORTH
5"['AIVI7ATZD CONSTRUCTIDN SPECIFICATION DOCLJIvIEl+IT3
Revised August 17, 2012
2021 WATER MAIN LEAK
k2EPAIR CONTRACT
City PeojectiJo. 103327
9
1
�
1.
�
O1 31 19- 3
PR�CONSTRUCTIOhF MEETING
Page 3 pf 3
1 I.5 SIIBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALSIINFORMATIC)NAL SUBMITTALS [NOT USED]
3 I.7 CLOSEOUT SIIBMITTALS jNOT USED]
4 1.8 MAiNTENANCE �VIATERIAL SUBMITTALS [N�T IISED]
5 I.9 QiTALIT'Y ASSTTRANCE [NOT iTSED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FI�LD [SITE] CONDITIONS [NOT USED]
S 1.12 WARRANTY jNOT US�D]
9 PART 2- PRODUCTS [NOT i1SED]
10 PART 3� EXECUTION [NOT USED]
1i
12
13
�ND OF S�CTION
Revision Log
DATE NAME SiJMMARY OP CHANGE
CI'�'Y OF FQRT WO1tTH
5Tr1NDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 20 i2
2021 WAT'ER MAIN LEAK
REPAIR CONTRACT
Cita+ Project No. 103327
�
013216-1
COHS'CRUCTION PROG�tESS SCHEDULE
Page 1 of 5
��
1
2
3 PART1- GENERAL
� 1.� SUMMARY
SECTION Q1 3� 16
C�NSTRUC`I'ION PROGRESS SCHEDLILE
5 A. Section Tnoludes:
6 1. Gen�ral requirements for fhe preparatYon, submit�tal, updating, status reporting and
7 inanagement of tlle Construction Progress Sc�edule
8 2. Speci�c requirements are presented in the City of Fort Wortl� Schedule Guidance
9 Document
10 B. Deviations from this City of Fart Worth Standard Specification
11 1. None.
12
�
13
14
�s �.z
" lb
17
1�
19 I.3
�
,�
i.
20
21
22
23
24
25
25
27
28
29
30
31
32
33
34
35
36
37
38
39
40
C. Related Speei�cation Sections include, b�t are not necessarily timited to:
1. Divisian Q— Bidding Requirements, Contract Forms and Conditions ofthe Contt•act
2. Division 1— General Requirements
PRICE ANll PAYMENT PROCEDIIRES
A, Measurement and Payrnent
1. Work associated with this, Ttem is considered subsidiary to the various items bid.
No separate payment wi1l be aIlowed for this Item.
REFE.R�NCES
A. Definitzons.
l. Schedule Tiers
a. Tiar 1- No schedule submiftai reyuired by contract. Sma11, brief duration
proj ects
b. Tier 2- No schedule suhmittal required by eontract, but will require some
milestone dates. Small, brief duration projects
c. Tier 3- Sehedule submittal required by contract as described in the
Specification and herein. Majority of C1ty projects, including all bond program
projeets
d. Tie.r 4- Schedule submittal required by contract as described in the
Speciiication and herein. Large andlor complex projects with long durations
1) Examples: large water pump station project arld assaciated pipeline with
inierconnection to another gnvemmental entity
e. Tier 5- Schadule submittal required by contract as described in the
Specification and herein. Large andlor very coznplex pr�jects with long
durations, high public visibility
1) Examples might include a water or wastewater treatment plant
2. Baseline Schedale - Initial schedule suh:mitted before work bagins t�at will serve
as th� baseline for measuring progress and departures from the schedule.
3. Progress Schedule - Monthly submittal af a progress schedule documenting
progress on the project and any chazages anticipated.
cz�rx oF �o�a� woR�
STANDARD CONSTRUCTION SPSCFFICAT`IOl*F DOCUME31T5
Revised July 1, 2Q1 l
2021 WATER MAIN LEAT�
REPAIR CONTRACT
City Project No. 103327
01321fi-2
CONSTRUCTION PROGR�SS SC�IGDUI.�
Page 2 of 5
1
z
3
4. Schedule Narrative - Concise narzative of tl�e scl�aedule i�acludil�g schedule
cl�ar�ges, expected delays, key scl�edule issues, critical path items, etc
B. Reference Standarcfs
4 1. City of Fort Worth Schedule Guidance Document
5 1.4 ADMINI�TRATIVE REQiTIREM�NTS
6
7
8
9
IO
II
I2
I3
I4
I5
I6
17
i8
19
20
21
22
23
24
25
z6
27
28
29
30
31
32
33
34
3S
36
37
38
39
�}0
41
42
43
44
45
46
A Baseline Schedule
1. General
a. Prepare a cost-Ioaded baseline 5chedule using approved software and the
Critical Path Methad (CPM) as required in the City qf Fort Worth Sc�edule
Guidance Docuine��t.
b. Review �he draft cost-loaded basetine Schedule with th� City to demanstrate
undeistanding of the wark to be perforrned and kiiown issue�s and constraints
related to the schedule.
c. Designate an authorized representative (Project Scheduler) responsible for
developing and updating the schedule .and preparing reparts.
B. Progress 5chedule
1. Update the progress Schedule monthly as required in the City of Fort Warth
Sclaedule Guidance Docuzne�t.
2. I'repare ti�e Schedule Narrative to accompairy the inon�illy progress Schedule.
3. Change Orders
a. Ineorporate approved change orders, resulting in a change of contraet time, in
tlie baseline Schedul.e in accordance with City of Fort Worth Schedule
Guidance Document.
C. Responsibility for Schedule Compliance
1. WY�enever it beeomes apparent from the currer�t progr�ss Scheduie and CPM Siafus
Repart that d�lays to the critical path have resuIted and the Cantract completion
data will noi be met, or when so directed by the City, make some or all of the
following actions at no addifional cost to the City
a. Submit a Reeovery Plan to the City foz• appraval revised baseline Schedule
autlining:
1) A written statement of the steps intanded to ta�Ce to remove or aarest the
deTay to the critical path in ihe approved schedule
2} Incr�as� construction znanpawer in sucll �uantities and crafts as will
substantially elizni�at� th.a bac�iog of work and return curren# Schedule to
meet prajected baselin� complelion dates
3} Inarease the number of working hours per shift, shifts per �ay, working
days per week, the amount of cons�ructinn equipment, or any combinatian
of the foregoing, sufficiently to substantially eliminate the backlog of work
4} Reschedule acti�ities to achieve m�irnuin practical concurrency of
accoffiplishment of activities, and comply with the revised schedula
2. If na written statement of the steps intendad to take is submitted when so requested
by the City, the Ciiy may direct the Contractor to increase the le�el of effari in
manpower (t�•ades), equipment and work schedule {overtime, weekend and holiday
work, efc.) to be employed by the Contractor in order to remave ar arrest the delay
to the critical path in the approved schedule.
a. No additional cost for such work vvill be considered.
CITY OP PORT WOATfI 2Q21 WATER MAIN LEAK
STAIJ77ART] CQNSTRUC"1'Id]�f SPECIFIC.�1'TION I]OCiIMENTS REPAIR CONTRACT
Revised7uly 1, 20I1 Ciiy PrajectNa. 1Q3327
D13216-3
CONSTR[ICTION PTZOGRESS SCIiGbUL�
Page 3 of 5
D, The Contract completion ti�ne will be adjusted only for causes specified in this
9
10
il
12
13
l4
15
lb
17
18
19
2a
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
34
Contract,
a. Requests for an ext�nsion of any C.ontraet completian date rriust be
supplemented wifih fihe fnllowing:
1j Furnish justiiication and supporting evid�nce as tlle City inay deem
necessary to determine whether the re.quested extension of time is entitled
under the provisians of this Contz'act.
a) The City will, after receipt of suc�1 justifcation and suppnrting
evidence, make �ndings of fact and will advise the Cantractor, in
writing ihereof.
2) If the City finds that the requested extension of time is e�titled, the City's
detertnination as to tY�e totaI number of days allowed for the extensions
shall be based upon the approved total baseline schedule and an all data
relevant to the extension.
a} Such data shall be included in t�e next updating of the Progress
schedule.
b} Actuai delays in ac�ivities which, aceording to the Baseline schedule,
do not affect any Contract completion date shown by the critical path in
the natrvark wili not be the basis for a change therein.
2. Sttbtnit eacl� request for change in Contract completion date to the City within 30
days af�er the beginning of tne delay for which a time extension is raquested but
before th� date oi fmal payment under this Contract.
a. No time extension will he granted for requests which a�•e not submitted within
the foregoing ti��ne limit.
b. �`rom time to time, it may be necessary for the Contract schedule or campletion
time to be adjustad by the City io rsfl�ct the effects nijob conditions, weather,
teehnicai diffzculties, strik�s, unavoidable delays on the part of the City or its
representatives, and other unfotes��able conditions which rnay indicaie
schedule adjustments oa' c.onnpletion time extensions.
1) Under such conditians, the City will direct the Contractor to reschedule the
work ar Contract completion tirne to re�Iect the changed conditions and the
Contractor sha11 revise his sehedule accardingly.
a) No additional compensaYion will b� mad�; to the Contractor for such
schedule changes except for unavaidable overall eontract time
extensions beyond the actual completion af unaffected work, in which
case the Contractar shall take alI possible aetion to minir�-iize any time
extension and any additional cost to the City.
b) Available float time in the Baseline schedule may be used by the City
as well as by the Contractor.
40 3. Float or slack time is defined as the amount af tiYne between the earliest staz-t dat�
4I and the latest start date or between the earliest finish date and the latest finish dat�
42 oi a chain of activities an the Baseline Schedule.
43 a. Float or siack tirne is not for the exclusive use or bene�t of either the
44 Contractor or ihe City.
45 b. �'z'oceed with work according to early start dates, and the City shall have the
46 right to resarve and apportion float time according to the needs of the project.
C1TY OF FpRT WbRTH 2O21 WAT"�R MAIN LEP:K
STANDAitD CONSTRUCTION SPECIFICATiON DOCUMENTS REPAIR CQNTRACT
l�evisedluly 1,2011 CiCyProjectNo.103327
013216-4
CONSTI�UCTIQN PRpGRES5 �CHEDULE
Page �} of 5
1
2
3
4
S
6
7
8
9
10
11
E. CooreEinating 5chedule with Other Co�ttract Schedules
I. Where wark is to be perfflrmed under this CanY�ac1 concurrent�� with ar contingent
upon work performed on the same facilities or area under other con�racts, t11e
Baseline 5chedule shall be coordinated with the sch.edules of the other eon]racts.
a. Obtain the sche.dules ofthe ottae:r apprnp�•iate contracts fram the City for th�
pt-�paratio�l and updating af Baseline schedule and make the required changes
in his sah�dule w�en indicated by changes in carresponding schedules.
c. Aci�nowledge and agre� that actual delays, affecting paths of activiti�s
contair�ing float time, wilt not have any effect upon con#ract eampletion titnes,
provid'ang; tlaat the actual delay does not exceed the float tirne associat�d with
thase aetivitias.
12 2. In case of interference between the operations of different cantractors, the City wii[
13 de#erinine the woz�k priori#y of each contt-actor and the sequenee of work necessary
14 to expedite the completion of the entire Project.
1S a. In such cases, the decision ofthe City shall be accepted as �nal.
16 b. The tempora3•y delay of any work due to such circu�nsta�le�s sl�all nat be
I7 considered as justification fox claims. far additioi�al cainpensation.
t S 1.5 SUBMITTALS
19 A. Baseline Schedule
20
zt
22
23
24
25
1
2.
Submit Schedule in native file format and pdf fonnat as required in the City ofFort
Worth Schedule G�idance Docurnent.
a. Native ftle farmat includes:
1) Primavera (P6 or Primavera Contractoi•)
�ubmit draft baseline Schedule to City prior to the pre-constructian meeting and
brin� in hard copy to the meeting for revi�w and discussion.
26 B. Pra�ress Scliedti�le
27 1. Submit progress Sclaediile in ztative �le farmat and pdf farmat as req��ired in the
28 Gity ofFort Warth Schedule Guidance Document.
29 2. Submit pragress Schedule monthly no later #han the iast day of the month.
30
3S
32
33
3�
35
36
37
38
39
C. Schedule Na.rrative
1. Submit the schedule narrative in pdf format as required in the City of Fart Worth
Schedule Guidance Document.
2. S�bmit schedule narrative rnonthly na later than the last day of the month.
D. 5ubmittal ProceSs
1. The City adrninisters anci manages schedules thraugh Suzzsaw.
2. Cantractor shall submit doeuments as required in the City of Fort Worth Schedule
Guidance Document.
�. Once the project has been campleted and Pinal Acceptance has been issued by the
City, no further progress schedules are requu•ed.
CITY OF FORT WORTH 2O21 WAT�R M�[N LEA1C
STAI�DAAD COIYSTRUCTION SPECIFICAT[ON I)OCUMENTS REPAIR CONTRACT
Revised July 1, 201 l Ciry ProjecC No. 103327
O132 ]6-5
CONSTRUCTION PROGR�55 SCHEDULE
Fage 5 of 5
f
�l
�i
�
1�
9
15
16
17
1 +
�
i.6 ACTION SUBMITTALSI�FO�iMATI4NAL �UBM�ETTALS [N{]T iJSED]
1.7 CLO�EOUT SUBNIITTAL� [NOT USED]
1.8 MAINTENANCE MATERIAL SU$MYTTALS �NOT USED]
1.9 QUALTTY ASSUIiANCE
A. The person preparu�g and revising the constt�uction Pragress Scl�edule sha11 ba
experienced in the p�•eparation of schedules of similar comp.lexity.
B. Schedule and supporting documents addressed in this Specification shall be prepared,
updated and revised to accurately xeflect the perfarmance of the con�truction.
C. Contractor is responsible for tYte qualit� of all submittals in this section meeting the
siandard of care for the construction industry for similar projects.
�.ld DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS jNOT USED]
f.12 WARRANTY [NDT USEl]]
1
2
3
�
5
6
7
8
9
10
11
12
13
PART 2 - PRODUCTS [N�T iTSED]
PART 3 - EXECUTION [NOT iTSED]
END OF SECTION
Revisian Lo.g
DATE NAME ST.]MMARY OF CHA.NG�
18
CITY OF FORT WORTFT
STANDARD CO1�f5TRUCTION SF'ECIEICATIpN DOCf fMEIVTS
Revised ]uly 1, 2011
2U21 WATERMAW LEAK
I2EYA]R CONTRACT
City Project No. 1p3327
D 1 32 33 - l
PRECONST1tUCTI03+1 VIDEO
Page 1 oi2
��
J
�
�
�
1
2
3 PART1- GENERAL
4
5
b
7
8
9
10
11
12
13
14
15
I6
1�
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
, � . 33
i�
d
SECTION Ol 32 33
1'RECON�TRLI"CTTON VIDEO
1.1 SUNIlVIARY
A. Section Includes:
1. Administrative and procedural requirernents for:
a. Preconstructian Videos
B. Deviations from this City of Fort Wartn Sfandard Specification
1. None.
C_ Related SpeciFication Sectians include, but are npt necessarily limited to:
1. Division 0— Bidding Requiremen#s, Contract Forms and Conditions of the Contract
2. Division T— General Requirements
1.2 PRiCE AND PAYMENT PROCEDURES
A. Measuxetnenf and Pay3nent
l. Work associated with ti�is Item is considered subsidiary to the varia�s �tems bid.
No separate payment wi11 be allowed for this Item.
1.3 RE�ERENCES [N4T USED]
1.4 ADMINXSTRATiVE REQU�REMENTS
A. Preconst�•uction Video
1. Produce a prec.onst�•uetion video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by ihe City.
2. Reta.in a capy of the precanstruct�or� video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USEDI
1.6 ACTIOIV SITBMITTALS/INFORMATIONAL SiTBMTTTALS [NOT iTSED]
1.7 CLOSEOUT SUBMITTALS [NOT U`SED]
1.8 MAINTENANCE MATERIAL SUBMITTALS jN�T USED]
1.9 QUAL�TY AS.SURANCE [NOT USED]
11p DELNERY, STORAG�, AND HANDLIIVG [NOT ITSED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARkANTY [NOT USED]
PART 2 - �RODUCTS [NOT USED]
CITY OF FORT WdRTH
STANDARD CONSTRUCTIQN SPECLFICATION DQCLIMENTS
Revised ]nly 1, 2011
�
2D21 WATER MAIN LEAK
TtEP�1h2 CONTRACT
City Projeet Afa. 1Q3327
a� 3z33-z
PFt�CONSTRUCT103V V1DE0
Page 2 of 2
PART 3 - EX�CUTION [NOT USED]
END OF SECTION
Re�ision Log
DATE NAME SUMMARY OF CHANGE
CITY OP I'bRT WOATH 2O21 WATER MAIN LEAIC
STANDAR.D CONSTRUCTION SPECTFTCATION DOCUM�NTS 12EPASR CONTRACT
Revised 7uly 1, 2031 City Project No. 103327
0 � 33 00 - l
SUBMIITALS
Page ] of 8
I
2
�� 3 PART1- GENERAL
� 1.1 SUMMARY
S
6
7
8
9
10
ll
12
13
14
15
i6
17 1.2
SECTION 0133 QO
SUBMITTALS
A. Section Includes:
1. Generai methods and requirernents of submissians applicable to tl�e following
Work-related submittals:
a. Shap Drawings
b. Praduct Data (including Standa��d P��oduct List submittaIs)
e. Samples
d. Mock Ups
B. Devia�ions from this City af �'ort Worth Standard Specificat�on
1. None.
C. Related Speci�cation Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requiraments, Contract Forms arid Canditia�s of tkie Camract
2, Division 1— General Requirements
PRICE AND PAYMENT PRQCEDURES
18 A, Measureraent axid �'aynnent
19 I. Work associated �vith tlais Item is considarad subsidiary to the �ariaus items bid.
20 No separate payment will be allow�d for this Item.
21 1.3 RE�ERENCE� �NOT USED]
22 I.4 AD1I�YNISTRATNE REQUXREMENT�
23
24
25
26
27
28
29
30
31
32
33
34
35
36
3i
38
39
40
A. Coardination
1. Notify the City in writing, at Yhe tirne of submittal, of any deviations in the
submittals from the requirements af the Contrac.t Docu�nents.
2. Coardination of Submittal Tirnes
a. Prepara, prioritize and transmit each submittal sufficiently in advance of
performing Y.he related Wark ar ather applicable activities, or within the time
specified in the individual Wor�C Sections, af t}�e Specificati�ns.
b. Cflntractor is respansible such that the installation will not be delayed by
pracessing times including, but nat limited to:
a) Disapproval and resul�mittai (if required)
b) Coordination with other submittals
c} Testing
d) Purchasing
e) Fabrication
fl Delivery
g) 5imilar seyuenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CjTY OF FORT WORTH
STANDARD Cp1dSTRUCTIpN SPECtFICATIpN DpCUMENTS
Itcvised Decemher 20, 2012
2021 WAT�R MA�+! LEAR
REPAIR CONTRACT
City Projecf No. 103327
a�33oa-z
SUf3MITTALS
Page 2 of $
I
2
3
4
5
�
7
8
9
10
11
12
13
14
15
16
]7
]8
19
20
2I
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
4i
42
43
�A
1. Foid shop drawings larger than 8'/z inches x 11 inches to $%z inehes x 11 inahes.
2. Bind shop drawin�s and product data sheets toge�lier.
3. Ordaz-
a. Cover Sheet
1) Description afPackat
2) Contractor Certification
b. List of items / Table af Contents
c. Product Data /Shop DrawingslSamples ICaiculations
45 E. Subjnitial Content
46 1. The date of submission and the dates of any previous submissions
d. Make subrr�ittals pz-omptly in accordance with appraved schedule, a�1d in sueh
sequence as to cause tto delay in the Wox�k ar in the work of any other
contr�acta�•.
B. Submittal Numbering
1. When submitting si�op drawings or samples, utilize a 9-character submittal ci•oss-
reference identification numbering systein in the following manner:
a. Use the first b digits of the applical�le Specification Section Number.
b, For the next 2 digits nuinber use numbers O 1-94 to sequentially nL7mber each
initial sepa.rate item or drauving subiniited under eacl� specific Section numbei'.
c. Last use a lettet•, A-Z, indicatit�g the resubinission of the same drawing (i.e_
A=2nd subrz�ission, B=3rd submission, C=4�h subinission, etc,). A typical
submittal n�mher wauld be as follows;
��x��i�l�a�: :
1) 03 3Q 00 is the Speci�cation Sectian for Concrete
2) 08 is the eighth initial submit�al under this Specificatian Section
3) S is the third submission (second resubmission} of that particulat• shap
drawing
C. Contractor Certifcation
1
2.
Review shop drawings, produet data and sar�ples, incIuding ihos� hy
s�.lbc�niractors, priar to submisszan to dEtermine and r�erify �e following;
a. Field n�easuren�ents
b. rield canstruction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
Pi�ovide eaeh shop drawing, sample and product data st�brnitted hy the Cant�-actor
�vith a Cei�tification ,Staiement affixed including:
a. The Contractor's Company naina
b. Sigiaiure of subrtiittal reviewer
c. Certificatinn Statement
1) "By this submittal, I hereby represent that I have determined and verified
field ineasurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
CTT'Y OF FORT WORT�-I
5TANDAItD CONSTRiTC'FION SPECIFICATIQN DOCUMENTS
Revised Deceinher 20, 2OI2
2021 WATSR MAIN LEAK
REPAIItCONTRACT
City Projeet No, id3327
o�33ao-3
SUBMITTALS
Page 3 af8
2
3
4
5
6
2. The Project title and numbet•
3. Contractor identification
4. The names of
a. Contra�tor
b. 5upplier
c. Manufacturer
7 5. Identification of the product, with the Speciiication .Section nuinber, page and
8 paragraph{s)
9 6. �'ield dimensions, clearly identified as such
Ifl 7. Relation to adjacent or critical features ofthe Work or materials
I I 8. Applicable standards, such as ASTM or Federal Specification numbers
I2 9. Ideniification by highlighiing of deviations from Contract Documen#s
13 1�. Identification by highlighting of revisions on resubmittals
I4 1 I. An 8-inch x 3-inch blank space for Contractar and City stamps
IS
16
17
I8
I9
20
21
22
23
24
25
26
27
28
29
30
3I
32
33
34
35
36
37
38
39
4�
41
42
43
44
4S
4b
�. ��10�7 DP�Wli1�5
1. As sgecified in individual Work Sections includes, but is not necessarily limited to:
a. Custam-prepared data such as fabrieation and ereetionlinstallation (working)
drawin.�s
b. Sch�duled in%rination
c. Setting dia�rams
d. Actual shopwork manufact�aring instructions
e. Custom tempiates
f. Special wiring dzagrams
g. Coordination drawings
h. Individual system ar equipment inspection and tesi reports including:
1) Performance curves and certifications
i. As applicable to the Wark
2. Details
a. Relation of the various parYs to the rt�ain members and lines af the structure
b. Where correct �abrication of the Wark depends upon field measurements
1) Provide such measurements and nota on tha drawings prior to submitting
for approval.
G. Prod�.ict Data
]. For submittals of product data for products included on the Ciiy's Standard Product
List, clearly identify each item selected for use on tha Proj ect.
2. Far submittals of product data for products not inciuded on the City's Standard
Froduct List, suhmittal data may znclude, but is not necessarily limzted to:
a. �iandard prepared data far manufactured products (sametinnes referred to as
catalog data)
1) Such as the manufacturer's product specif�cation and installatian
instructions
2) Avarlability af cQlors and �atterns
3) Manuiacturer's printed statements of compliances and applicability
4) RoUghin�-in diagrams and templates
5} Catalog cuts
b) Product photographs
CITY QF FOR'I' WOI2TI-I 2021 VVATER IvIAIN LEAK
STANDf�RD COIV3TRUCTION SPECIFICATI�N IIOCUMEN'1'S REPAIR CONTRACT
Itevfse.d Decem6er 26, 2012 City Project No. 103327
oi 3�oo-a
SUBMITTALS
Paga 4 nf 6
1
2
3
4
5
b
7
8
9
1D
]1
12
13
14
15
]6
17
7) Standard wiring diagra�r�s
8) Printed perfarmance curves and aperational-range diagrams
9} Production or quatity control inspection and test reports and cartificaCions
10) Mill repoj•ts
1l) Product operating and maintenance instructions and recommeiid�d
spare-parts listing and printed produet warranties
12) As applicable to the Work
H. Samples
1. As specified in individuaI Sections, include, but are not necess�arily lin�ited to:
a. �'hysical exaanples oFthe Wo.rk such as:
1) Sectiot�s af manufactured or fabricat�d Work
2) Small cuts or containers of materials
3) Co�nplete Lmits of repetitively us�d products colarlte�turefpaftern swatches
and range sets
�) Speci�nens for coordination of visual effeet
5) Graphic symbols and units of Worl� to h� used by the City for independent
inspection and tcsting, as applicable to �1�e Work
18 I. Do not sta��t Woz-k requiring a shap dra�ving, sample or pi°aduc# data nat• any material to
19 b� fabricated o�' installed prior ta the appro�ai or qualified approval of such item.
20 1. Fabricatian performed, materials purcha�ed or on-site construction accomplished
21 which does not con�'orm to approved shop drawings and data is at the Contractor's
22 risk.
23
2�
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
�1
42
43
44
4S
46
47
2. The C�ty will not ba liable for any expense or delay due to corrections or rernadies
required to accomplish conforrnity.
3. Compleie pzoject Work, materials, fab��ication, and ins#a[lations in conforma�ce
with approved shop c��awings, applicable samples, and product data,
J. Submit�al Distributian
1. �lectc�nz�ic Distribution
a. Con�irm devefopment of Praject directory fa�• electronic submittals to be
uploaded to City's Buzzsaw site, or another exte�•nal FTP site approved by tlxe
City.
b. Shop Drawings
1) Upload submitta] to d�sig;nated praject directory ar�d notify appropriate
City representatives via email of subrnittal posting.
Z) Hard Copias
a) 3 copies for al.l submittals
b) If Cantractor requires Ynore t�an T hard copy of Shop Drawi�lgs
returned, Contractor shaII submit more than the number of copies listed
above.
c. Product Data
1) i7gload submittal to d�signatcd projeci directory and notify appropriate
City representati�es via �znail of submittal posting.
2) Hard Copies
a) 3 copias for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distrihution (if required in lieu of electronic distribution)
C1TY OF FORT WORTH 202 ] WATER MAIN LEAK
STANBARD COI+ISTRiJCT[ON SPECIFICATIf�N DOCUMENTS REPAIR CDNTRACT
Revtsed December 20, 2012 Cify Projec# hIo. 103327
Ol 33 00 - 5
SUBMITTALS
Page S of 8
1
2
3
4
5
6
7
8
9
l0
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
a. Sl�op Drawings
1) Distributed to ihe City
2) Capies
a) 8 copies for inechanical submittals
b} 7 copies for aii other submittals
c) If Contractor requires more than 3 capies of Shop Drawings returi7ed,
Cant�•actor shall su��nit mare tkaa� tkte number af c�opies listed abave.
b. Product Data
1) Distributed to �l�e City
2) Capies
a) 4 copies
c. Samples
1} Dist�•ibuted to the Froject Representative
2} Copies
a) Submit the nuinber stated in the respacii�e Specification 5ections.
3. DistribuYe zeproductions of approved shop drawings and copies oi approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but nat exceeding the number
previously specified.
K. Submittal Aeview
1
2.
3
4.
�
The review of shop drawings, data and samples will be for general conformance
with the design concept and Cont�•act Documents. This is not to be construed as:
a. Permitti�zg any departure frnm th.e Cont:ract requi:rem�nts
b. ReIievin� th� Contt-actor of responsibility for any erxors, including details,
dimensio ns, and materials
c. Approving departures ftom details furnished by the City, exc�pt as otherwise
pravided laerein
The review and approval of shap drawings, samples oz' praduct dafa by the City
does not relieva the Cantractar fram his/her responsibility with regard to the
fulfillment of the terms of the Gontract.
a. All risks of enor and o.mission are assumed by the Contract�r, and i:he City will
have no responsibility therefore.
T�e Contractor remains responsi6le for details and accuracy, for coordinating the
Work with all other associated work a.nd trades, for selecting fabrication processes,
for techniques of assembIy and far pei•farming Work in a safe manner.
If the shop dra�vings, data or samples as submitted describe variatians and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be sa minor as not to involve a change in Contract Price or time for
performance, ihe City may return the reviewed drawix�gs without noting an
exception.
Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEI'TIONS TAKEN" is assigned when fhere are no notations or
commenis on the submittal.
a} When returned under this code ihe Contractor may release the
equipment andlor material for manufacture.
b. Code 2
c��ry oF �oRr wox�
STANDARD CON5TAUCTION SpECIFICATIbN DOCiJMEi�ITS
Itevised Decem6ar20, 2012
2021 WATER MAIAf LEAK
REPAIR CqN"["RACT
Ciry Fro}ect No. 103327
o i 33 ao - 6
5[IBMITTALS
Page 6 of 8
1 1) "EXCBPTIONS NQTED". This code is assigned wk�e�� a co�a�rrnation af
2 the notations and commez�ts ZS NOT required by the Coni�•acto.r,
:i a) Tl7e Cnntractor may ralease the equipment or material for manufacture;
4 hpwe�er, all notations ai�d cominents �nust be incorporated into the
S final product.
9
io
11
12
13
14
I5
16
I7
18
I9
ZO
21
22
23
c. Code 3
1) "�XCEPTIONS NOTED/RESUBMIT". This cornbination of codes is
assigned when notations and comments a1�e e�irens3ve anough to z'eqLii�•e a
resubini�tal of the package.
a} The Contz-actoz• may release tk�e equipment or malerial for manufacture;
howevei�, aIl notations and camznents must be incprporatecE into the
fnal prodLtct.
b} This resubrnittaL is to address all corrvn�nts, omissions and
non-co.nforming items that were noted.
c) Res�bmit#a] is to be received by the City within 15 Calendar Days of
the date afthe City`s transmittal requiring the resubfnit�al.
d. Code 4
I) "NOT APPROVED" is assigned when the submittal does not zneet the
intent of t1�e ConLract Docurnents.
a) The Coniractar must resubmit #he entire package revised to bring �Eie
subn�ittal into conformance.
b) It may be necessaiy to resubmit using a different manufacturer/vendor
to ineet the Contract Documents.
24 6. Resubmittals
25 a. Handled in the same mailner as first submi�tals
26 1) Corrections other than requested by the City
27 2) Marked with revision triangla or o�ber si�rr�ilar method
28 a) At Contractor's risk if not maxked
29 b. Submittals far eacla i#em will be rev[ewed no more than twice at the City's
30
3I
32
33
34
35
36
37
38
expense.
i) All subseyuenf reviews wiil be performed at times convenient to the City
and at the Contractoi•'s axpense, based on the City's flr City
Representative's then prevailing rates.
2) Fro�ide ConU•actor reimbursement to the City witfiin 30 CaI�ndar Days for
all such t�ees invoiced by the City.
c. The need for inore than 1 resubmissio�� or any oiher delay in abtaining City's
review of submittals, will �af �ntitle #he Cantractor to an extension of Contraet
"I'i1ne.
39 7. 1'artiai Submittals
40 a. City reserves the right to not review submittals deemed partial, at the �ity's
41 di scretz on.
�#2 b. Submittals deemed by the City to be not complete will be returned tn th�
43 Contractor, and wil1 be considered "Not Approved" until resubrnitted.
�4�F c. The City may at its option provide a list or mark th� submittal directiing the
�45 Contractor to the areas that are incompl�te.
46 8. If fhe Co.ntraetor considers any carrection indieated on the shop drawings to
47 constitute a change to the Con#ract Documents, then written notice must be
48 prqvided thereof to the City at least 7 Calendar Days prior to release for
49 manufacture.
CITY pF PQRT WOR'I�I 2D21 WA"cF.lt MAIN LEAK
STANDAIil7 CONS'I'RUCTiOI*1 SPECIFICATION DQCUNLENTS REPAiR CQNTRACT
Itevised 17ecember 20, 2012 City PrvjeetNo. 103327
Ql 33 00 - 7
S�JBMTTTALS
Page 7 of S
1 9, When the shop drawings have beeil completed to the satis,faction of tile City, the
2 Contractor may carry aut the construction in accordar►ce therewith and no further
3 changes therein except upon written instructians from the City.
A 10. Ea�h subtnittal, appropriately coded, will be ret�u•ned within 34 Calendar Days
5 foIIowing receipt of submittal by the City.
6 L. Mock ups
7 1. Mock Up units as speci�ed in individual Sections, include, btit are not necessarily
8 lirnited to, complete units of the standard oi acceptance for that type of Wark to be
9 used on the Project. Remove at the compleiion of the Work or when directed.
10 M. Qualificaiions
1 l 1. If speciiically required in other Sections of these Specifications, submit a P.E.
12 Certification for each item required.
13
14
15
16
17
1S
19
20
21
22
23
24
25
26
27
28
29
30 1.5
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Ciarification or interpretation of the contract doCuments
6. 'vVhen the Contractor believes there is a eonflict between Contract Documents
c. When the Contractar believes there is a conflict between the Dravuings and
Specifications
]) Idez�tify the conflict and request clariiication
2. Use tlze Request%r Information (RFI) fflrm provided by the City.
3. Nunnbering of RFI
a. 1'refix vvith "RF'I" fallawed by seri�s number, i�"XtI�i1��3 be�-inning with "O1" and
ineraasing sequentially with each additional transmittal.
4. Sufficient infoxznation shall be attached to pennit a vvritten response without further
iz�f'nr�nation.
5. The City vvill log each request and will review the request.
a. If review of the project information request indicates thai a change to the
Cont�•act Docurnents is required, the City will issue a Field Order or Change
Order, as appropriate.
SUB11uTTALS [NOT USEDI
3I 1.6 ACTION SiTBMXTTALS/TNFORMATI4NAL SUBMITT.ALS [NOT USED]
32 1.7 CLOSEOUT SUBMXTTALS [NOT USED]
33 1.8 MAxNTENANCE MATERIAL SUSMITTALS [NOT USED]
34 �.9 QUALITY ASSURANCE [NOT USED]
35 1.1U D�LIVERY, STOI�AGE, AND HANDLZNG [NOT USED]
36
1,ll FZELD [S�TE� CONDXTIONS [NOT USED]
37 �12 WAR�tANTY [NOT USED]
CITY OP' FORT WQRTH
STANDARD CO1�i5TRUCTION SPECIF[CATTON I�OClIMENT3
Revised Decem6er 2b, 2612
2021 WAT'EitMA1N L�AK
REPAIR CON"['RACT
City Project IYo. 103327
o���oo-a
SUBMIT'TALS
Page 8 af 8
1 PART 2 - PRODUCTS (N�T �OSED]
2 PART 3- EXECUTION [NOT USED]
3 END QF SECTION
Rer�ision Lag
DATE NAME SUMMARY QF CHANGE
1212�120I2 Ta. Jol�nson 1.4.K.8. War.k'sng l�ays modifed ta Calenda�•Days
CITY OF FORT WORTEI 2021 VIA7'ER IvIA1N LEAK
STANDARB CONSTRUCTION SPECIFEC.ATION DOCUMENTS REFAIIi CONTTi11C'i
Revised December 20, 2Q12 City Project No. 103327
o� as ��-z
SP�CiAL PIZ07ECT ARDCEDURES
Page 1 of l l
�
1
�
1
,,
1
2
3 PARTI- GEN�RAL
4 1.1 SUMMARY
S
b
7
8
9
l0
ll
12
13
]4
15
16
17
18
19
20
21
22
23
2�}
25
26
27
2$
z�
34
31
32
33
34
3S
36
37
38
39
4q
41
42
SECTION 0135 13
SP�CTAI. PROJECT PROCEDLTRES
A. Section Includes:
1. The procedures for special project circumstances that includes, but is not limited to:
a. Caordznaiion witla the Texas Department of Transparkation
b., Work neax High Voltage Lines
c, Confined Space Entry Program
d. Air Pollution Wa�ch Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Departme�t Notification
g. Public Notification Prior ta Beginning Const�uction
h. Coordination with United 5tates Army Corps of Engir�eers
i. Coordination within Railroad permifs areas
j. Dust ControI
k. Employee Parking
B. Deviations from this City af Fart Worth 5tandard Specification
1. NON-EXCLUSIVE CQNTRACT
This eontract is non�exclusive. During the term of this contract or any renewal
hereof, the City reserves the right to advertise and award another cantract for
like or similar work. If a secand contract is awarded, the City fur�her reserves
the right ta issue work orders under either contract as it deems in its best
interest, without recourse.
The City Rlso reserves the right to execute additional eautraets far emergency
work, faregoing the advertising and awarding praeess, a� it deems in its best
interest, without recourse.
2. MOVE IN CHARGES
A work arder may cantain ane or more Iocafiions. �ne mo�e-i�n fee will be paid
to the contr�tctor per Work Order issned. Locations for nnultiple sites per
Work Order will be in the same general vici�nity, if possible, and if so, only one
mobiliza#ion charge will �e paid. Whe� water aa�d sewer vvork are �required,
nnly t�e water rnove-in fee will be paid. At no time w�Il bath charges be paid
for one specific location.
CITY QF FORT WORTH
5TA1VDA12D CON5TRUCTTON SPBCI�'ICATTON D�CUNE�NTS
Revised December 2p, 2Al2
2021 WATER MAIN LEAK
REPAIIt CONTRt1CT
City Project No. 163327
1
DL3S13-2
SPECIAL PR07ECT PROCED[]RE5
1 3. EMERGENCY SITUATION, JOB NiOVE-IN
Yage 2 of 11
2 The Owner or �ngineer shall determine when an emer.gency situation shall
3 exist. When sevKer emergency work is required, the Contractar shaII mobilize
4 to the said lacatian within twenty-four {24} hou.rs After given notification from
S the Inspector andlor Project Manager. The Contractor shaII make all
b netessary a�rrpngements for bypass pu�nping, setting ap �arri�ades, notifying
7 ei�izer�s, etc., while waiting for other utilities to be located as directed by the
8 Enginec�-. The Contracfor shall vvork cantinuously unfii Yhe emergency woriz
9 or[�er has been completed at a time agrecd by the Prnject M�nager, Inspect�r
10 and Contracior. After thc em�rgency wark order has been complated, th�re
11 will be no additional "Job Move-In" charges paid to remobilize back to the
12 previous project locatian site.
13
14 4. DETERMINATION AND IlVX'I'IATION OF WORK
15 T�e �ngineer shall determine and designate to the Co�ttractor t�e location� of
16 the service main requiring replac�ement by a Work Order together wsth a
] 7 sketch for each sueh replacement, giving the limits, size and nature of worlt
18 required. The Engineer will notif� Ehe Contractor that a Work Order is ready
19 and fax andlar e-mail the Cantractar a copy of the Work Order nafi�cation.
20 The Contractor is to provide his fax number and e-mail address to the
2l Engineer at �he pre�construcfion conference. Single or severaI Work OrderS.
22 may be r'ssued at one time. The Contractor s�all in�tiafie worl� on a replacement
23 within seven (7) working days af the da#e tbe Worl� Order is sent to the
24 Contractar, and continue �ork on the Work Order un#il it has been
25 completed, not inclnding paving. The Contracto.r shall furnish and supply
26 suf�icient equipment and personnel to complete the Work Order in the amount
27 of time provided for in the Work Order. �hould the Cantractor fail to start
28 any Worl� Order within the tinae speci�ied, he shall add the necessary work
24 crews and equigrnent ta prosecute the worlf to connplete the Worl� �rder or
3D Work Orders in the time pravided.
31
32
33
34
35
S. PAYMENT
Because af the unique nature of this contrnct, ArticIe 14, PAYMENTS TO
CONTRACTOR AND COMPLETION of the General Conditions shaIl be
amended and saperseded by the foilowing: (Please initial belaw)
36 Whenever the innprovements prescribed by an individual Work Order have
37 been eompleted, the Contractor shall notify fhe Engineer. The En�gineer or
3& other appropriate o�cial af tk�e Owner wiIl, within a reasonable tame, perform
39 the inspections. Cf such iuspec�ipn reveals fihat fhe impro!vements are in an
40 acceptable condi�ion and have been completed in accordance with the terms of
�1 the Contract Documents and alI approved modifications thereof, the Engineer
42 will recommend acceptance of the work under Ehat particular �'ork Order
43 and reeonamend payz�ent therefore.
C1T'Y OF FORT WQRTH 2D21 W!ti'['ER iv1AIN I��.AK
5TAND�RD CON5'II2UCTION SPECIFICAT[ON DOCUMENTS REPAIR CONTRACT
Re�ised Decemher20, 2012 City Project No. l03327
O1 35 13 - 3
SPECFAI. PROJECT PItpCEDURES
Pagc 3 of 11
1 �f the Engineer finc�s that the work has not been completed as required, be
2 shall so advise the Contractor in r°vriting, furnishing him an itemized list of all
3 kno�qvn iterns whicli havc not b�en campleted or which or not in an acceptable
4 condition, When the Contractor has correctad all such items, he shall aga€n
5 notify the Engineer that the improvements are ready for inspection, and the
6 Engineer shall proceed as outlined abo�e.
7 Whenever thc improvements prescrihed by the individual Work Order have
S been compteted and all requirements af ti�e Contract Docuznents have been
4 fulfilled on the part of the ConEractor, an estimate show�ng the value of the
10
ii
work will be prepared by the Engineer as soon as the necessary nneasuretnents,
computation� and checks can be made.
12 The amount of the es#imate will be paid to t�e Cantraetor afte�r acceptance by
i3 Ehe Water Degartrnent Direc�or, provided Ehe Contraetpr has furnished to the
14 Owner satisfactory evidence of payment as fo3lows: �rior ta suk�mission of the
15 estimate for paymen#, the Contractor sk�all exeeute ai�davit, as furnished by
1& the City, cerfify�ng that all persons, iirms, associations, corporations ar other
17 org2tnizations farnishiug la�uor andlor materials under fhat Work Order have
18 been paid in �ull, that the �wage scale estahlished by the City Council in the
19 City of Fort Warth has heen paid, and that there are no claims pending for
20 personal injur� andlar praperty darnages.
2i The acceptance by fhe Contractar of the individual payment as aforesaid shall
22 aperate as and shall release the Owner from all ciaims or liabilities under the
23 Contract for anything done or furnis�ed or relating ta the wark under that
24 Work Order or any act or neglect of said City relating to or cannected wi�h tl�e
25 Contract.
26
27
28
29
3D
3i
32
33
34
35
The making of the payment by the Owner shall not relieve the Contractor of
any guaraniees or other requirements of the Contract Documents which
speciiically continue thereafter.
Bidder's Initials
6. SID QUANTITIES AND CONTRA.CT AWARD
Bid qaan�aties of the various items in the proposal are �or co�nparison on.ly and
nnay not re�lect the actual qnantit�es. There is no limit ta vvhich � bid item can
be incre.ased or decreased.
36 Contractor shall not be entitled to renegotiation of unifi prices regardless of the
37 £'ia�al zz�ea�ured qnantities. To ��e extent that Articles 1Q,11 or J.2 conflicts with
38 this provision, �his provision controls. Nn claim �will be canside�ed far last or
39 antitipated pxo�ts based upon� diffew�ences 'rn estiumated quanti#ies versus actual
40 quantities.
41 Tota1 quantities gi'veq� in the bid p�roposal may not reflect actual quantities,
42 however, they are given for fhe purpose of bidding and awarding the contraet.
43 A contract in the amount of $'��0,000.00 shall be awarded with the final
44 payment based on actual measured quantities and the unit grice bid in this
45 proposal. Moreaver, there is ta be no Iimit on the variation 6etween the
46 estimated quantities shown and actual quantities performed.
47
CTTY OF FORT WORTH 2fl21 WATER 1VIAIN LEAK
5Tt1NDARD CONSTRUCTION SPECIFICATION D.00UMENTS REPAIR CQNTRACT
Revised December 20, 2012 City Project No. 103327
01 35 13 - 4
�PECIAb PRQi�CT PRQ��DURLS
Pa�e 4 of 11
7. L�FE OF CONTRACT
2
3
4
5
S
7
S
9
10
11
12
13
14
15
16
17
18
19
Za
21
22
23
24
25
26
27
2$
29
30
31
32
33
3�
35
36
Tt is confemplated thaf Wprlt Orders wiII 6e issued ta the Can#ractor for woriz
to be perforrned under this Contract far not to e�ceed 365 calendar $ays
followiug the date of the Contract nor to exceed tl�e limit of the a•vs;ard price,
whichever should accur last. The contractor sha11 be required to cop�plete any
work covered by a Work Order iss�ed grior to that date of terminatio� but
wilI not be required to accept any work order for execution dated afEer th�t
date of termina�ion. If the cost of the worlc perforrned under this Contract is
less than Yhe limit of the contratt awarci at Fhe end of the 36� caleudar day
periad, at the City's op�on a�d at the Contractar's concnrrence, the Projeet
may be extended to the Iimit of fhe contracY award,
S. OPTION TO RENEW
The time period of this Agreement will be for one calendar year or the
expiratio.n of the funding, whichever oecurs last. The City r�serves the right ta
renew the contraet for up to three (3) additional tin�e perinds under �he same
terms, canciitinns and nnit prices. Tk�e City sh�ll provide at least six�y (GO)
days' notice to the Contractor oi the City's intent ta renew.
9. LIQUIDATED DAMAGES
The Contractar shaIl pay liquidated damages of three hundred — fifteen &
00/100 dollars {$315.00) per day per Work Order, for failure to begin a Worli
Order witttin the seven {'� working days of the date of the Work Order is sent
to fhe Contractor. �ailure to cnrnplete project withi� the stipulated
construction tiume on Y11e Work Order, the ContracYor will pay liqnidated
dsmages in the arnounY stipulated in fhese confracf documents.
10. TRENCH SAFETY SYSTEM DESIGN
Because of the unique nature of this contract, the numt�er af trench safety
system designs reyuired is not known at the time bids are recei�ed. While the
Conixactotr is still bound by the latest version of the U.S. Department of Labor,
Occupational Sa%ty aud Health Administration Standards, 29 CFR �art 1926,
Subpart P�E�cavatians, it is the City's int�ntion t�at all custs incurred by the
Cantr.actor in acquiring trench safety designs be included in the unit price bid
for dob Mova In ar Mobilization.
37 C. Related Spacifcation Sections include, but are not nece�sarily liinited to:
38 l. Division �— Bidding Requixernents, Contract Porms and Conditions af the Cont��act
39 2. Division 1— General Requirements
40 3. Section 33 12 2S — Connection to Existing Water Mains
41 1.2 PRICE AND PAYlYIENT PRQCEDURES
�2 A. Measurement and Payment
43 l.. Cnordination within Railroad permit areas
44 a. Measu.re�ent
45
CITY OP CORT WQRTH 2�21 WATERMAIN LEAK
STANDARD CONSTRUCTIQN Sf'ECIFICATI�N DOCUII�IENTS 12EPATR CONTRACT
Revised December 20, 2412 City Project N.a. 103327
013513-5
SPECIAL P�LOJECT PROCEDURFS
Page S uf 11
1
2
3
4
5
6
7
S
9
10
11
12
13
14
15
lb
17
18
19
20
21
22
23
24
25
26
27
28
b
c.
1} Meas�irement for this Item wi11 be by lump sum.
Payrnent
1} The work performed and materials furnished in accordance with this Item
wili be paid for at the lump sum price bjd for Railroad Caordination.
The pric�e bid shall include:
1} Mobilization
2} Insgection
3} Safety fraii�ing
4) AdditionalInsu:rance
5} Insurance Certifica#es
6} Oiher requirements assaeiated �vith general coordination with Railroad,
including addiiianal emplayees required to pratect the right-of-way and
property af the Railraad from damage arising aut of and/or from the
constr�action o�the Pra�eet.
2. Railroad Flagmen
a. Measurement
1) Measuremenf far fhis Item will be per working day.
b. Payment
1) The work pe�for�ned and materials furnished in accordance with tius Item
wi11 be paid for each working day that Railroad Flagmen are present at the
Site.
c. The price bid shall inelude:
1) Coordination for scheduling flagmen
2) Flagmen
3) Other requirements associated with Railroad
3. All other items
a. Work associated with these Items is conside.red subsic�iary to the variaus Items
bid. No separate payment will be allowed for this Item.
29 1.3 REFERENCES
30 A. Reference Standards
31 1. Re%rence standards cited in this Specification refer to the current reference
32 standard publish�d at the time oithe latest revision date Iogged at the end of this
33 SpecifiGation, unless a date is specifically cited.
34 �. Health and Safety Code, Title 9. Sa%ty, Subtitle A. Public Safety, Chapier 752.
3S Higla Voltage Overhead Lines.
35 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
37 Speci�catioza
3 S 1.4 ADNIINISTRATIV� R�QUIR�MENT�
34 A. Cao:rdination with the Texas Departmer�t of Transportation
40
4I
42
43
44
45
46
L When wnrk in the right-of way which is under the jurisdiction af tne Texas
Department of Transportation (TxDOT):
a. Notify the Texas DeparYrnent o�Transportation prior to commencing any wark
therein in accordance with the provisions of the permit
b. All work performed in the T�OT rigiit-of-way shaTl be performed in
compliance with and subject to approval frorn the Texas Department of
Transportation
C1TY OF FpRT WORTH
STANDARD CON3TRUCTION SPECFFICATIOTi DOCUMENTS
Revised becember 2Q, 2U12
2021 W,ATER #vIAIlV LEAIC
REFAIR CONTRACT
City Project No. ]03327
I � �
013513-6
SPECIAL PR07ECT PROCEDURES
Page G Df 11
1
2
3
4
5
B
7
S
9
1a
11
12
13
14
15
l6
17
1s
]9
20
2I
22
23
24
25
2.6
27
2$
29
30
31
32
33
34
3S
36
37
38
39
�0
41
42
43
44
45
46
�l7
B. Work near High Voltage Lznes
1. Regulatory Require�nents
a. All Work near High Voltage Lines {inore ihan 600 volts measured between
eonductors or bet�een a conductor and the ground) shal] be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chaptei• 752.
2. '47Jarning sigil
a, Provide s.ign nf sL►f�cient s[ze meeting all OSHA requirements.
3. Equipment operaYing r�vithin 10 feet of hig;h voltage 1[i�es wiII reqnire the i'ollowing
safety features
a. Insulating cage-type of guard about the boom or arin
b. Insulator links on the lift hook connectio7is for back hoes or dippers
c. Equipment must meet the safety requirements as set foi�th by OSHA and tha
safety requiremanis ofthe owner of the high volta�e Iines
4. Wark within 6 feet af iai�h voltage electric iines
a. Notification shail be given to:
I) The power campany {e�ainple: C}NCOR)
a) Maintain an accurate log of all such calls to power campaily and recard
action taken in each case.
b. Coordination with po�ver compaily
I) After notification coordinate with the power company to:
a) Erect teznporary mechanieal barriers, de=energize the lines, or raise or
lower the lines
c. No personnel may woz�k witlxin 6 feet of a high voltage line .before the above
reqairements ha.ve been rriet.
C. Confiined 5paee Entry Program
1. Provide and follow approved Confined Space Entry Progr•am in accordance wlth
OSHA requirements.
2. Gonfined Spacas inctude:
a. Marzholes
b. All ather confined spaces in accvrdanc� with OSHA's Permit Required for
Con�ned Spaces
D. Air Po1lutlon Watch Days
1. General
a. Observe the following guidelines relating to working on City construction sites
on days designated as "AIR FOLLUTION WATCH DA�S".
b. Typical Ozone Season
1) May 1 througl�. October 31.
c. Crit�cal Ernission Time
1} 6:Q0 a.m. to 10:Q0 a.m.
2. Watch Days
a. The Texas Commission on Environmental Quality (TGEQ), in coordination
with the National Weather Service, w[ll issue the Aii• Pollution Watch by 3:00
p.rn. on th�; afternoon priar to the WATCH day.
b. Requira�nents
1} Begin vtTork after 14:00 a.m. wl�enever consh'uction pi�asing requires the
use af motorized equipinent for periods in excess of 1 hnur.
2) However, the Cantractor may begin vvork prior io 10:00 a.zn. if:
CITY OF FORT WORTEI
STANDARD CONSTRUCTION SPECIFIGATION DOCUMENTS
12evised December 20, 2012
2021 WA�R MATN L�AK
REPATR CONTRACT
City Project No. 1q3327
Q13513-7
SPrCIA.L PRO7ECT PI20CEDURkS
Page 7 of 11
I
2
3
4
5
6
7
8
9
ia
1T
12
13
14
i5
16
17
18
19
20
21
22
23
2�l
25
26
27
28
29
30
31
32
33
34
3S
36
37
38
39
4U
41
42
43
�F4
45
46
47
a) Use of motorized equipment is less than 1 hour, or
b) If equipmenfi is new and certified by EPA as "Low Emit�ing", or
equiprnent burns Ultra Low Sulfi�r Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG.
E. TCEQ Air Perrnit
l.. Ohtain TCEQ Air Parmit for con5traction activities per requirements of TCEQ.
F. Use afExplosives, Drop Weight, Etc.
7.. When Contract Docuinents permit on the project the %Ilowing will apply:
a. 1'ublic Noti�cation
l) Submit notice to City and praaf of adequat� insueanca cav�erage, 24 hours
prior to cammencing.
2) Minimutn 24 hour public notification in accordance with Section O1 31 13
G. Water Department Coordination
1. During the construction �f this praject, it will be necessary to deact�vate, for a
period af tim�, existing lines. The Contractor shall be required to coordinate with
the Water Department to detel7r►ine the best times for deactivating and activa�ing
those lines.
2. C.00rdinate any event that will require connecting to or the operation of �1 exis#ing
City water line system with the City's representative.
a, Coordination s1�alI be in accordance with Section 33 12 25.
b. If needed, obta.in a hydrant water meter from the Water Department for use
during the life of named projeet.
c. In the event that a water valve on an existing live system be turned off and on
to accommodate the construction of the praj ect is required, coardinate this
ac�ivity through the appropriate City representa�ive.
1) Do not operate water line valves of existing water system.
a) Farlure to comply �vill render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28.Q3 (Criminal 1Viischie� arid t�ie Contractor will
be prosecuted to ihe iull extent oithe iaw.
b) In addition, the Co�tractor wi�l assume aII liabilities and
responsibilities as a result of thes� actions.
H. Public Natification Prior to Beginning Construction
1. Prior ta beginning construction pp any block in the project, on a hlock by block
hasis, prepare and delzver a notice or flyer o.f the pending constru�tiQn to the front
door of each residence or business that will be impacted by canstruction. The natice
shall be prepared as follows:
a. Post notice or flyer 7 days prior to beginning any construction ac�ivity on each
block in the project area.
1) Prepare flyer on the Contractor's letterhead and include the following
information:
a) Name of Project
b) City Froject No (CPN}
c) Scope of Frnject (i.e, type of cQnstruciion activity)
d) Actual construction duration within the block
e) Name of the contractor's foreman and phone number
fl Name oF the City's inspector and phone number
g) City's after-hours phone num6er
c�rx a� �a��r wo�TH
STAAIDA,RII CQNSTRUCTION SFECIEICATIO�T BDCUME�fTS
Kevised I�eeem6er 20, 20 ] 2
302L WATER MAIN LEAK
REPA[R CON'I'RACT
Ciry YrojecY No. ! D3327
I i .
013513-8
SPECIAL PRO.TECT PRdC�DURE3
Page$afll
1 2) A sample ofthe `pre-construction notifcation' flyer is attached as Exhibit
Z A.
3 3) SLibmit schedule showing the co�structzon start and fii�ish tirr�� for each
4 block of the proj ect to the inspectol'.
S 4) Deliver flyer to the City Ins�ecto�- �oz re�iew prior to dist��ibution.
6 b. No canst�•uction will be allov;red to begin on any block umtil the flyer is
7 deliv�red to all residentis of the black.
8 I. Public Notification of Temporary VL�ater Service Interruption during Coiistruction
9 1. In the event it becomes necessary to teinporarily shut down watier service to
10 i�esidents or businesses during construc�;ion, prepare and deliver a notice or �lyer of
11 the p�ntiing interruption ta the front door ni each aifected a-esident.
12 2. Prepared notice as folIows:
13 a. The notificatipn or flyer shall be posted 24 hours prior ta the temporary
14 interruption.
15 b. �repare flyer an the contractor's letterhead and inelude the folIowing
16 information:
17 1) Name ofthe project
18 2) CityProjectNurnber
19 3) Dat� of the interruption of s�rvic�
2� 4) P�riod the int�rruption wilI take place
21 5) Name of the eontractar's forei�nan and phone nLzmber
22 6) Naine af the City's inspector and phona number
23 c. A sample of the temporaty water ser�ice interrup#ion notification is attached as
2�! Exhibit B.
25 d. Deliver a copy of the temporary interruption notification to the City inspector
2b for review priar io being distrihuted.
2`7 e. Na interruptia.n of wat�r s�rvice can occur until t��e flyez� iaas be�n deliv�red to
28 all affected residents and businesses.
29 f. Electronic versioqs ofthe satnple flyers can be obtained from the 1'roject
30 Consf�uction Inspector.
31
32
33
34
35
3b
37
38
39
40
41
42
43
44
45
46
47
.T. Coordination with United States Army Carps of Engineers (USACE)
1. At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements .set forth in each designated
pex•.mit.
K. Coordinatinn witfiin Railroad Permit Ar�as
1. At locations in the project r�here ca�tstruction activities accur in areas where
railroad pennits are required, meet all reauirements set forth in each designated
railroad permit. This includes, but is not limited to, pravisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insuranc.e ee�ificate,s
f, �Lher employees required to pratect the right-of way and properiy of the
Railroad Company from damage axising out of and/ar from the construction of
the project. Proper utility cle,arance procedures shall be used in accordance with
the permit guidelines.
CITY QF FORT WpRTH 2O21 WAT$R MA[N LErLLS
STANDARD COI�STRUCTFOId SP�CII'[CATION DOCiIMENTS REPAIIt CONTRA;CT
T�tevised �ecember 20, 2d12 City Project Na. 1.03327
013513-9
SPECIAL PROJGCT PROC�DUR�S
Page 9 of 11
��
�
�
�
i 26
� 27
I
i
J.
2. Obtain any supplemental information needed to comply witli the railroad's
re�uirements.
3. Railroad I'lagnlen
a. Submit receipts to City for verificatian of working days that railroad flagmen
wera present on Site.
L. Dust Cnntrol
1. Use acceptable meas�res to cont�•ol dust � the Site.
a. If water is used to control dust, capture and properly dispose of wast� water.
b. If wet sar�v cutting is perfarmed, capttrre a�d propexly dispoae of slurry.
M. Em.ployee Parkin.g
1. Pravide parking foz� employees at Iocatioi�s approved by the City.
N. {Coordination with North Central Texas Council of Goverr►ments (NL'TCOG) Clean
Constructian 5pecificatior� [if reyuirad far the proj ect — veriiy with City]
1. Comply wit1� equipment, operational, reporting and enforcement requirements set
forth in NCTCOG's Clcan Canstruction Speci�ication.}
1.5 �UBMITTAL,� �NOT USED]
1.6 ACTION SUBNIITTALSIINFORMATIONAL SUBMITTALS [NOT US�D]
1
2
3
�
5
6
7
8
9
ao
11
12
13
14
15
16
1.7 CLOSEOUT SUBMITTALS [NOT USEDJ
1.8 MA�NTENANCE MA.TERIA,L SUEMITTALS [NOT iTSED]
1.9 QUALiTY ASSi7RANCE [NOT IISED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D]
I.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY jNOT IISED]
17
rs
19
2Q
21
22
23
PART 2 - PRODUCTS [NOT USED]
24
25 PART 3- EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.4.B — A.dded requirement of compliance with Health and 5xfety Code, T'itle 9.
$/3112012 D. doluisan S.afety, 5i�btitle A. Public Safety, Chapter 752. High VolEage Overhead Lines.
1.4.$—Added Cantractor responsibility for obtaining a TC�Q Air Pernnit
2$
CiTY o�' �'oR'r wpRTx
STANDARD CONSTRUCTION SPECIFICATIO7� DOCUMENTS
Revised Decem6er 20, 2012
2021 WATGR Il�AIN LEAIC
REPAIR CONTIiACT
City Project No. 103327
013513-ZQ
SPECIAT. PROIECT PRdCEDlJI2E5
Page ] 0 of 11
�
2
3
4
S
6
7
8
9
14
11
12
13
14
1S
Ib
17
1s
19
20
21
2z
23
24
25
26
27
28
29
�o
3I
32
33
34
35
36
37
Dafie:
CPN Na.:
Project Name:
Mapsco Laca#ion:
Limits a�F Construction:
���rT A
(To b� printed on Contracfar's Letterhead)
�,
� ',
- , �� �� �
�,
THIS IS TO INFORM YOU T�iAT U�ID�R A CONTRACT WITH TH� CI7Y OF' FORT
WORiH, OUR COMPANY WI�.� WORK OR UiILITY LIN�S ON OR AROUND Y�UR
PF�QPERTY.
CONST'RUCT[ON WILL ��GIRI AI'PROXI�lIAT�LY SEV�N DAYS FR�Ni THE DATE
OF' 1�HIS NOTICE.
IF YOl1 h1AVE QUESTIONS ABOUT ACC�SS, SECURITY, SAFETY OR ANY �THER
ISSUE, PLEASE CALL.:
Mr. �CONTRACTOR'S SUP�REN7ENDEIVT� AT CTELEPHONE N0.7
OR
IVIP. CC1TY fNSAECTOR� AT � TELEFHDNE NO.>
AFTER 4:30 PiUi OR ON WEEK�MpS, PLEAS� CALL (897) 392 8306
PL.EASE KEEP TH1S FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH
STANL7Al2D CONS'f'RUCTI01�' SPECIFICATIONI30CUM�NTS
Revised Decemher 20, 2012
2021 WA'I'�It MAIN LEAK
REPAIR CONTRACT
City Project Nv. 103327
01 35 13 - 11
SP�CIAL PROd�CT P120CEDURES
Page 11 of l 1
I
2
d
9
aaee:
DOI� P[Q. .7CX7LSC
�rc�sCt �Ioeree:
��/ L� ��►�r �� a �.���1�'��� ����e� s��.� � 8�r�.
�IL��Jis���� 1S ���
�
9
11'�R. AT
(CONTRACTURS SiTP£� I2INTENDENT) ('�LEPHQNE Ni3lYiBER)
, OR
�
�, AT
,� (CITY INSPECTaR) (��,�.��xo� nu�a��t)
TNT5 I1�TCOlVi�ENIEiHCE WILL BLfi AS SH4itT AS POSS�LE.
THA1�fTC 'YQU,
CO1�iTRACx�R
EXHIBIT B
Fo�TWoRTx
DCT� 'I'O if'FiLiTY IMPRO'V�14iE1�['I'S IN YpIIR 1VEIGHHQ1iHOOD, YOCTR
WA,1'ER SERVICE WiLL BE YiV'CERRUPT�D OPI
BETWEEN THE HOT71�.3 O�' ANA
IFYOU X�AVE QUE3T10NS ABdUT 1'HIS SECUT-QIJ'�', PLEAS� CA.i.Y,:
,
�
4
CTl'Y QF FORT WORTH
STANDART3 CpN5TRL3CTIpN SPECIFICATION pQCUMEIVTS
Revisad Decamher 20, 2012
2�21 WATER MAIN LEAK
REP.4IR CONTRACT
City Projecf IVo. 103327
J
o�asa�
TESTl]�TG AND INSPECTI�N S�RVICES
Page I of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspec�ion services procedures and coordination
B. D�viaiions fram this City of Fort Worth Standard Specifieation
1. None.
C. Related Sp�cificaiion S�ctions include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Porms and Conditions of the Contract
2. Division 1— General Requisements
1.2 PRICE AND PAYMEIVT PROCEDUR�S
A. Measuremeni and Payment
I. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allnwed for this T�em.
a. Contractar is respansible for pe:rfarming, c.aordinating, and paymer�t of all
Quality Control testing.
�. Cit� is responsible for performing and payment for first set of Quality
Assurance tesking.
1) If the frst Quality Assurance test perfarmed by the City fails, the
Contractor is responsible far payment of subsequ�nt QuaIity Assuranc�
testing until a passing test qccurs.
a) Final aeceptance will nat be issued by City until all required payments
for testing by Contractor have been paid ir� iull.
13 REFERENCES [NOT i1�EDj
1.4 ADM�NISTRATiV'E REQUXREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required ta he perfflrmed by the City, notify City, sufficientl�
in advance, when testing is needed.
b. When testing is required to be campleted by ti�e Contractor, notify City,
sufficiently in advance, that testing vvill be performed.
3. Distribution ofTesfiing Reports
a. Electronic Distribution
1) Conf'irm development of Project directory for electronic subtnittals to be
uploaded ta ihe Ciiy's document Fnanagement system, or another external
FTP siie approved by the City.
C1TY OF FORT WORTFI 3p21 WATBR MATN LEAK
STt�NDARI3 Cp1�STRUCTIQN SPECIFICATIOIV BpCUM�NTS REPAIIt CONTRACT
Aevised March 4, 2026 City Projcct No. 103327
014523
T�STINGAND]NSYECTION SERVICES
Page 2 of 2
2} L1pload test reparts to designated project directory and notify appropriate
City reprasentatives via email of submittal posting.
3} Hard Copies
a) I copy for al] sub�nittals submitted to the Project R�p�'esentative
b. HaE•d Copy Distribution (if t-equired in lieu oiel�ctronic distribution}
1) Tests per%rined by City
a) Distribute 1 hard copy to tl�e Cantractor
2} Tests perfor�nad by the Contractor
a) Distribute 3 hard copies ta City's Project Repj•esentative
4. P�•o�ide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Naine tif pit
b. Date of delivery
c. Material delivezed
B. Insp�ctian
�. Inspecti�n or lack of inspeetian daes not relieve the Contracior fram obligation to
perForm wark in �ccordance with the Contract Dacuments.
1.5 SUBIVIITTALS [NOT USED]
LG ACTION SIIBMITTALS/�NFOItMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT �UBNIITTALS [NOT USED]
1.8 MAINTENANCE MATER�AL SUBMITTAL� [NOT USED]
1.9 QUAL�TY ASSURANCE [NOT USEDj
1.10 DELIVERY, STORAG�, AND HANDLING [NOT U�SEDj
1.11 FI�LD [�ITE] CONDITIONS [NOT USED]
1.12 WARRANTY �NOT USED]
PART 2- PRODUCTS IN�T IISED]
PART 3 - EXECUTZ�N [NOT US�D]
END OF S�CTION
Revisian Log
DATE NAME SZ.TIVIlVIARY OF CHANGE
3/9/2020 D.V. Magana Removed referenoe to Buzzsaw and noted thal elech•onie suhmittals be upLoaded
ttu'ough the City's doeument managernent system.
CTTY OF FORT WOTtTH 2O21 WATHR MAIH LEAK
$TAI�DARD CONSTRUCTION SPECIi'ICATION DOCUAiiENTS REPAIR CONTRACT
I2ev'rscd March 9, 2p2Q City ProjectNo. 103327
o�s000-�
TEMYORARY FACILITI�S AND CONTROLS
Page 1 of 4
�
�
I
2
SECTION 0150 00
TEMPORARY FACILITIES AND CONTAOT�S
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Prnvide temporary faciiities and controls needad far the Work including, hut nat
7 necessarily liznited to:
8 a. Te�nporary utilities
9 b. Sanifary facilities
10 c. Stnxage Sheds and Buildings
11 d. Dust control
12 e. Teinporary fencing of the construction sit�
13 B. Deviations from this City of Fort Worth Standard Specification
14 l. None.
1S
16
17
18 1.2
C. Related Specification Sections inciude., but are not necessarily Iimited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— Ganeral Requiramer�ts
PRICE AND PAYM�NT PROCEDTIRES
19 A. Measurement and Payment
2p l. Wox•k associated with this Item is considered subsidiary to #he various Items bid.
21 No saparate paymeni will be allowed far this Itern.
22 1.3 RE�'ERENCES [NOT �TSEDj
23 7..4 ADMXNZSTRATIVE REQUIREII�ENTS
24
25
26
27
28
29
3fl
31
32
33
34
35
36
37
38
39
4U
A. Temporary Utilities
1. Obtaining Temporary 5ervice
a. Ma1ce arrangements with utility seivice companies for temporaty services.
b. Abide by rules and regulations of utility service companies or authorities
1�aving jt�risdiciion.
c. Ba responsible for uiility service cos#s until Work is appra�ed for Final
Accepfiance.
1) Included are fuel, power, light, heat and ather utility services n�cessary for
exec�tion, completion, testin� and initial operation of Wor�.
2. Water
a. Cantractor to provide water required for and in cnnnection wiYh Woxk ta be
per%rmed and %r specified tests of piping, equipinent, da�ic�s or nthea• use as
required for the campleYiozi of tihe Work.
b. Provide and maintain adequate supply af potalale water for do�estic
consumption by Contractor personnel and City's Project Representatives,
c. Coardinatian
1) CQntact City 1 week before water for construetion is des�red
CTTY OP FORT VVORTTI
STANDARD CONSTRUCTION SPEC[FICATIOi�] DOCUIvIBNT5
Revised July l, 2(}1 l
2021 WATERMAIN LEAK
REPAIR CONTRACT
CityProjectlVo. iD3327
J
O15000-2
'I'EMPpRAItY FACLLITIES ANB COI+ITROLS
Page 2 of �}
1
2
3
4
5
6
7
8
9
10
]1
12
13
14
15
16
17
]8
19
20
21
22
z3
2�
25
26
27
28
29
3Q
31
32
33
34
3S
36
37
38
39
�0
41
d. Contractor Payment for CoiZstruction Water
1} Obtain conslructinn water rr��ter from City fnr payment as billed by Czfy's
established rates.
3. Electricity and Lzghting
a. Provide and pay for elecfric powered service as required for �ork, including
testing of Work.
1} Provide povrer for iightiilg, aperation of equipment, or other use.
b. Electric power service includes teinporary gower service or generatar to
maintain operations during scheduled shutdow�.
4. Tel�phon�
a. 1'rovfde emergency telephone service at Site for use by Contractor personnel
and others perfotming vuork or furnishir�g services at Site.
5. Tempo.rary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide teinporaty heat and �entilation to assure safe working conditions.
B. Saniiary Facilities
1. �rovide and maintain sanitary facilities %r persons on 8it�.
a. Cnznply wiih r�gulaiinns nf State and ]aca] departmenfs of health,
2. Enforce use of sanitary facilities by constructioil persomlel at job site.
a. En�lose and a�achar sanitary facilities.
b. Na discharge will be allowed froin these facilities.
c. Collect and store sewage and waste so as not to cause nuisanoe or heaith
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and prop�riy
dispnse in ar,cnrdance wath applicable regulation.
3. Locate faei]'rties near Woz'k Sii� and ]ceep clean and maintained tl�roughaut Pi�oject.
4. Remove facilities at camplation ofProject
C. Storage Sheds and Buildings
1. Pro�ide adequately ventitated, watertight, weatherproof storage facilities with floor
above grou�td Ievel for materials and ec�uipment susceptible to weather damage.
2. Slorage of materials not susceptible to weather damage may be on blocks o�
ground.
3. Store materials in a naat and oz�derly manner.
a. Place materials and equipment to permit easy aceess for identification,
inspection and inventory.
4. Equip building with lockable. doors and lighting, and provide electrieal service for
equipment space heaters and heating or �entilation as necessary to pravide storage
enviranments acceptable to specified manufaeti.u�ers.
5. Fill and grade site for temporary structures to provide drainage away frorn
temporary and e�sting buildings.
6. Remove building from site praor to Finai Acceptance.
42 D. Teinpor�y Fencing
43 1. Provide and maintain for the duration or construction when required in eontract
44 dacuments
45 E. Dust ControI
CITY QF FORT WORTH 262I WA'T'Eit MA1N LEAK
STAND�1ItD CpNSTRUCTIpN SPECIF[CA1'IQN DpCUMENTS REPAIIt CONTRACT
Aavised July I, 2011 City ProjectNa, 103327
�
7
lb
17
�
�
�
01 5000-3
T�MPpRAR7C FACILITIES AND CONTIZOLS
Page 3 of 4
1. Contractor is responsible for maintaining dust conirol tlu•ough the dura�ion of the
project.
a. Contractor remains on-caIl at all iimes
b. Must respond in a timeiy manner
P. Temporary Protection oi Construclion
I. Contractor ar subcontractars are responsible for protecting Wo.rlc f'rorn damage due
to wea�her.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBNIITTALS/INFaRMATIONA.L SUBMITTAL� [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SiTBNIITTALS [N�T IISED�
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DEL�VERY, STORAG�, AND HANDLTNG [NOT IISE.D]
1.11 FIELD ISITE] CONDITIONS [NOT USED]
1.i2 WARRANTY [NOT iTSED]
1
2
3
4
5
6
7
8
9
in
11
12
13
14
15
PART 2 - PRODT7CTS [NOT USED]
PART 3 - EX�CUTION �NOT USED]
3.1 INSTALLERS [NOT U�ED]
3.2 EXAMXNATYON [NOT C7SED]
3.3 PREPAI2ATI(QN [NOT iTSED]
3.4 uvsTALLATroN
A. Temporary Faeilities
1. Maintain all temporazy facilities for duration of constru�tion activities as needed.
3.5 [REPAXR] I [RESTORATION]
3,G RE-XN'STALLATZON
3.7 �1�+ LD [ox] �XTE QUALITY CONTROL [NOT USED]
3.$ SYSTEM STARTUP [NOT USED]
3.9 AD,TUSTING [NOT USED]
3.10 CLEANiNG [NOT USED]
3.11 CLOSEOUT ACT1V[`I'XES
A, Temporary Facilities
18
19
20
2I
22
23
24
25
26
27
2$
29
30
3i
CiTY OF FORT WORTH
STANDAAD COIVSTRUCTION SPGCIFICATIONi AOCUM�i�ITS
Kevised .Tuly 1, 2011
2p21 WATER MAW LEAK
REPAIR CONTRACT
City Pcaject No. 1 D3327
��
DI5000-4
TEMPQRltRY FACILITIE$ AND CONTROL$
Page 4 of 4
1 1. Remove a11 temporary facili�ies and restote area after completion of ihe Work, to a
2 condition �yual to or b�tter tha11 priar to �tart af Work.
3 3.12 PROTECTI(}N [N�T iTSED]
� 3.13 MAINT�NANCE [NOT USED]
5 3.1.4 ATTACHMEN�'S [NOT USED]
6 END OF ,SECTION
7
RCV ISlO[1 1,6�,
DATE NAME SUNIMARY OF CHANGE
CiTY QF FORT WORTH 2O21 W;4'I'�R MAIN L�AK
5TAN1]ARD GONSTRUCTIQN SPECIPICATION �OCUI�I�NTS Ei�PAIl2 CONTRACT
Revised 7uly 1, 2al ] City Project No. ] 03327
O1 5526- 1
5T[�EET USE PERMIT AND MODIFIC�TION3 TO TRAFFiC CONTRaL
Page 1 of 3
i�
1
z
SECTION 0155 26
ST'RE�T US� P�RMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART 1- GENERAL L1 SUMMARY
4
5
6
7
8
�
10
11
12
13
14
15
16
17
18
19
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permi#
b. Modifcation of appraved traff c control
c. RemovaI af Street Signs
B. Deviations frottk ti�is City of �'o:rt Worth Standard Speciitcation
1. 1..2 PRICE AND PAYIVL�+ NT PROCEDURES —
Givan t�te nature of this contract, Street Use Permits will be paid for at the
pre-bid grice of $1.OQ.00 each on an as needed basis. Additionall�, Traf�c
Contro[ Plans will be categorized as Residential and Arterial / Industrial due
to th� varying degrees qf Tra��e Cnntrol reqnired in these different road
types.
C. Related Specification 5ections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditioils of the Contract
2. Division 1— General Requireinents
3. 5ection 34 71 13 — Traffic Cantrol
20 1.2 PRTCE AND PAYMENT PROCEDURES
21 A. Measurernent and Fayrnent
22 1. �ark associated with tYus Item is considered subsidiary to the various Itams bid. Na
23 separate payznent will ba allowed for this Item.
24 1.3 REFERENCES
25
26
27
28
29
30
3I
32
33
34
35
36
A. Reference 5tandards
1. Reference standards cited in tl�is specification refer ta ti�e current referenc� standa�'d
published at the tinrae of the latest ret�ision date logged at the end of this specification,
unless a date is specificaily cited.
2. Texas Manual on LTnifQrtn Traffc Controi Devices {TMLTTCD}.
1.� ADNIINISTRATIVE REQUIREMENT�
A. Traffc Control
1. General
a. Contractar sha1l minirnize lane cIosures and imp.act ta vehicuIar/pedestriar►
traff c.
b. When traffic contral plans are included in the Drawings, provide Traffic Control
in accordance wiih Drawings and Section 34 7I l3.
2021 WATER 1VfAII�i LEAK
REPAIR CON"I`RACT
City Project No. 103327
CITY �F FORT WOF�Tl�
STANflARD CQl�lSTRUCTION SPECIPICATI03v L70CUMENTS
Revised Mareh 22, 2021
[l
01552b-2
S`I'RF`�T U5E P�RM17' ANJ7 MODIF[CA1'IONS 1'd TRAFFIC CONTROL
Page 2 of 3
37
38
39
4D
41
42
43
44
�5
4b
47
4$
49
50
51
52
53
54
55
56
S7
58
59
60
c. When traffic cantrol plans are not included in the Drawings, prepare traific
coz�tt°al plans in acc.o�•dance vvith Section 34 71 13 arjd submit to City fo:r review.
1) Al1ow miz�i�num ]0 working days foz• review of proposed Traf�c
Control.
2) A traffic control "Typical" published by City of Fort Warth, the Te�as
Mat�ual Unified Traffic Control Devices (TM[]TCD) or Texas
Deparhnent of Transportation (T�cDOT) ca.� b.e used as an alternaLive to
preparing projeetlsite specif c h�aff c control plan if 1�e typical is
applicable ta the specific projectlsite.
B. Street Use Permit
]. 1'rior to installation of Traffic Control, a City Street Use Permit is required,
a.. To obtain Street Use Permit, submi� Traf%c Control Plans to City `I'razisportation
and Public Wot•ks Deparhnent.
1) Allpw a tninimum af 5 warI�ing days for permit re�iew.
2) It is #he Contractor's responsibility to coordinate re�iew of Traffic Control
plans for Sfreet Use Permit, such that construction is not delayed.
C. Modification to Appro�ed Traf�'ic Control
1. Frior to instailation traffic contral:
a. Submit revised traffic controi plans to City Department Transportation and Pub�ic
Works Depat�Yinent.
1) Re�vise Traffie Control plans in accardance with Section 34 71 ] 3.
2) Allow minimuin 5 working days for review of revised Traffic �ontrol.
3) It is the Contractor's responsibility to coo��dinate r�vi�w af Traffic Confrol
plans for Street Use Permit, such that construction is not delayed.
b 1 D. Removal of Sta�eet Sign
62 1. If it is determined that a street sign must b� re�noved for canstructian, then contact City
b3 Transparfatian and Public Works Department, Signs and Markings Division to remove the
b4 si.gn. E. Tamporary Signage
65 ]. In tl�� case of regulatary sig;ns, replace perrnanent sign with tempoxary sign meeting
66 requirements of the la#est edition of the Texas Manual qn Uniform Tra.�fic Conirol
67 Devices (MUTCD),
68 2. InstaI] iemporary. ,sign before the r�moval of permanent sign.
69 3. Wh�n construct�on is cornpleta, ta the extent that the permanent sign can be
70 reinstalled, con#act the City Transportation and Public Works Department, Signs and
71 Markings Divisian, ta reinstall the pertnan�;nt sign. F. Traf�'ic Cantrol Standards
72 1. Tra�'fic ControI Standartis can b� £ound an the Cit�'s �vebsite.
73 1.5 SiTBMITTALS 11VOT U��D]
74 A. Submit all required documentation to City's Project Representative.
75
75 1.6 ACTION SUBMITTALS/INFORMATIDNAL SUSMITTALS [NOT USED]
CITY OF FORT WQIZ'1�-I 2D21 WATER MAIN LEAK
STANDARn CONSTItUCTIdN SY�CI�'ICA'TTON DOCUMENTS �PA.[R CQNTItACT
Revisad March 22, 2021 City Proj ec4 No. I03327
015526-3
STREET LT�E P$RM1T AND MOT]IFICATIONS TO TRAI"t'IC CON'I'120L
Page 3 of 3
e
R
87
� J .
I
�
i
�
��
I
�
77 1.7 CLOS�OUT �UBMITTALS [NOT USED]
'78 I.8 MAINTENANCE 1VIATERIAL SUBMITTALS [NOT iTSED]
79 1.9 QUALITY ASSiTRANCE [NOT USED]
80 1.1U DELIVERY, STORAGE, AND HANDLING [NOT iISED�
S 1 1.11 FIELD [SITE� CQNDITIONS [NOT USED]
82 1.12 WARRA.NTY [NOT LTSED]
83 PART 2- PRODUCTS [NOT USED]
84 PART 3� EXECUTION [NOT USED]
END OF SECTION
SS
86
Revision Lag
DATE NAiVIE SUNIMARY OF CI�NGP
3/22/2021 M Owen I.4 A. Added language to e3nphasrze minimizing of lane closures and impaat to
irafftc.
1.4 A. 1. c_ Added language to allow for use of publishad traff'ic con#rol "Typicala" i
applicable to specific projecYlsite.
1.4 F, 1} Removed reFerence ta Buzzsaw
1.5 Added language re: submittal oFpermit
Cit'Y QF FORT WORSH
STAi�TDARD C�NSTRUC'CIOIV SPECIPICATION DOCiJNI�NTS
Revised March 22, 2021
2021 WAT�IZ M11IN G�AK
T2 EPATR CO�fTRACT
City Praject No. l Q3327
o� s� 73 - i
STORM �VATER POLLUT[ON PREVENT�ON
Page 1 of 3
1
2
SECTION 01 5713
STORM WATER POLLUTION PREVENTTON
3 PART1- GENERAL
4 11 SUMMARY
5
� 6
i' �
8
9
]0
lI
12
� 13
14 1.2
15
16
17
18
19
20
�1
Il
A. Section �ncludes:
1. Procedures for Storm Water Pollution Prevention Plans
B. De�iations from this City ofFort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited ta:
1. Division 4— Bidding Requirement;s, Contract Far�s ar�d Conditians of the
Contract
2. Division 1— General Requirements
3. Section 31 25 00 — Erosian and Sedimant Conkrol
PRICE AND PAYMENT PR�CEDUR�S
A. Measutement and Payment
l. Construction Activities r�sulting in l�ss than 1 acre of distu�'bance
a. Work associated with this Item is considered subsidiary to the various Ztems
bid. No separate payment will be allowed foz' this Item.
2. Const�uctian Activities result�ng in great�r thaza 1 acre a�disturbance
a. Measurement and Paymern shall b� in accardanea with Section 31 25 QQ.
21 1.3 REFERENCES
22
23
24
25
26
27
28
29
30
31
32
33
34 1.4
35
36
37
A. Abbreviations and Acronyms
1. Noiice of lntent: NOI
2. Notice of Termination: N�T
3. Starm Water Pollution Pravention Plan: SWPPP
4. Texas Cazrinnissiot� on Environmental Quality: TCEQ
S. Notice o�Claange: NO�
A. Reference Standards
1. Reference standards cited in this Specification refer to the current ref�rence
siandaxd published at the time af the latest revision d�ate logged at the end of this
5pecification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construetion
Controls
ADMINISTRATNE R�QUTR�MENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issLied associated
wifh compliance to Stormwater Follution Prevention Plan.
CITY OF FQRT WDRTH
S"1'A3IDARD CQNSTRUCTfON SPECIfICATTON DOCUMENTS
ttevised July 1, 2011
2021 WA'CERMAW LBAK
REPAIR CqN"i'RACT
City Projeet No. 103327
�
015713-2
STORM WAT�Fi POLLi1T10N PREVENTIpN
Page 2 of 3
I
2
3
�
5
6
7
8
9
i0
il
12
13
14
15
16
17
[8
t9
20
21
22
23
24
25
2.6
27
28
29
30
31
32
33
34
35
36
37
38
39
B. Construction Activities resulting in:
2
3.
Less tl�an 1 acre of dist��rbance
a. Pravide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Coznplete SWPPP in aceordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Requi��ed under geaae�•al perinit
T�R150Q00
a) Sign and post at job site
b) Prior to Preeanstruction Meetii�g, send 1 copy to City Departmeilt of
Transportation and Public Vt�orks, Environmental Division, (817) 392-
6Q88.
2) Pravide erosion and sediment control in accordance with:
a) Section 31 25 OQ
b) The Drar%vings
c) TXIt150Q00 General Pe��mit
d) S WPPP
e) TCEQ requirements
5 acres or more of Disturbance
a. T�xas Pollutant Discharge Elimination Systern (TPDES) General Canstruction
Permit is requii�ed
b. Coinplete SWPPP in accordance �ith TCEQ reqUirerr�ents
]) Prepare a TCEQ NDI farm and subinii iq TCEQ along with �•equired fee
a) S.ign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6488.
2) TCEQ Notice of Chauge required if making changes or updates to NOI
3) P1•ovide erosion and sedirnent control in accordance with:
a) Sactioz� 3] 25 00
b) The Dravtrings
c) TXRISOQ00 General Permit
d) SWPPP
ej 'I'CEQ requirements
4) Once the pi•oject has been coinpleted and all the closeout reyuirements of
TCEQ have been mei a TCEQ Notice of Termi�ation can be submitted.
a) Send copy to City Department of Transportation and Public Worl�,s,
Enviranmantai Division, (817) 392-6088.
40 1.5 SUBMXTTALS
41
�2
43
44
4S
4b
47
A. SWPPP
1. 5ubmit in accordance with Section O1 33 00, except as stated herein.
a. Prior to �he Preconstructian Meetin�, submit a draft capy of SWPPP ta the City
as follaws:
1) 1 copy to �he City Projeet Manager
a) City Project Manag�r will forward to the City Department oi
Transportation and Public Works, �nvironmental Divisioi� for review
CITY QF FORT WORTH 2O21 WATER MAIN L�AK
STANDAI2D CONST12UCTION SP�CIFTCATION DOCUMENTS REP:4IR CONTRACT
Revised July 1, 2011 �ity Project No. 103327
�
p15713-3
STORM WATERPaLLUT10IQPREVEIVTION
Page 3 of 3
d
�
1 B. Modified SWP�P
2 1. If the SWP�'P is revised duz•ing const�•uction, resubmit �nodif�.d �WPPP to the City
3 in accardance with Section Q1 33 40.
4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT USED]
5 1.7 CLOSEOUT SUBMTTTA.LS �NOT USED�
6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSURANCE �1VOT US�D�
S 1.10 DELIV�RY, STORA.GE, AND HANDLING [NOT USED]
9 1,11 FIELD [SITE] CONDITIONS [NOT USED]
10 1.12 WARRANTY [NnT iTS�D]
11 PART 2- PRODUCTS [NOT USED]
12 PART 3- EXECUTION [NOT USED]
13 END OF SECTION
14
�_
I 15
f�
�
Revision Log
DATE NAME SUMMARY OF CHANG�
CITY OF I'012T 1�VORTH
STANDARD G�NSTRUC"iION SPECIF'ICATIOTI I]OCUMHN'I'S
Revised July 1, 20l I
2021 WA'TER MAQ�I LEAK
12EPAIR CONTRACT
City ProjecE No. 1Q3327
I
�
015813-L
"FEMPQRARY PRpS�CT SIGNACrE
Page 1 of 3
,l
I
1
2
3 PART1— GENERAL
4
� 5
6
I� �
8
9
1Q
` 11
12
� 13
,� 14
1S
16
17
18
d
�
19
20
2l
22
23
2�i
25
26
27
28
29
30
31
SECTION D15$13
TEMPORAIZY PROJECT SIGNAGE
1.1 SiTMMARY
A. Section Includes:
1. Temporaty Project Signage Requirements
B. Deviations feom this City of Fort Worth Standard Specif'ication
1. None.
C. Related Speciiaca�ion Sections include, but are not necessa�ily liinited to:
1. Division 0— Bidding Requirements, Cantract Forms and Conditions of the Contract
2. Division 1— General Requirernents
1.2 PRICE AND PAYMENT PROCEDURES
A. Measur�ment and Payment
1. Work associated with this Itejn is considered subsidiary to the various Itenns bid.
No separate payment wiil b� allowed for thzs Item.
i.3 REFER�NCES [NOT T7S�D]
1.4 ADNIINISTRATIVE REQiTIREMENTS [NOT U�ED]
1.5 SUBMITTAL� [NOT USED]
1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS INOT USED]
1.7 CLOSEOiTT SUBMITTALS �NOT USED]
1.8 MAINTENANCE MATERIAL SLTBMITTAL� [NOT USED]
1.9� QUALITY ASSLTRAI�TCE [NOT iTSED3
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [5ITE] CONDITIONS [NOT L1SED]
1.12 WARRANTY [NOT i7SE1]]
PART 2 - PRODiTCTS
�.1 OWNER-FURNISHED [o�] OWN�R�SLTPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMEN'i', PRODUCT TYPES, AND MATERIALS
A. Design Criieria
1. Provide free standing Proj ect Designation Sign in accorda�ce with City's Standard
Details far project signs.
CITI' OF I'ORT WORTH
STANDARD CQNSTRLdGTIQN SPECIFICATIpN DpC1.J11AENT5
Aevised duly 1, 201.1
2021 i�ATETi MARV LBAK
REPAIR COIVTRACT
City Project No. 143327
�I
o�sai3�z
'CEMPOTZARY PRO]ECT SIGIVAGE
Page 2 uf 3
1 B. Materials
2 1. Sign
3 a. Constructed of 3/n-inch fir plywood, grade �-C (eXterior) or better
4 2.3 ACCESSORIES jNOT USED]
5 2.4 SOURCE QUALITY CONTRpL [NOT USED]
6 PART 3 - EXECUTION
7 3.1 INS.TALLERS [NOT i]SED]
8 3.2 �XAMINATION [NOT US�D]
9 3.3 PREPARATION [NOT USED]
10 3.4 INSTALLAT�ON
ll
r2
13
]4
]S
16
17
18
19
20
21
22
23
24
25
26
A. General
1. Provide vertical installation at extents af prQject.
2. R�locate sign as needed, upon request of the City.
B, Maunting options
a. Skids
b. Posts
c. Ba�•ricade
3.5 REPAIR 1 RESTORAT�ON [N�T USED]
3.6 RE-INSTALLATION [NOT USED]
3.'7 �'T�LD IoR] SITE QUALrTY CONTROL [NOT USED]
3.S SYSTEM STARTUP jNOT USED]
3.9 ADJUSTING [N�T USED]
3.10 CLEANING [N�T USED]
3.11 CLOS�OUT ACTIVITIES jNOT USED]
3.1.2� P�OTECTZON [NOT USED]
3.13 MAINTENANCE
27 A. General
28 1. Maintenanee will �nclude painting and repairs as needed or ciirecied by the City.
29 314 ATTACHM�NTS [NOT TJSED]
30
3I
END OF SECTION
CTI'Y OF rORT WORTI�I 2021 VJAT�R MAIN LEAK
STAND.AI2D CONSTRUCTION SPECIFICATION I70CUMENTS REPAIIt CONTRACT
Re�ised7uly 1,2Q11 CityProjectNo. 103327
015813-3
TEMPORARY PAOJECT SIGNAGE
Page 3 of 3
Revision Lag
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH 2O21 WATER MA1N I,EAK
STANDARD CONSTRUCTIQN 3PECIFICATION DOCUMENTS REPAQz C�NTRACT
Itevised July 1, 20J { City Project Tio. 1D3327
oi 6n o0
PKODUCT REQi1Q2�:MEI�TS
Page 1 of 2
SECTION O1 60 00
P�.ODUCT REQUIfZEIVIENTS
PART1- GENERAL
1.I SIIMMARY
A. Sectian Xncludes:
1, References for Product Requirements and City Staz�.dard �'roduets L,ist
B. Deviafions frQzr� tlazs City of Fort Worth Standard Specificaiian
1, None.
C. Related Specification Sectians znclude, but are noY n.ece.ssaxily liznited to:
I. Dit�ision 0---- Bidding Requzrements, Contract Forms and Canditians of the Contract
2. Division 1— General Requir�ments
I.2 PRIGE AND PAYMENT PROCEDiTRES [NOT USED]
1.3 RE�'ERENCES [NOT IISED]
1.�4 ADMINISTRATIVE REQUIREMENTS
A. A list af City approved products for use is available through the City's website at:
https:llapps.fortwort�texas.govlProjectResources/ and �ollowing tI�e directary paih;
02 - Construction Documents/Statadard Products List
B, Only praducts specifically included on City's Standarri Px•oduct List in ihes� Cantract
Docwnents shall be allowed for use� on the Praject.
1_ Any subse�uently approved products will only be allowed far use upon. specific
approval by the City.
C. Any specific product requirements in the Contract Documen#s supersede sirnilar
products included on the City's Standard Product L'tst,
1. The City reserves the rigilt to no.t allow products to be used for certain prajects even
though the p�•od�ct is listed on the Ciiy's �tandat:d Product List.
D. Although a specific pro.duct is included an City's Standard Producf List, net all
products from that manufacturer are appxoved for use, inciuding but not limited to, that
manufacturer's standard pmduct.
E. See Section O1 33 00 for submittal ��equirements of Produc# Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1,G ACTION SUBNIITTALS/JNFORMAT�ONAL SUBM�TTALS [NOT US�D]
1.'� CLOSEOUT SUBMITTALS [NOT USED]
1.8 MATNTENANCE MATERiAL SUBMYTTALS [NOT USED]
L9 QUALXTY ASSURA.NCE [NOT USED�
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFiCATIOIV DOCUivIENTS
Revised Iwlarch 9, Z02D
2021 WATE12 MAIN LEAK
TiEPAIR Cf)NT�1C'1'
�ityProjecENo, 103327
��
O l GD �D
PRODUCT REQUIREMENTS
Page 2 of 2
1.7.0 DELNERY, �TORAGE, AND HANDLING [NOT USEDj
1.11 �'IELD [SiT�] CONDITIONS [NOT US�D]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT Y7SED]
PART 3 - �XECUTION [NOT USED]
END OF SECTION
Revision I.a.g
DATE NAN� ST TMMAR�' OF CHANGE
10/12/12 D, Jal�nso�. IVlodifieel LocaCion of CiLy's Standaed Product List
'�./9/2�120 D.V. Magana ��moved reference to Buzzsaw and noted that the City approved products list is
- accessible th�nugh the City s website.
CTTY OF POI�T WdRTH 2O21 WATER MAIN LEAK
STANT]AKD CONSTRiIC7iON 5PEC1I'ICATION DOCUNI�NT5 R�PAiIt CONTRACT
Revised March 9, 2020 City Project No. 103327
016600-1
P��DDUCT STORAGE AND HANDLING FtEQi7IREMENTS
� Page 1 af 4
�
�
�
!
.�
1
2
SECTION �1 66 00
PRODUCT STORAGE AND HANDLING REQULREMENTS
3 PART1� GEN�RAL
4 11 SUMMARY
5
6
7
S
9
10
11
12
13
14
15
16
A. Section Includes:
l. 5cheduling of product delivery
2. Packaging of products for delivery
3. Protection of praducts against e�amage from:
a. Handling
b. Exposure to elements or harsh enviranments
�. Deviations frorn ihis City of Fnrt Vdorth Standard Specifcatian
1. Nona.
C. Related Specification Sections includ�, but ax� nnt necessarily li��.ited to:
1. D'lvision 0— Bidding Requirements, Contract Forms and C.onditions of ih� Contz'act
2. Dir�ision I— General Requiremenfis
1.2 PRYCE AND PAYME.NT PIROCEDURES
17 A. Measurement and Payi�ent
18 1. Wark associated with this Item is considered subsidiary to the various Items bid.
19 No sepaarate paynnent will be allow�d for this Ztem.
2fl 1.3 REFERENCES [NOT i7�ED]
21 l.q ADNIINISTRATIVE REQUIREMENTS [NOT iTSED]
22 1.5 SUEIVIITTALS �1VOT U�ED]
23 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT iTSED]
24
25
26
27
28
29
30
31
32
33
1.7 CLOSEOUT SUBMITTALS [NOT IISED]
1.8 MAINTENANCE MATERI�L SUBMITTAL� [NOT USED]
1.9 QUALITY ASSURANCE [NOT iTSED]
1.10 DELIVERY AND HANDLING
A. Delivery Require�nents
1. Schedule deIivery oiproducts or equipment as raquired to alIow timely installation
and to a�oid prolonged storage..
2. �rovide appropriate persannel and �quipment to receive delivaries. �
3. D�liwery trucks will not be permitt�d to wait e3ctended p�riods of tixne on the Sit�
for personnel ar equipment ta receive the detivery.
CTTY QF FpRT WORTH
S'i'AIVAARD CONSTRUCTiQ�t SPECIFiCATION DaCUMEN'I'S
Revised 3uly 1, 2011
2021 WATER MAIN LEAK
kZEPAIR CONTRACT
City Project No. 103327
- 1 ,
oi6600-z
PROIICIC'f STORAGE AND IIANDLING RGQUIE�MENTS
Page 2 of 4
1 4. Delive�� products or equipment in manufacturer's original unbroken cartons or other
2 containers designed and canstructed to protect the contents from physical or
3 environmental damage.
4 5. Clearly and fillly mark and identify as to manufacturei•, item and insiallatinn
5 lacation.
6 6. Provide m�lu�acture�-'s instructions �or starage and 1�and1iilg.
7
8
9
10
I1
12
13
1 �1
IS
16
I7
B. Handling Reqt�irements
]. Handle pz'odL►cts or equipmezlt in accordance �ith tilese Cant�•act Documents and
maiiufactur�Y•'s recoinmendations and instructions.
C. Storage Reqtu�•ements
1. Store materials in accardanee with manufacturee's recorrunendations az�d
rec�uireme�its of these Specificalions.
2. Make nec�ssary provisions for safa storage of materials aud equipment.
a. Place loose soil materials and materials �o ba incorpo��ated intq Work to prevent
damage to ai�y part of Woz�k ar existing faciIities and to inaintain free access at
all tirn�s to all parts of Work a�ad ta utility sex•vice eampany ins#allations in
vicinity of Wor�.
18 3.
I9
20
21
22 4.
23
24 5.
2S
2fi
27 6.
28
Keep inaterials and equipment neatly and compactly stored in lacations that will
cause minimum incon�enience to other contractors, public t�•avel, adjoinitag owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or appra�ad by C[ty's Project Representative.
Provide aff-site storage and pratectian when o11-site storage is no# adequate.
a. Provide addresses of and access to afF site starage locations for inspection by
City's Project Representative.
Do nat use lawns, grass plots or other private property for storage purpases without
written permission of owner or other person in possession or control af premises.
29 7. Stare in manufacturers' unopened containers.
30 8. Neatly, safely and compactly stack materials deIivered and stored along [ine of
31 Work to avoid inconvenience and damage to property owners and general public
32 az�d maintain at least 3 feet firo�tt �ire hydranf.
33 9. Keep pubtic and private dri�eways and street crossings apen.
34 10. Repair or replace damaged lawns, sidewalks, streets or other itripravements to
35 satisfaetion of City's Project Representative.
36 a Total length whieh materials may be distributed along route of construction at
37 one time is 1,OOD linear feet, uniess otherwise approved in writing by City's
38 Project Representaiive.
crr� a� ro��r wonTx 202 i wA�R n�nnv ���
STANDARD CONSTRUCTION SP�CIPICATTON T70CUMENTS REPAII2 CONTRACT
Revised h�ly 1, 201 l Ciry Project I+Io. 103327
Ol 6G OD - 3
PR(�DUCT STORAGE AND HANi}LING 1tEQU11Z�.MEN1'S
Page 3 of 4
�
T'
a
d
�
1 1.11 TIELD jSITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT i1SED]
3 PART 2- PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5
b
7
8
9
Ifl
I1
12
13
14
15
16
l7
18
19
2Q
21
22
23
24
25
26
27
28
29
30
3.1 INSTALLERS jNOT USED]
3.2 EXAMINATI�N [NOT USEDI
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
�.5 REPAIR / RESTORATION [NOT u�ED]
3.6 RE-INSTALLATION [NOT US�D]
3,7 FIELD [ox] SITE QUALITY CONTROL
A. Tests and Inspections
I. Inspec# all products or equipment deiivered ta the site priar to unlaading.
B. Non-Canforming Wark
l. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use an the project.
3.8 SYSTEM STARTY7P [NOT USED]
39 ADJUSTING [NOT USED]
�,lo cL�cANrrrG �NOT us�n�
3.11 CLOSEOUT ACTTVITIES �NOT USED]
312 PROTECTION
A. Protect alI products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location fio avoid physieal damage ta items while in
storage.
C. Proteet equipment frain exposure to elements a.nd keep thoroughly dry if required by
the manufacturer.
313 MAINT�NANCE [NOT USED]
314 ATTACHIVIENTS [NOT USED]
END OF SECTION
crrY o� raxT wo�mx
STANDARD CONSTRlICTION SPECIFTCATION DOCLJMENTS
Revised,luly l, 20] l
2021 WATER hhA1�I LEAK
REPATR CONTRACT
City Projeci �fo. 103327
�
016600-4
PRODUCT STORAGE A1+I]] I-3ANIlI.ING R�QUIR�MLNT5
Page 4 of 4
Revision Log
DATE NAME STJMMARY OF CHANGE
CI1 Y pF FQRT WOR'1 H 2 D21 WATER MAIN LEAK
STANDARD CONSTAUCT`ION SPECIPICAT�ON DOCUMENTS R�.PAIR CONTRACT
Re�ised 7u1� 1, 2011 City Praject No. ] 03327
017000-!
MOBll,IZATiON AND REMOBILIZAI'ION
Page I of4
1
2
SFCTION 017D 40
MOBILIZATION AND REMOBILIZATION
3 PARTI- GENERAL
4 11 SUMMARY
5 A. Section Ir�cludes:
6
7
S
9
10
11
12
13
14
15
16
17
18
I9
20
21
22
23
24
25
2G
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1. MobiIiza�ion and Demobilization
a. Mobilizatian
I) Transportatior� of Contractor's personnel, equipment, a��d operating supplies
to the Site
2) Establislvnent of necessary general facilities for the C.antracior's operation
at the Site
3) Premiums paid for performance ar►d payment bonds
4) Transportation of Contractor's personnel, equipment, and aperating supplies
to another location within the designated Site
5) RelocaCion of necessaxy general facilities for fhe Contractor's operation
from i loca�ion to anofJ�er location on the Site.
b. Demobilization
1) Traiisporta�ion of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembiy
2) Site Clean-up
3) Removal af ali buildings and/or aiher facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activiiies for specific items ot'
work that are for which payrnent is pra�vided elsewhere iza the contract.
2. Remohilization
a. Remobilization far Suspension of Work speci�cally required in the Contract
Documents or as required by City inclndes:
1) Demobilizati�on
a) Transportatian of Contractor's personneI, equipment, and operating
supplies from the 5it� including disassemhly or temporarily securing
equipment, suppiies, and other facilities as designated by the Contract
Docurnents necessary to suspend the Work.
b) �ite Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of ContractQr's personnel, equipment, and operating
sup.plies to the Site necessary to resume fhe Work.
b} �stablishment of necessary general iacilities for the Contractor's
aperation at the Site necessary to resume the Wot•k.
3) Na Pay:nn�nts wiil be made for:
a) Mabilization and DemobiIization irom one locaiion to another on the
Site in the normal progress of per%rming the Work.
b) Stand-by or idIe time
c) Lost profits
3. Mobilizations and Demobiiization for Miscellaneous �'roj�cts
a. Mobilization and Demabilization
CITX OF' FOI2T WORTii
STANDARD C�NSTRUCTIDN SFECIFICAT'ION DOCUMEN'T5
Revised No�ember 22., 2016
2021 WATER MAIN LEAK
REPAdR CONTRACT
Ci3yProjeciNo. ]03327
ai�aoo-z
MbBILIZATIDIV AND R�IviOC3I.L]ZATIOIV
Page 2 uf 4
I
2
3
4
S
6
7
8
9
]�
]1
12
13
l4
15
]�
]7
18
19
20
21
22
23
24
25
26
27
28
24
1) Mabilization shall consist ofthe activities and cost an a Work Order basis
necessary %r:
a) Transpartation of Cantractar's personnel, equipment, and operating
supplies ta the Site far the iss�ed Work Order.
b) Establishment of necessary general facilities for the Contractor's
operatiQn at the Site for the issued Work Order
2) Demobilizatian shall consis# of the activities and cost necessary fc�r:
a) Transportation of Contractor's pexsonn�l, equip�nenti, and operating
supplies from the Site includi»g disassembly for each issued Work
Ord er
b) Site Clean-up far each issued Work Order
e) Removal of all buildings or other facilities assetnbled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for speci�c items oi
wark for which payment is pravided elsewhere in the contz�act.
4. Emergency Mobilizations and Deinobilization for Miscellaneo►�s P�•ojects
a. A Mo.bilization for Miscellaneous I'z'oj�cts wlaen directerl by the City and th�
mobiIizatinn occurs within 24 hours vFthe issuance of the Work Order.
B. Daviations fram this City af Foi�t VVoz'th Staildard Specification
1. 1.1 Summary 1 A. �ection Includes: 4. Ezn�ergeney MobiIizations and
Demobilizations for Mzscellaneous Projects;
a) A Mobitizatio� for M�cellaneaus Projects when directed by the City and
khe mobilizations occur r�viYhin �4 hours of natificatian bv Froiect Mana�er.
(instead of issuance of work order}
2. 1.2 Price and Payment Procedures / A. Measurennent and Payment I 5.
Emergency Mobilization and Demobi�iza#ions for Miscellaneous Projects;
e) After the emergency worl� order has been complete, there will be no
ac�drtiortal mobilizatiou charges paid to remohilize bacl� to the pre�ious project
locatia�n site.
30 C. Related Specification 5ections include, but are not necessarily limited to:
31 �. Di�ision 0— Bidding Requirements, Contract Fortx�s a�ad Conditians of the Contract
32 2. Division 1— General Requirements
33 1.2 PRICE AND PAYMENT PROCEDURES
34
35
36
37
38
34
40
4I
42
43
�4
4S
A. Measurement and Payment
1. Mobilization atzd DeanobiIizatian
a. Measure
1) This Item is considered subsidiary to the various Itams bid.
b. Payment
1) The worlc performed and materials furnished in accordance with this Xtem
are subsidiary to the various It�z�r�s bid and na other compensa.tion will be
allowed.
2. R�nnobilizatian for suspensian of Wark as specificaJly required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization perfnrmed.
C1TY OF FQRT WpRTH 2O21 WATER MAIN LEAK
STANDARD CONSTRUCTION SPECIFICAT[ON DpCUMENTS 1LEPAIlt CONTItE1CT
Revised Navemt�er 22, 2d16 City Praject Na. l p3327
o� �oao-3
IvIOBILfZAT10N AND REMOBiLIZATION
Page 3 of4
1
2
3
4
S
b
7
8
9
IO
11
12
I3
I4
IS
I6
]7
18
19
20
21
zz
z�
24
25
26
27
2$
29
30
31
32
33
3�l
35
3�
37
38
39
40
47
42
43
44
45
46
b. Payment
1} The workperfoi�ned and materials fi�rnished in accordanca withthis Item
and �neasured as provided under "Measurement" will be paid for at the unit
price per each "5pecified Re�nobilization" in accordance with Coniraci
Dactiiments.
c. The price shall incIude:
1) Damnbilization as described in Section I.I.A.2.a.1)
2} Remobilization as described in Seclion 1.1.A.2.a.2)
d. No payments will be made for standhy, idle ti�ne, or lost profits associated this
Item.
3. Remobilization for suspension of Work as required by City
a. Measurement and Payinent
1} This shall be submitted as a Contract Claim in accordat�ce with Article 10
of Section 00 72 QD.
2) No payments wi11 be made for standby, idle time, or lost profits associated
with this Item.
�. Mobilizations and Demobilizatioi�s for Miscellanea�as Frojects
a. Measureinent
l) Measuremeni for this Itern shall be for each Mobilization and
Demobitization required by the Contract Documents
h. Payment
l) `I'he Work performed and inaterials fiirr�ished in accordance with this Item
and measured as provided under "Measurement" �vill be paid �or at the �nit
price per each "Work Order Mobilization" in accordance vvith Contract
Documents. Dernohilization shall be considered subsidiary to mobilization
and s�all not be paid for separately.
c. The price shail include:
1) Mobilizatipn as described in Section 1.1.A.3.a.1)
2) Demobilization as described in SecYian 1.1.A.3.a.2j
d. No payments will be made for stand6y, idle time, or lost profits associated this
Item.
5. Ernergency Mobilizations and Demobilizations for Miseellaneous Projects
a. Measurement
1} Measurement for this Item shall be for each Mobilization and
Derr�ohilization requirec� by the Cnntract Documents
b. Payment
1) The Work performed and materials fur�ished in accordance with this Item
�nd measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Ernergeney Mobilization" in accordance with
Contract ]�ocumer�ts. Demabilizatia� sha11 be conside��ed subsidiary to
mo�ilization and shall not be paid for separately.
c. Th� price shall include
1) Mobilizat�an as described in Section 1.I.A.4.a)
2) Demobiiization as described in Section 1.I.A.3.a.2)
d. No paycnents will be mad� for standby, idl� tizne, ox last pro�'its assnciated this
Ltem.
47 �.3 RErERENC�S [NOT USED]
48 1.4 ADNiINISTR,A.TIVE REQUXREMENTS [NOT U�ED]
C1TY QF FQIiT WOAT�-I 2D21 WATER MAIN i,EAK
STANAARD CQIV5TRLTCTION SPECIFICATIQN DpCUMENTS REPATR COIVTRACT
Revised November 22, 201b City Project Nn. 103327
01 7(} RO - 4
MOBILIZA7'lON AND REMOBILIZATION
Page 4 of 4
1 1.� SUBMITTAL,S [NOT USED]
2 1.6 INFORMATIONAL SUBMITTALS [NOT U�ED]
3 1.7 CLOS�Oi7T SIIBMI'TTALS [NOT US�D]
4 1.$ MAINTENANCE MATERIAL SUBM�TTAL� [NdT USED]
5 1.9 QUALITY ASSiJitANCE [N�T US�D]
6 1.10 DELXVERY, STORAGE, AND HANDLING [NOT USED]
7 l..l.l. �IELD [SITE] CONDITIONS [NOT U�ED]
8 112 WARRANTY [NOT i7SED]
9 PART 2- PRODUCTS [NOT USED]
1 a PART 3- EXECUTION jNOT USED]
11
12
�ND OF SECTION
Revision Log
DAT� NA.IVIE SUMMAAY OF CHANGE
11/2211 G Michae3 Owen �•Z Price and Payrnent Procedures - Revised specification, inchidic�g blue text, ta
make specification flexible for either suUsidiary or psid bid item fnr Mobilizarion,
13
CI'i'Y qF FORT WaRTH 2Q21 WATER MA[N LEAK
STA.NI]AEiD �ONS7'RUG'TION SPECIFTCATION DOCUMENTS REPAIR CONTRACT
Revised Nnvemhar 22, 20 f 6 Ciiy Project Nn. ]a3327
017123-1
COA[STRUCTION S'C/AKING AiVD SURVEY
Page 1 af 8
s�ceTraN ox �� 2�
CONSTRUCTIQN STAKING AND SURVEY
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Requirezjr�ents %r consteuction staking and canstruction survey
B. D�viations from this City ofFort Worth Standa�•d Specification
l. Nane.
C. Related Speciiication Sectio.ns include, but are noi necessarily limited to:
1. Divisiari 0— Bidding Requirerrrents, Cnntract Forms and Conditions of the Coniract
2. Division 1— Generai Requirements
1.2 PRICE AND PAYMENT PROCEDITRES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) Measurement%r this Item shall be by lump sum.
b. �'ay�nent
1) The work per�ormed and the materials furnished in accordance with this
It�m shaIl be pa'td for at Che jump sum price bid for "Constraction Staicing".
2) Payment for "Construction Staking" shalI be made in partial payments
prorated hy work cott�pleted compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following:
1) Verification af control data pravided by City.
2) Placement, maintenance and replacement of required stakes ar�d marlcings
in the field.
3} Preparatian and submittal of construction stakiz�g docuznentatzon in the
form af "cut sheets" using the City's standard template.
2. Canstruction Survey
a. Measurement
1) This Item is cpnsidered subsidiary to the �ariaus Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As-Built S�ar�ey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance v�ith this
Item shall be paid for at the lump sum pt•ice bid for "As-Built Survey".
C1TY UF I'ORT WOR1`H 2O21 VJATER MAIN LEAK
5TANDARD COiYS'TIZUCTION 3PSCIPICATION DOCUMENTS FtEPA]R CONTRACT
Revised Fehruary 14, 2018 City Project No. 103327
oi 7i z3-z
CONSTR[JCTION STAKING AND SURVEY
Page 2 of 8
2) Payment for "Gonstruction Stalcing" sltail be rnade in partia[ payments
prorated by work completed comp�red to total work ineludad in the lump sua�.
item.
c. The price bid shall include, but not be limited t� the follp�aing:;
1) �'ield measurements and survay shots to idantify 1pcation of completed
facilitie�s.
2) Docu�nentatian and subinittal af a.s-built sua�vey data onto contractor redline
plans and digital survey files.
1,3 REFERENC�S
A. Definitions
1. Construction Survew - Ti�e sur�ey measureinents jnade pz'iar ta oz' while
construction is in progress to cantrol �l��ation, hat'izontal posiiion, diinensions and
con�.g�aration of structures/i�npro�entaent,s included in the Project Drawiiigs.
2. As-built �ur�ev -�The measurexnents made afier the construction of the
improvement %atures are c.omplete to provide position coordinates for the features
pf a project.
3. Const�•uction Stakin� — Tha placeinent of stakes and markings to provide offsets
and elevations to cut and filj in order to locate on the ground tihe designed
structures/improvements included in the Praject Drawings. Construction staicing
shall include staking easements and/oz right of way if indicated o.n the p.lans.
4. Survev "Field Ch�cics" --- Meast,trements made a$er construction staking is
coiaaplet�d and befoz'a construction work begins to ensure fhat structures marlced on
the grotand are accL�rately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (at�ailable on Gity's Buzzsaw
website) — O 1 71 23.16.01_ Attachment A_Survey Staking Standards
Z. City of Fort Worth - Standard Survey Data CoIlector Library fifxl) f�es (a�vailable
on City's Buzzsaw website).
3. Te�as D�partznent of Transportation (T�DO'7� Survey 1Vlanual, latest revision
4. Te�s Society af Professional Land Surveyors (TSPS}, ManuaI of Practice far Land
Surveying in the State of Texas, Category 5
1.4 ADMINYSTRATXVE REQUTREM�NTS
A. The Contractar's selectian of a surveyor must eamply with Texas Gavernment
Code �2.54 {qualificatians based selectian} for ft�is pro,ject.
1.5 SUB.MITTALS
A. Submittals, if required, sha1I be in accordance with Section O1 33 00.
B. AIl subxnittals sI�all b� recei��d and reviewed by the City prior to delivery o#'wQrk.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUEMXTxALS
A. Field Quality Contral Submif.tals
CITY OP FOAT WORTH 2O21 WATER MAIN L�AIC
STANDAI� CONS`TT2IUCTION SPECTx'1CATION 170CUMENTS REPATR CONT'RACT
Revised February 14, 2DI8 City PrajectNo. 1Q3327
017123-3
CONS'I'Ri1CTION STAKIIVG AND SURVEY
Page 3 of 8
1. Documentation verifying accuz-acy of field engine�ring wark, including caordinate
conversions if plans da nnt indicate grid or ground coordinates.
2. Submit "Cut-Sheets" cot�%z'�ning ta the standard template provided by the Ciiy
(refer to Q 1 71 23. I 6.01-- Attachment A-- Survey Sta�cing Standards},
1.7 CL�SEOUT SUBMITTALS
�. As-built Redline Drawing Slibmittal
1. Submit As-Built Survey Radline Drar�ings documenting the locations/elevations of
constructed impt•ovements signed and sealed by Regisfiered Professional Land
Surveyor (RPLS} re�sponsible for the work (refer to 01 71 23.16.Q1 — Attachment A
— Survey 5taking Standards} .
2. Contractor shall submit the praposed as-built and completed redline e}rawing
submittal one (3 ) v�eek prior to sched�ling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as-buiit redline
drawings and resubmitted to the City prior to scheduling the construction final
inspect�on.
l.$ MA�NTENANCE MATERYAL SUBMTTTALS [NOT USED]
1.9 QUALXTY ASSURANCE
A. Constructian Staking
I. Constructian staking wi11 be perfortned by fihe Contractor.
2. Coordination
a. Contact City's Project Representative at least one week in advance notifying
the City af when Construction Staking is scheduled.
b. It is the Contractar's responsibility to coordinate staking such that
construction activities are not delayed or negati�eIy impact�d.
3. General
a. Contractor is responsible %r preserving and maintaining stakes. If City
surveyors are required to r�-stake for any reason, the Cantractar will be
responsible for costs to pexfro:rxx� staking. If in the opanion ofthe City, a
sufficient number oistakes or maikings have been lost, destroyed disturbed or
omitted that the cantracted Work caru�nt tak� place tk�en t�e Contractor wili be
req�ired to stake or re-staice the deficient areas.
B. Constructioz� Survey
1. Canstr�ction Survey �+il� be performed b� the Cantractor.
2. Canrdination
a. Co►atractor to verify thaf horizonYal and vertical control data estabiished in the
design survey and required for construction survey is available and in place.
3. Genera!
a. Construction. survey wiii be performed in order ta construct the work shown
on the Construction Drawings and speci�ed in the Conf�•aet Documents.
b. For constructian methods other than open cut, the Cantractor shalI perform
constructian sur�ey and ve�•ify control data including, but noi 1i�nited to, ihe
follawing:
1) Verif"ieation that established benchrr�arks and control are accurate.
CTTY OF FpRT WORTH 2O2J WATER NhAIN LEAK
STANDARD CO]V5TRUCTION SPECIFICATIOIV ROCUMENTS REPAIR CONTRACT
Revised February 14, 20I8 City Project No. I63327
OL 7123-4
CONS'TI2UC"i'IDN STAK.ING AND SURVEY
T'age 4 of 8
2) Use of Benchmarks ta �urnish and �naintain all reference lines and �t-ades
for tunneling,
3) Use of line and grades to estab.Iish the location of the pipe.
4) Submit to the City copies of field notesused ta establish a11 lines and
grades, if requested, and a]]aw the City to check guidance sysiem set��p prior
to beginning each tunneling drive.
5) Frovide access for the City, if requested, to verify the guidance systei� and
the line and grade of the earrier pipe.
6) The Confractar reznains fitlly responsible for the accuracy of the wo��k and
carrection of it, as required.
7) Mqnito�• Iine and grade continuously during constr�ction.
8) Recard deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as flutlined in
Sections 33 OS 23 and/or 33 OS 24), iffimediately notiiy the City a.�ad correct
the installation in accordance with the Contract Documents.
C. As-Built Survey
1. Required As-Built Survey vwiIl he performed by the Contrac.tor.
Coordination
a. Contractor is to coordinate with City to confirm which features require as-
built surveying.
i�. It is the Contractor's responsihility to coordinate the as-buiIt st�rvey and
required measurements for items that are to be buried such that canstruetion
activities are not delayed or negatively imp�cted.
c. For sewer mains and water mains 12" and under in diameter, zt is acceptable
to physically measure d�pth and mark the loeation during the progress of
construction and talce as-buil# sur�ey affer #he facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuraey.
3. General
a. The Contra.ctor shall pravide as-built sur�ey including the elevation and
location (and provide written doeumen�ation to the City) of construction
features durin.g the pr�gress of the construction including ihe following:
1} Water Lines
a) Top o�pipe eIevations and coordinates for waterlines at the following
locatians:
(1) Minimum eveiy 250 linear �eet, including
(2) Horizontal and vertieal points of inflection, curvature,
etc.
(3) Pire line tee
(4) Plugs, stEib-outs, dead-end lines
(5) Casing pipe {each end) a.nd alj buzied fittings
2) Sanitary 5ewer
a} Top oi pipe eievation.s and coardinates for forca mains and siphon
sanitary sewer lines (non-gravity facilities) at the following locatians:
(1) Minimi�m every 2501in,ear feet and any buried fittings
(2) Horizontal and vertical points of infleeiion, curvature,
etc.
3) 5tarmwater — Not Applicable
C1TY OF F012T' WORTH 2O21 WATER MATN L�AK
STANDARb CO1�f53TtUCTION SPECIFICATION DOCUMEl*ITS R&PA1R COI�TRACT
Reviscd Tebrus�ry 14, 2018 City Praject No. 103327
017123-5
COiVS'TTt[JCTION 5'['AICING AND SUfZVBY
Page 5 of 8
b. The Contractor shall provide as-built surr�ey including; tl�e �levation and
location (and provide v�+ritten dacu�ne�tation to the City) of canstruction
features after the con�trucYion is completed including the following:
1) Manholes
a} Ritn and flowjine eievations and coordinates for each manhole
2) Water L.ines
a) Cathodic prptection test stations
b) Sampling stations
c) Meter bo�ees/vaults {All sizes)
d) i'ire hytlrants
e) Valves (gate, buttarfly, e#c.)
f} Air Release valves (Manhole rim and vent pipe}
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i} Underground VauIts
(j) Rim and flowline elevations and coordinates far each
Undergro�uzd Vaalt.
3} Sanitary Sewer
a) C1ear�outs
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline eievations and coordinates for each
manhole and junction struciur.e. �
4} Storinwatar — Not Applicable
1.14 D�LIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SiTE] CONDTTIONS [NOT II�ED]
1.12 WARRANTY
PART 2 - PRODiTCTS
A. A consfi�uction survey will produce, but wili not be limited to:
]. Recpvery of relevant contral points, points of curvature and points oi intersection.
2. Establish teznparary horizontal ar�d v�rtical control elevatioris (benchmarks)
sufftciently perrnar�ent and located in a manner to be used throughaut construction.
3. The location of pla�aned facilities, easements and improvements.
a. �sYablishing �'inal line a;nd grade stakes for piers, iloors, grad� baams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A recard of revisions or corrections nated in an orderly manner t'ar reference.
c. A drawing, when required by the client, indicating th� harizantal and ve�tical
lacation of �acilit�es, easements and i�npravements, as built.
4. Cut shee#s sha11 be pravided to the City inspector and Survey Supe:rintendent fnr all
canstruction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent ($17-392-7925).
S. Digital sur�ey files in the following formats shall be acceptable:
a. A�.rtoCAD (.dwg)
b. ESRI Shapefile (.shp)
CITY OF FORT WORTH ?.021 WATER MAIN LEAK
STANDARD CDNSTRUCTIpN SPECIFICATION DOCiJMENTS REPAIR CONTRACT
it.ev.ised Fe6ruary 14, 2018 City ProjectNa. L03327
017123-6
CON5TRi7CTION STAKING AND SURVEY
Page 6 of 8
c, CSV f le (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if avai3able)
6. S�.irvey fles shaIl include vertical and horizantai data tied to ariginal project
control and benchmarks, and shalI include feature descriptions
PART 3 - EXECiTTION
3.1 INSTALLERS
A. Toleranees:
The staked lncation of any iinprovezn�nt or facility shouId be as accurate as
practical and nec�ssary. T11e d�gree of precision reqtlired is dependent an many
factors all af which mus# reznain judgmental. The talerances listed hereafter are
based on generalities and, tuider certain circumstances, shall yield to specif c
requirements. The surveyar shall assess any �ituation by review of the overal] plans
and through consultation with responsible parties as ta the need for specifc
tolerances.
a. Earthwork: Grades for eat�hwork or rough cut should not exceed 0.1 ft. vertical
tolerance. IIorizontal alignment �or earChwork and rough cut should not exceed
1.D ft. tolerance.
b. Haz'izotata] alignm�:nt nn a structure shall be t�ithin .Q.lft tolerae�ce.
c. Pa�ing az� conerete for streets, curbs, gutters, parking areas, cirives, alleys and
wallcways shall be located within the eonfnes of the site boundarias and,
occasionally, along a boundary or any other restrictive ]ine. Away ft•om any
restrictive line, these facilities should be staked with an accu�•acy pro.ducing no
more than O.OSft. tolerancs from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
eiectric lines, shall be lacated horizontally within thei t preseribed areas or
easernents. Within assigned areas, th�se utiliti�s shouid be sta�Ced vvith an
accuracy praducing na more than Q.1 ft tolerance frorn a specified lo.cation.
e. The accuraey required iar the vertical location of utilities varies widely. Many
underground utilities require on.ly a ininimum cover and a tolerance of 0.1 ft.
should be maintained. LTnderground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Suiveying instruments shall be kept in cfose ad�ustment according to manufacturer's
specifications or in cnmpliance to standards. The City reserves the right to request a
calibration r�part at any ti:me and :reco�rz�z�nends regular maintenance schedule be
p�rforxned by a certifled technician every 6 months.
1. Field measurements of angles and distances shail be done in such fashion as to
satisfy tl�e closures and tolerances expressed in Part 3.1.A.
2. Verticallocations sha11 be established from a pre-established benchmark and
cheeked by closing to a difFerent bench mark an the same datum.
3. ConstrucYian survey %eld worlc shall correspond to the client's plans. Irregularities
or conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
CI7'Y OF FOiZT WORTH 2Q21 WATER MAIN LEAK
STANDARD CONSTRUCTTON 5PECIFICATI�N DOCUMEI�lT3 REPAIR CdNTRACT
Revised �+ehruary l4, 2fl18 City Yraject No. 103327
61 71 23 - 7
COtdS'TRUCTION STAKTNG A1�ID SLTR'VEY
Page 7 of 8
3.2 EXAMINATI�N [NOT USED]
3.3 PREPARATION [1vOT i7SED]
3.� APPLICATION
3.5 REPAIR 1 RESTORATION
A. If il-►e Cantractor's wark damages ar destroys one or more of the cantrol
monuments/points set hy the City, th� rnonuments s�aIl be adequat�ly referenced far
expedient restoration.
1, Noti�y City if any cantrol data needs to be restored or replaced due to damaga
ca�ised during cons#ruction aperations.
a, Contractar shall perfo�•m r•eplae�ments and/or restarations.
b. The City may require at any time a survey "Field Check" of any monument
ar benchmarks fhat are set be verified by the City surveyors before further
associated work can move forward.
3.G RE-INSTALLAT�ON �NOT USED]
3.7 F�+LD [ox] SITE QUALITY CONTROL
A. It is the Contractor's �es.ponsibility ta maintain aIl stalces a.t1d controI data placed by the
City in aecordance with tl�is Specificatian, This includes easeinents and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
I. Th� Czty reserves the rigl�.t to perfor� a Survey Ciaec� at azzy tim.e deemed
necessary.
2. Checks by City personnel or 3ra party contracted surveyor are not int�nded to
relieve the contractor of his/her responsibility for accuracy_
3.9 A.DJUSTING [NOT i7SED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOIIT ACTIVITIES [NOT U�ED]
3.12 PROTECTION [NOT IISED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACI3MENTS LNOT USED]
END O�' �ECTION
Revision Log
CTTY OF �ORT WORTFI
STA,NI7ARD CONSTRUCTJON SPECIPICATIOIV AOCUM�iVT5
Revised Fcbraary 14, 2018
202 I WA'I'�Ii MAIN L�AK
TtEPA1R CONTRACT
CityProjectNo, 103327
�
017123-8
CONSTRUC'i[ON 5T.4K17VG AND 3URV�Y
Page ff of 8
DA'1"� NAME SUMMARY OF CHANGE
8131/2Di2 D.Johnson
Adeled 'mstruction and modified measurement & payinent under 1.2; added
8/31/2017 M. Owen de�initions and references under I.3; n�odified 1.6; added 1.7 closeout submitta]
requiz•ements; modified 1.9 Quality Assivance; added PART 2— PROI�UCTS ;
Added 3.1 Inst�llsrs; added 3.5 Repaa�IR,estoration; aird added 3.8 System 5ta��tup.
TZemoved "bluc text"; re�ised mcasuremeut and payenent sections for Construction
5taking and As-Built Survey; added reference to sel�ction compliance with TGC
2/X4f2U18 M Owen 2254; revised action an.d Closeout submittal rec�uirements; added aeceptabie depth
nleasuren�ent criteria; rewised list pf itenzs requiring as-built surve.y "during" and
"aiier" construcCinn; and revased acceptable digital sur�ey file %rmat
C1TY OF FORT WORTH 2O21 WATCR MAIN LEAK
STANpARD CONSTRUCTION SPECIFICATION DOCUMENTS REPAIR CQNTRACT
Revised February 14, 2018 City ProjectNo, 1�3327
oi�az�-i
CLEANIlVG
Page 1 of 4
i
�
J
�
�I
i
d
1
2
3 PART1- GENERAL
4 ].l. SiTMMARY
5
6
7
8
9
10
11
12
13
14
SECTION Ol 74 23
CLEANING
A. Section Includes:
1. Intermediate and final cle.aning for Work not including speciai cleaning of closed
sys#ems specified els�;where
B. Deviation:s fram this City of Fort Worth Standard Specifiaation
1. None. �
C. Related Speci�ication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Canfiract Forms and Conditions of the Contract
2. Division 1— General ReqLiirements
3. 5ection 32 92 13 — Hydro-Mulching, Seeding and Sodding
1.2 PR�CE AND PAYM�NT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated 4vith this ltem is considered subsidiary to the various Items bid.
17 No separate payment will be allowed for tl�is Item.
18 1.3 R�FERENCES [NOT USED]
19 1.4 ADMINXSTRATrV'E REQLIXREMENT�
20 A. ScheduIing
2] ]. Scheduie cleaning operations sa that dust and other contamina�ts disturbad by
22 cleaning process wiIl not fall on newly painted surfaces.
23 2. Schedule final cleaning upon completion of Work and immediately prior to fnal
24 inspeciion.
25 1.S SUBMITTALS [NOT U�ED]
26 1.6 ACTION �UBMITTALSIIlVFORNTATIOI�TAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL 5i7BMITTALS [NOT iTSED]
� 29
3Q
31
32
33
�
I �
1.9 QiTALITY ASSURANCE �NdT LTS�D]
1.1� ST�RAG�, AND �rANDLING
A. 5torage and Handling Requirements
1. Store cleaning products and cSeaning �vastes in containers specifically designed for
those materials.
CITY DF PORT WORTH
STANDARD CON5IRUCT'ION SPECiFICATIQN DOCUMENTS
Kevised Jidy 1, 2Q11
2021 WAT�R MA.IN LEAK
1tEPAIR CONTRACT
City Projecl No. 103327
017423-2
CU6A%11NG
Fage 2 of 4
1 1.11 FIELD [BITE] CONDITIONS [NOT U�ED]
2 1.12 WARRANTY [NOT US�D]
3 PART 2 - PRODUCTS
4 2.1 OW1V�R-FURNISHED Io�x] OWNER-SUPPLIEDPRODUCT� [NOT US�D]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surfaee being cleaned
8 2. New and uncontaminated
9 3. For rrEanufactured surfaces
] 0 a. Material recammended by manufacttu•er
] 1 2.3 ACCESSORIES [NOT USED]
]2 2.4 SOi7RCE QUALiTY CONTROL [NOT USE.D]
13 PART 3 - �XECUTION
]4 3.1 INSTALLERS �NOT USED]
15 3.2� EXAM�NATION [NOT USED]
16 3,3 PREPARATYQN [NOT USED]
I7 3,4 APPLiCAT�ON [NOT i]SED]
18 3.5 REPAIR / RESTORATION [NOT USED]
19 3.6 RE�IN�TALLATION iNOT USED]
20 3.7 FIELD [oR] SITE QTJALITY CONTROL [NOT USED]
2I 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23
24
25
26
27
28
29
30
3I
32
3.10 CLEANING
A. General
1. Prevent accLunulation of �nrastes that create hazardous conditions.
2. Conduct cleaning and dispasal opei�ations to compIy with laws and safety orders af
governing authorities.
3. Do not dispose of volatile wastes such as minaral spirits, oil or paint thinner in
storm ar sanitazy drains or sewers.
4. Dispose o� de�radable debris at an approved solid wast� disposal site.
5. ❑ispose of z�ondegradable debris at a� approved solid waste disposal sife ar in an
alternate mann�r approved by City a��d a•�gulatory agencies.
C1TY pF' FpRT WpRTH 2O21 WATER MAIN LEAK
STANDARp CON.STRUCTIQN SP&CIP'ICATIOIV ROCUM�.NTS REPAIR CQNTRAC'f
Revised July l, 2011 City Froject No. 103327
ai�az3-�
CI.,�ANTPTG
Page 3 af 4
J
1
2
3
4
5
6
7
8
6. Handle materiais in a controlled manner u�ith as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of tempo.rary construction and activities incidental to construction
of required permanent Work. �
9. If prQject is not cleaned ta the satisfaetion of the City, the City reserves the right ta
have the cleaning completed at the expense of the Cont�•actor.
10. Do not burn on-site.
9
10
11
12
13
14
15
16
17
18
19
za
21
22
23
24
25
26
27
2$
29
3Q
31
32
33
34
35
36
37
38
39
40
41
42
B. Intermediate Cleaning during Constz•uction
1. Keep Work areas clean so as nbt ta hinder health, safety or coilvEnience of
persannel in e�sting faciIity operaiions.
2. At m�imum weekly intervals, dispose of waste materials, debris and rubbis�.
3. Coniine construction debris daily in strategically located container(s}:
a. Cover to preve:�t binwing by wind
b. Store debris away from construction or operational activities
c. Haul irom site af a ininimum oi once per week
4. Vacuum clean interio�- areas when i-eady to receive fznish painYing.
a. Continue vacuum cleani�xg on an as-needed basis, unYil Final Acceptance.
5. Priar to storm events, thoroughly clean site of all loose oz' uz�secured items, which
inay become airborrie or transported by flowin.g water during the stor�n.
C. Interior Pina] Cieaning
1. Remove greas�, mastic, adhesives, dust, dirt, stains, �ngez-prints, Iabels and other
foraign materials frnm sig;ht-exposed su�aces.
2. Wipe all lighting �"i�ure refleators, lenses, lamps and triins clean.
3. Wash and shine glazing and miz'rors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Ciean parmanent filters and xeplaee disposable filters if units were operated
during construction.
b.. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean prqcess area floars.
8. Mop office and controI room floors.
D. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers fram site,
a. Re-seed areas disturbed by lacation of trash and debris containers in accordance
with Section 32 92 13.
2. 5weep roadway to remove alI rocks, pieces of asphalt, concrete or any other Qbject
that may hinder or disrupt the flow af traffic along the roadway.
3. Clean any interior areas including, �ut nQt lirnited to, vaults, manholes, structures,
junction boxes and inlets.
2021 WAT�R MAIN LEA1C
REPAIR COAlTRACT
City Project No. ]03327
�
C1TY OF FORT WORTH
STANDARD COt+TSTRUCTI03�T SPECIFICATION DOCUMENTS
Revised 7uiy 1, 2Q11
�
1
2
3
4
5
6
7
8
9
09 74 23 - 4
CLEANII�iG
Page a af A
4. If no longer rec�uired for inaintenance o� erosion iacllities, and upon appraval by
City, remo�e erosion contz�ol fi�am site.
5. �leaa3 sig3as, lights, signals, etc.
3.11 CLOSEOUT ACTYVITI�S [NOT USED]
3.1.2 PROTECTION [N�T U�EI]]
3.1.3 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT �CTSED]
�ND OF SECTION
Revision I,og
Df�TE NAML SUMMARY O�' CHANGE
1D
CITY bF FORT WOKTH
STANDARB CONSTRUCTIQN 5I'ECIFICATIpN DC}CLJMENTS
Revised 7uly 1, 20l 1
2021 WATERMAIN LEAK
REPAIR CONTRACT
Gity Proj ect N o. 1 p3327
017719-1
CL05�OUT RBQUIREMENTS
Page 1 of 3
!I
�I
1
2
3 PART 1- G; � L
4 1.1 SiJNIlV�ARY
SrCT�ON OI '�`� 19
CL05EOLJT REQUIRElVIENTS
5 A. Section Includes:
6 1. The pracedure for clasing out a contract
7 B. Deviations from this City ofFort Worth 5tandard 5pec�cation
8 1. I�Tone.
9 C. Related 5pecification Sectians include, but are not necessari�y limited to:
10 1. Dir�is.ion 0-- Bidding Requirements, Contract Forrr�s and Conditians of the Contract
11 2. Division 1— General Requirements
i2 1.2 PRYCE AND PAYIVIEN`I' PROCIDURF�
13 A Measurement and Paymer�t
14 1. Woxk associated wifli this Item is considered subsidiary ia f11e various Items bid.
1S No separate paynn.ent will be allowed for this Itezn.
16 1.3 REFERINC�S [NOT IISID]
17 1.4 ADNIIlvISTRATIVE REQiJIRE1VIINTS
18 A. Guarantees, Bonds and Affidavits
lg 1. No applicatian fox frz�al paynnent wzll be accepted until all gua�rantees, bonds,
2� certifica�es, licenses and af�da�its required for Work or equipment as specifed are
21 satisfactorily filed v�+ith the City.
22 F3. Release of Liens or Clairns
23 1. No application for final payment will be accepted until satisiactory evidence of
24 release of liens has been svbmitted to the City.
25 1.� SiTBNIITTALS
26
27
28
29
3D
3l
32
l
�
A. Subrnit all required documentation to City's Project R�presentative;.
1.6 INFORMATIONAL SUI3MITTALS [NOT i7�ID]
1.7 CLd5E0UT �UB1k1ITTALS [NOT USID]
PART 2 - PRODi7C"IS [NOT USID]
ci•rX oF Fa�T woR-r�
STANDAItb GONS'IRUCT1pN SPECIFICATION DOCUMENT5
Revised March 22, 2021
2021 WATER3vfAIIQLRAK
REPA[R CONTRACT
Ciry PrajeGtNo. 103327
O1 77I9-2
CLOSEOUT REQ[JIREMENT�
Page$pf3
1 PART 3- EXECUTI ON
2 3.1 INSTALL�RS [NOT USIDJ
3 3.2 EXANIINr�TION [NOT USEDI
�1 3.3 PREPARATION [NOT LTSIDI
S 3.�t CLOSEOiJT PROCEDUIZ�
b A. Prior to requesting Final Tnspection, submit:
7 1. Project Record Documents in accordance with Section O1 78 39
8
9
10
11
12
13
1�1
15
16
17
]8
19
20
21
22
23
24
25
2b
27
zs
29
34
31
32
33
34
35
3G
37
2. Operation at2d Maintenance Data, if required, in accardance with 5ection Oi 78 23
B. Prior t� requestii�gFinal Inspection, perform finalcleaning in aecordance with Section
O] 7423.
C. I'inal Inspectian
1. After �'mal cleaning, provide notice to the City Project Representative that the Work
is cornpleted.
a. The City vvill ma[ce an initial Final Inspection with the Contractorpresent
b. Upon eampletion ofthis inspeetion, the City wi{1 notify the Contractor, in
writing within l� business days, of any particulars in whichthis inspection
reveals that the Work is defective or incpmplete.
2. Upon recei�ing written nofice from the Czty, imrnediately undertai�e the Work
required to reznedy deficiencies and complete the'Work to the satis�'action ofthe
City.
3. The Right-of-way shall be cleared of all constructian materials, barricades, and
temporary signage.
4. Upon campletion af Work assaciated witk� the items listed in the City's written
notic�, infoz•m the City that the required Work has heen completed. Upon receipt of
this notice, the City, in fhe presenna of the Contractor, will make a subsequent Final
Inspection af the project.
5. Provide all special aecessories requi�ed to place each item o�equipment in iull
operation. These special accessory items inelude, but are not limited to:
a. 5pecified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemic al tanks and fuel tanks
d. Light bulbs
e, Fus es
f, Vault keys
g. Handwheels
h. Other expendable items as required far initial start-up and operation of all
equipment
38 D. N�tice ofProjeci Completion
39 1. Onca the City Project Represantative finds the Work subsequen.t to Pinal Inspection
40 to be satisfactory, the City will issue a Natice of Project Complation (Green Sheet).
41 E. 5upporting Documentation
CTI'Y pF FORT WORTH 2D21 WAT�EZMAINLPAK
STANDARD CONSTRUCTIOh' 3PECIFICATTON DOCUMENTS REPAiRCON'lItACT
ltevised Marnh 22, 2021 CityProjectlJo. 1D9327
oi �� i9-3
CLOSEOUT REQiIIIZE3ulENT5
Pa�e 3 of 3
�
I
2
3
4
5
6
7
S
9
10
11
l2
13
14
1S
16
I7
18
19
20
21
zz
23
24
f►�T.7
26
1. Coordinate with the City Project Representativa to compl�te the fallow ing
addifional forms:
a. Final PaymentRequest
b. Statement of Cnntract Time
c. Afiidavit af �'ayment a�d Release of Liens
d. Consent of Surety to Finai Paymeni
e. Fipe Report {if required)
£ Contractor's Evaluatian of City
g, Performance Evaluation of Contracior
F. Letter af Fir�al Acce�tance
I. Upan review and acceptance of Notice of Praject Campletian and Supporting
Documer�tation, iri accardance with General Conditions, Ci�y will issue Lettet• of
Final Acc�ptanca and releas� the Final Paym�nt Request for payment.
3.� u��zR i �sToz�TTON �NOT usID�
3.G R�INSTALLAT[ON [NOT USID]
3.9 F[II,D �ox] S�TE QUALITY CON7ROL [NOT U�ID�
3.8 SYSTF� ST,A.RTUP [NOT USID] �
3.9 ADJUST�NG [NOT USID]
310 CLFAIVING [NOT USID]
3.I1 CLOSEOUT ACTIVITIFS [NOT USID]
3.1� PROTECTION [NOT USIDI
313 MAINTINANCE [NOT USID]
3.14 ATTAC�IlVI�N'1� [NOT U5ID]
1:�►1:�Z�].3I.y �:�i_r_[I]�I
Revision Log
DATE NAME SUIVIMARY OF CHANGE
31221202I M OFren 3.4 C. Added language to clarify and emphasize requirement to "Cl�aring ROW"
CTPY OF FORT �'pItTH
STANDARD CdN5TAUCTION SPECIFICATION DOCiTMEN"IS
t2evised Mereh 22, 2Q21
2Q21 WATE.R MAllV LFAK
REPAIRCQNTRACT
Ciry Project Nn. 103327
I
�
o� �s2a-�
OP�RATION AND MAINTENANCE DATA
Page 1 of 5
�
,i
1
2
3 PARTI- GENERAL
4
5
6
7
8
9
10
I1
12
13
14
15
16
17
SECTION 4178 23
OPERATION AND MAIN`I'ENANCE DATA
1.1 SUMMARY
A. Section Includes:
1. Praduct data and related infarnnation appropriate for City's rnaintenance and
operation af products furnished uilder Contract
2. Such producks may include, but .are not Iiznzt�d tn:
a. Traffic Controllers
b. Irrigation Controllers (ta be op�rated by the City}
c. Buttarfly Valves
B. Deviations fi'o� this City of �'ort �±Va�'� Standard Specification
1. None.
C. Related Specification Sections in.clude, but are not necessarily limited to:
I. Division 0�- Bidding Requirements, Contract Forms and Conditio�ls af the Contract
2. Division 1— General Requir�znents
1.2 PRIGE AND PAYN�NT PRQC�DiJRES
18 A. Measurement a�nd Payzn.ent
19 1. Work associated witI� this Ite�n is considered subsiciiary to the various Items i�id.
2U No sepatata payrra�nt will be allawed for this Item.
21 1.3 REFERENCES [NOT IISED]
22 1.4 ADMINISTRATIVE REQiJIREMENTS
23 A. Schedule
24 1. Su�mit manuals in final form to the City within 30 calendar days of produci
25 shipment to the praject sife.
26 1:5 SUBMITTALS
7 27 A. Submittals shall 6e in accordance with Section 01 33 00 . All submittals shall be
28 approved by the City prior ta delivery.
29 1.b INFORMATIONAL SUBMITTALS
30
31
32
33
34
35
36
37
A. Submittal Form
1. Prepare data in �orm of an insYructional manual for use by City personnel.
2. Format
a. Size: 8%x inches x 11 inches
b. Paper
1) 40 pound minirnum, wl�iie, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer's printed data, or neat�y typewritten
C1TY pF FORT WOR'I`H
STANDARD CONSTRU.CTfON SPECIFICATIpN DqCi3MENT5
Revised December 20, 2012
2021 WATER1VfAINL�AK
TiEPAIR CONTRACT
City Project IVa. 103327
� �
O17823-2
OYERATTON ANU MAINTENANCE DATA
Page 2 of 5
1
2
3
4
S
6
7
8
9
ia
11
12
l3
14
15
16
17
18
19
20
2i
B. Manual Content
d. Drawings
1) Provide reinforced punched Uinder tab, bind in �riih text
2) Reduca Iarger drawings and fold to size of text pages.
e. Provide �ly-leaf for each separate product, or each piece of operating
equipmeiit.
I) �rovide typed description of product, and maj nx coza�pon�z�t parts af
�quipment.
2) Provide indea�ed tabs.
f. Co�er
I) Identify each voluine with typed or pru3ted title "OPERATING AND
MAINTENANCE 1NSTRUCTIONS",
2) List:
a) TiileofProject
b) Identity of separate structure as ag�plicable
c) Identity of gez�e:raI subject �natte.r cov�r�d in the zna��ual
3. Binders
a. Cammercial quaIity 3-ring binders with durable and cleanable plastic cpvars
b. Whei1 multiple bulders are used, correlate the data inta related consisten#
groupings.
�4. If available, provide an electronic forrn of the O&M Ma�3ua1.
22 1. Neatly typewri�ten table oi contents for each voIuine, arranged in systeinat[c order
23 a. Contractor, name of responsible principal, adcfress and telephone number
24 b. A list of each product req�ireci to be inclu.ded, inde�ed to content of the volume
25 c. List, with each product:
26 1) The name, address and telephone n�mher ofthe subcontractor ar installer
27 2) A list of each product required to be ineluded, indexed fo content of the
28 volume
29 3) Identify area of responsibility of each
30 4) Local sotuce of supply for parts and replacement
31 d. Identify each product by product name and other identifying symbols as set
32 foi�h in Coa�tract Dacuments.
33 2. Product Data
34 a. Include only those sheets w�iich are pertinent to the specific product.
35 b. Annotate each sheet to:
36 ]) Clea3�ly identify specific product ar paxt installed
37 2) Clearly identify data applicable io installation
38 3) Delete references to inapplicable infarmation
39
40
41
42
43
44
45
46
47
48
3
4.
Drawings
a. Supple3nent product data with drawings as necessary to clea:rly illustrata:
l) Relatians of campanent parts of equipment and systems
2) Control and �lar� diagra.m.s
b. Coordinate drawings vvith information in Project Record Documents to assure
correct illustratian of completed installation.
c. Do not use Project Recard Drawings as maintenance drawit�gs.
Written text, as required to supplement product data for the particular installation;
a. Organiza in consistent for�nat under separate headings for dif%rent procedures.
b. Pro�ide logical sequence of instructions. oi aach procedure.
CTTY OF PORT WORTH 2O21 WAT�?R MAIN LEAK
STANDARI7 CONSTR�JCTiON SPECCFICATION DOCU1vIENTS 12EpATR CQNT12AC1'
Revised December 24, 2Q12 City PrQjact No, 1Q3327
017823-3
OPERATION A1VD MAlNTENANCE ]JATA
Page 3 of 5
1
2
3
4
S
6
7
S
9
1Q
11
12
13
14
15
16
r�
18
19
20
21
22
23
2�
25
26
z7
28
29
�a
31
32
33
34
3S
36
37
38
39
40
41
42
43
44
4S
46
�17
48
5. Copy of each warranty., bond and service cantract issued
a. Provide information sheet for City pet•sannel giving:
1) Proper procedtues in event of faihire
2) Instances which mighi affect validity of warranties or bonds
C. Manual %r Materials and Finishes
1. Submit S copies of complete manual in final fqrrn.
2. Content, ior architectural groducts, apglied materials and finishes:
a. Manufactur�z-'s data, giving fulI in%rmation on products
1) Gatalog number, size, cozn.position
2) Ca.Iar and texture designations
3) Infoz'mation raquir�.d far reordering sp�cial manufactured producfs
b. Inst�•uctians for care and mainte�aan.ce
1) Manufacturet�"s recammendation for types of cIeaning agents and methods
2) Cautions against cleaning agents and methods which. are detrimantal to
product
3) Recommended scheduIe for cteanin;g and maintenance
3. �ontent, far rnaisture protection and weather exposure products:
a. Manufacturer's data, giving fu1l informatian on products
1} Applical�le standards
2) Chemical camposition
3} Details of installation
b. Instructions for inspection, mafntenance and repair
D. Manual far Equipment and Systems
1. Submit 5 copies of complete mar�ual in final forn►.
2. Content, for each unit of equipment and system, as appropriate:
a. Description af unit and eomponent parts
1) Function, normal operating characteristics and limiting conditions
2) Performance cutves, engineering daia and tests
3) Corr�plete nomenclature and commercial numher �f replaceable parts
b. Operating procedures
1) 5tart-up, break-in, routine and nor�al operating instructions
2) RegulaLion, control, sCopping, shut-down and emerger�cy instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1} Routine operations
2} Guzde to "trouble shoating"
3} Disassemhly, repair and reassambly
4) Alignment, adjusting and checking
d. Servieing and lubrzcaYion schedule
1} List of lubricants required
e. Manufaeturer's printed aperatin.g and mazn�enance instructions
% Description af sequ�nce of operatian by confrol manufacturer
1) Predicted life of parts subject to vaear
2) Items recomnne�ded tn be stocked as spaxe paxts
g. As installed control diagrams by controls manufacturer
h. Each contractor's cooxdination drawings
1) As installed color coded piping diagrams
CTTY OF PQRT WORTH
STANDARII CONSTf2.UCTIDIV SPECIFICATION DOCIJMENTS
Revised 17ecember 20, 2012
2021 WATER MAIN LEAK
REPAIR CONTRACT
Ciry Praj ect No. 1 D3327
01 78 23 - 4
OPERATION AI�lD MAINTENtINCB QATA
Page 4 of 5
1
2
3
4
5
6
7
S
9
10
11
12
13
14
15
16
17
18
19
2Q
21
22
23
24
25
26
27
28
29
3
C�
i. Charts of valve tag nunnbers, with location and functioi� of each valve
j. List af priginal rr�anufacturer's spare pai�ts, rnanufactE�rer's c�rrent prices., and
recommended quantiiies to be maintained in storage
k. Other data as i•equired under pertineilt Sections of 5pecificatiails
Content, for each electric and electronic systein, as appropriate:
a. Description of system and companent parts
l) Function, normal operating characteristics, and limiting conditions
2) Perforinat�ce cu�ves, engineering data a1�d tests
3) Compl�:te nom�nclature and comnnercial nurnbet• of replaceable paets
b. Circuit directories of panelboards
1) Electrical service
2) Cantrols
3) Communicatians
c. As instalIed color c�ded wiring diagrams
d. Operating procedures
1) Routuie and normal operatin� instructions
2) Sequences requirad
3) Special opez�atin� instruciions
e. Maintena�ace pz^ocedt�res
1) Rautine pperations
2) Guida to "trouble shooting"
3) Disassemb.ly, repair and reassembly
4) Adjustment and checking
f. Manufact�arer's printed operating and maintenance instruetions
g. List of original manuiacturer's spare parts, znanufacturer's cLtrreni prices, and
recominended quantities to be inaintained in storag�
h. Oth�� data as requized under pertinent Seciions af �pecifications
Prepare and incIL�da additio:nal data when tl�e need for such data becomes apparent
during insfruc�ion of City's personnel,
30 1..7 CLO�EOUT SUBM�T�ALS [NOT USED]
31 1.8 MAYNTENANCE MATERTAL SUBIVITTTALS [NOT USEDj
32 1.9 QUALITY ASSTJRANCE
33 A. Provide operation and maintenance data by personnel witY� tkae fall�tving criteria:
34 1. Trained and exparienced in maintenance and operation of described products
35 2. SkilIed as technical wr�iter to th� extent r�quired tia communicate essential data
36 3. SkilI�d as draf�sman compe#ent to prepar� z'eqLzzrad drawings
CITY O� FOI�T WORTH 2O2I WATER I�+IAIN LEAK
STANDARD CON5TRIICTION 5PECIF'ICATION DOCUMENTS REPAIFL CON'1'12ACT
Revised Decamher 20, 2012 City Praject No. 1p33?7
�
I
at�sz3-5
OPERATIQN A1VD 1VjAINT��IANCE DATA
Page 5 of 5
1 1.10 DELIVERY, STORAGE, AND HANDLYNG [1�10T iISED]
��
� 2 1.1.I FIELD [SZTE] C4NDTTYONS [NOT USEDI
3 1.12 WARRAN'TY [NOT USED]
4 PART 2- PRODUCTS [NOT USED]
5 PART 3 � EXECUTION [NOT USED]
6 END ��' SECTIO.N
7
DA'I'E
$13112012
8
�,
9
Revision Lag
NAME SUMM.ARY OF CHANGE
D. 7almson 1.S.A.I — title af sectian removed
CI'CY QF FOIiT WORTH
STANDATi[] CONST1tUCTION SPECIFICATION DOCUIVfENTS
Revised December 2U, 2012
2021 WATER 1VIAIN LEAK
REPAIR CONTRACT
City Project No. 1 D3327
�l
ai �s 3� - i
PIZOJEC'I' �2ECOAD DOCUIVIENTS
Page 1 of 4
,1
,I
1
2
���I If_�l�3��1�7\�
�
3
6
7
8
9
1p
11
12
l3
l4
15
16
1'1
x.l SUMMARY
SE.CTION 01 7$ 39
PROJECT RECORD DOCUM�NTS
A, Section Includes:
1. Work assaciated with the documenting the project and recording changes ta project
documents, including:
a. Record Drawings
b. Water Meter 5ervice Aeports
c. Sanitary 5ewer Service Reports
d. Large Water Meter Reports
B. Deviations from this CiYy of �`o�� Wo�-th Standard Specif catian
1. None.
C. Related Specification �ections include, but are naY necessa.rily limited to:
1. Division 0-- Bidding Requzrernents, Cantract F'orms and Canditions of the Contract
2. Division 1— General R�quirements
1.2 PRICE AND PAYMENT PROCEDZ7RES
18 A. Measurement and Payment
19 1. Work assocsated witl� this Ctem is eonsidere.d subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERE.NCES jNOT USED]
22 1.4 ADNIIIVISTRATIVE REQUIR,EMENT.S [NOT USED]
23 1.5 STJBMITTALS
24 A. Prior fio submittittg a request for Final Inspection, deliver Project Record Doc�unents ta
25 Ci�y's Praject Representative.
26 1,6 ACTION SUBMITTALSIINFORMATIONAL SUBMYTTALS jNOT USED]
27 1,� CLOSEOUT Si7BMITTAL5 [NOT TTSED�
28 1.8 MAINTENANCE MATERIAL S[JBMITTALS [NOT USED]
+�.'�
30
31
32
33
34
35
36
]..9 QUALITY ASSURANCE
A. Accuracy of Records
1. ThoroughIy caoz'dinate ehai�ges within tihe Record Documents, making adequate
and proper entries Qn each page of Speciiications and each sheet of Drawings and
oth�r Dacuments w�ere such entry is required to show the change properly.
2. Accuracy of recard� shall ba such that future search for items sho�n in the Contract
Documents znay rely reasonabiy on information obtain�d from the approved Pt'oject
Reco:rd Documents.
CITY OF FORT WORTH
STANDAILD CONSTitLFCT10N SPECIFICATION DQ�UMENT$
Revised 7uly 1, 2011
2021 WATER MAIN LEAK
REPAIIt CONTRAC7'
City Project No. 103327
01 78 39 - 2
PR�7ECT RECORD T]OCUMEIV'1'S
Page 2 of 4
1 3. To facilitate accuracy of records, make entries wit�iin 24 hot�rs after z-eceipt of
2 information t11at the change has accurred.
3 4. Provide iaciva3 in%rmation regarding all aspects of the Work, both concealed and
4 visible, to enable future modification of the Work to proc�ed without lengthy and
5 expensive site measurement, investigation and examination.
6 1.10 STORAGE AND I3ANDLING
7
8
9
10
1l
I2
13
14
1S
16
A. 5torage and Handling Requiremenis
1. Main#ain the job set of Record DacuE�nents aa�r�plately proiecied from deteriorat[on
and froin loss aild damage until completion of the Work and tz�ansfer of aII recorded
data to the final Projec# Record Documents.
2. In the event of loss of recorded data, use means necessary ta again secure the data
to the City's approvaE.
a. Ji� such cas�, provide replacements to the standards ori.ginalIy required by tlie
Contract pacuinents.
1.,�.1. FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY �NOT USED]
17 PART 2 - �'RfJDUCTS
1 S 21 OWNER-FURNXSHED [ox] OWNER-SIIPPLIED PRODUCTS [NOT USED]
19
20
2I
22
23
24
�5
26
27
2.2 RECORD DOCUMENTS
A. 7ab set
1. Prompt]y following receipl of the Notice to Proceed, secure from the City, at no
chaz'g� to the Contractor, 1 complete set of all Docume»ts c�mprisiilg the Contract.
B. Final Record Docurnents
1. At a i:ime nearing; tk�� completion oi the Work and grior to Final Inspection, provide
the City 1 complete set af a[1 Final Racord DR�awings in the Contract.
2.3 ACCESSORIES [NUT USED]
2.4 SQURCE QUALXTY CONTRQL [NOT [TSED]
28 PART 3 - �XECUTION
29 3.1 IN�TALLERS [NOT US�Dj
30
31
32
33
34
35
3.2 EXA_MLNATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCIIMENTS
A. Maintenance of .Tob Set
1, I�nmediately upan rec�ipt of the j ob set, identify each oi t�e Documents with the
title, "RECORD DOCUMENTS -10B SET".
CITY OF FORT WOkZTH 2O21 WATER MAIN LEAK
STAAIDARD CONSTRUCTION 3PECIFIC.ATION DOCUM�NTS REPAIIt CONTRACT
Revised July 1, 2011 City Project Na. 103327
017$39-3
PRO]ECT RECQRD DOCUMENTS
Paga 3 of 4
1 2. Presea�vation
2 a. Gansidering the Contract completion time, the probable n�mber of oecasians
3 upon which the j ob set must be taken aut for new enfiries and for examination,
4 and the conditions under which #hese acti�ities will be performed, devise a
S suitable method for protecting the jo� set.
6 b. Do not use the job set for any purpose except entry of new data and for review
7 by the City, until start of transfer of data to iu�a1 Proj�ct Recoz•d Documents.
S c. Maintain tha j ob �et at the site af wor%.
9 3. CQordi�lation with Coiistruetion Survey
10 a. At a minimum, in accordance with the intervals set forth in Section O 1 71 23,
11 ciearly rnark any deviations from Canirac# Dacuments associated with
12 installation oithe infrastructure.
13
14
15
16
17
18
19
20
21
22
23
za
25
26
27
28
29
3Q
31
32
33
34
35
36
37
38
39
40
41
42
4. Making entr'tes on Drawings
a. Record any deviations from Contr'act Documents.
b. Use an erasable colared pencil (not ink qr indelihle pencil), clearly describe the
change by graphic line and nofe as required.
c. Date all entries.
d. Call attantiort ta the entry by a"claud" drawn around the area ar areas affeeted.
e. In the event of averlapping changes, use different colors for the overlapping
changes.
5. Conversion of schezn.atic layouts
a. In som� cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and simiiar items, are sho�vn schematically and are not intended to
poa�ray precise physical Iayout.
1) Final physical arrangement is detennined by the Contractor, suhject to the
City's approval.
2) However, design of future modifications of the facility may require
acci�rate information as to ��e final physical layout of items which are
shotivn only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to wiYhin I
inch, the centerline of each run of items.
l) Final physicai arrangement is determined by the Contractar, subject to the
City's approval.
2) 5how, by symbol or note, the vertical location of th� ltezn ("uz�der slab", "in
ceiling plenum", "exposed", ar�d the like).
3) Malte aIl identiiication sufiicientiy desc��iptive that Yt may ba related
reliably to the 5peci%cations,
c. The City rr�ay waive the requirements for canversiaz� af schematic layout�
where, in fhe City's judgrrient, conversian serves no usefu� purpose, However,
do not rely upon waivers bein� 'tssued except as specifically issued in writing.
by the Gity.
B. Fii1a1 Froject Record Documants
43 1. Transfer of data to Drawings
44 a. Careiully transfer chang� data shown on tha j ob set af Record Drawings to the
45 corresponding final docum�nts, caardinating the c�anges as rec�uired.
46 h. Clearly indieate at each affected detail and ot�er Drawing a fu11 description of
47 changes made during cansts�uction, and the actual lacatian of items,
C1TY OP FOlZT W012'I'H 2O21 WATEIZ MAIN LEATG
STANDARb CONSTRUCTIOIV SPECIPTCA'I'101+f DOCLJMENTS REPAII2 CQ�YTRACT
Revised.July 1,2011 CityPrajectNo. ]03327
d17839-4
PR07ECT I2ECORT] DOCUMENTS
Page 4 of4
1
2
3
4
5
6
7
8
9
10
11
I2
I3
I4
15
16
17
18
19
2Q
21
22
23
24
25
c. Call atCention to each en�Ey by drarving a"cioud" aeot�nd tl3e area o.r areas
affected.
d. Make changes neatly, ca nsi�tentIy az�d with ihe proper media to assure
longevity and clear r�production.
2. Transfer af data to other pocurnents
a. Ifthe Documents, other than Drawing�, ha�e been k�pt clean during progress of
the Wflrk, and if entries #herean have been arderly to the approval af the City,
the job set ofthose Documents, other than Drawi��gs, wi11 be accapted as final
Recard Docu�nents.
b, IF any sL�ch Docuinent is not so approved by �he City, secure a new capy af that
Docurri:�nt from the City at the City's usual charge for reproduction and
handling, and carefully t�-at�sfer tl�e ahange data to �ie new copy to the approval
of the City.
3.5 R�PA�R 1 RESTORAT�ON [NOT IIS�D]
3.6 RE-INSTALLATZON [NOT USEDJ
3.7 FIELD [aR] SI'TE QUALITY CONTROL [NOT US�D]
3.8 SYSTEII�I STARTUP [NOT US�D]
3.9 ADJUSTING [NOT US�D]
3.10 CLEANING [NOT USED]
3.1� CLD�EOITT ACTIVITIES INOT USED]
3.]2 PROTECTION [NOT USED]
3.I3 MATNTENANCE [NOT USED]
319 AT�'ACHMENTS [NOT USED]
END OF SECTION
Re�ision Log
DA`I'E NAME SUMRrIARY OF CHANGE
26
CITY O� FORT WORTL-I
STANDARD CONSTRUCTIOA! 5PEC1F[CATION ADCUMENTS
Revised 7uiy I, �,�11
2D21 WATER MP�IN LEt�K
TtEPA1R CQiVTRACT
City Project No, 103327
oa ai ia - t
UTtLITY TtEMOVAL/ABANDONMENT
Page 1 of 17
1
2
3 PART1- GENERAL
4 1.1 SiTMMARY
5
6
7
8
9
10
I1
12
13
I4
15
16
17
18
19
20
21
22
23
2�4
25
26
27
28
29
30
31
32
33
3 �k
35
36
37
38
39
40
4I
42
QSECTION U2 41 14
UTILITY REIVIOVALIABANDONMENT
A. Section Includes:
1. Direetion for tY�e re�noval, abandanment or sal�agiilg of the following tatilities:
a. Cathodic Protec�ion Test Statians
b. Water Lines
c. Gate Valves
d, Wafer Valves
e. Fire Hydrants
f. VJatar Meters and I1�i�ter Box
g. Water Sampling Station
h. Concrete Water Vaults
i. Sanitary Sewer Lin�s
j. Sanitaty Sewer Mank�nles
k. Sanitary 5ewer Junction Boxes
1. Storm Sewer Lines
m. Starm Sewer Manhole Risers
n. Storm Sev�+er J�.lnction Boxes
o. Storm Sewer Inlets
p. Box Culverts
q. Headwalls and Safety End Treatments
r. T:rench Drains
S. Deviations fi'am this City of Fort Worth Standas•d Specifcation
1. 1.2 Price and Pa�ment Procedures / B. Water Lines and Appnrtenauces /9.
Concrete Water'Vault Removal / a. Measurement: ,
1) Measurement vvill b� for large concrete vaults. Nn paymeut far small
concrete water meter vaults (boxes) housing 2-iach o�r smaller vvater meters.
Z. 3.a Rernoval, �alvage, and Abandonment 1 B. Waier Lines and Appurtenances 1
5. Water Valve Removal:
1) This is subheading should be "Water Valve Abandonment" as it is
describing water valve abandonment.
3. 3.4 Re�n.ova�, Salvage, and Abandonment 1 S. Water Lines and Ap�urtenances 1
6. Waker Vafvc Removal and Salvage / e. Fill vAlve bod� with CLSM in
accordance with Section 03 34 I3:
1) Item "e" shaFl be deleted irom the speeifr�ation as it does not apply in the
situation af removal and salvage of a water valve.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Biciding Requirez�ents, Contract Farms and Conditions of the Contract
2. Division 1— General Requi:r�m�nts
3. 5ection 03 34 13 — Controlled Low Strength Material (CLSM)
crrY ar� roxm wox�rx
ST�,NBARD CONSTRUCTION SPECIFTCATiO1V DOCUM�I*€TS
Revised 1]ecember 20, 2D 12
202� WATEitMAINLEAK
REPAIR CONTRACT
Cily I'rojeet No. 103327
02 41 14 - 2
UT[LITY REMOVAL/ABANDONMBNT
Page 2 of 17
I 4. SectiQn 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
2 5. Sectian 33 OS 24 — InstaIlatian of Carrier Fipe in Casing ot• Tunnel Linar PIaie
3 6. Sectian 33 11 11 — Ductile Iron Fittings
4 7. Section 33 11 13 -- Concrete Pressure Pipe, Bar-wrapped, Steel Cylinder Type
5 8. Sectioz� 33 11 14 -- Buried Ste�l Pipe and Fit�ings
6 9. Section 33 12 25 — Cannection to �xisting Water Mains
7 �.2 PRXCE AND PAYMENT PROC�DUI2�S
8
9
10
11
1�
13
14
15
16
17
18
19
2D
21
22
23
2�4
25
2fi
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
4-4
45
46
47
A. Utility Lines
1. Abandonment of Utiiity Line by Grouting
a. Measurement
1) Measurement for this Item shall be per cubic yard of existing utility line to
be grauted. M�asure by tickets showing cubic yards oi graut appfied.
b. Paymenf
1) The work pex�for�ned and znaterials fur�ush�d in accorda��ce wzth t}�is Itein
and ineasureci as pravided under "Measurement" shall be paid far at the unit
price per cubic yard af "Line Grouting" for:
a} Various types of utility l�ne
c. The price bid shall include:
l) Low density cellular grout ar CLSM
2) Watez-
3) Pavement rernaval
4) Exnavation
5) Hauliilg
5) Dispasal of excess materials
7) Furnishing, placement and compaction of backfill
8) Clean-up
2. Utility Line Removal, Separate Trenc�
a. Measureinent
1) Measurement for this Itenn shalI be per Iinear foot of �xisting utility Iine to
be remaved.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and ;neasured as provided under "Measureinent" shall be paid for at the unit
p:rice bid per linear font of "Retnove Line" for:
a) Various types of existing utility line
b) Various sizes
c. The price bid shall include;
1) Removai and disposal of existing �itiliiy pipe
2) Pavement removal
3) Excavafion
4) Hauling
S) DisposaI of exeess rnaterials
6) �'urnishing, placennent and carnpaction of backfll
7) Clean-up
3. Utility Line Remaval, Same Trench
a. Measurement
1) This Item is considered subsidiazy the praposed utiIity iine b�ing installed.
CITY OF FpRT WpR'FH 2O21 WA'I`ER MAIN LEAK
STANUAAD CONSTRUCT'IDN SPECIFICATION DOCi1MENTS EtEPAIIt CONTR�CT
Revised December 20; 2012 City Project No. ] 03327
D2�1 ]4-3
UTILITY REIVIOVAL/A13AtVDpNNfENT
Page 3 of l7
�
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
I9
20
21
22
23
24
2S
26
27
28
29
30
3I
32
33
34
35
36
37
38
39
4D
4l
42
43
44
4.
E
b. Payment
1) The work pei•formed and materials fui'nished in accardance with this Item
are subsidia�y to the installation of prappse.d utility pipe and shall be
subsidiary ta the ttnit price bid per linear foat of pipe complete in place, and
no other compensation will be allowad.
Mailhole Abandonment
a. Measurement
1) Measureinent foz� this Item will be per each manhole to be abandoned.
b. Payment
1) The work perfoimed and materials furnished in accarda�c� wzth this Item
and measurad as provide.d under "Measurement" shall be paid far at the unit
price bid per each "Abandon Manho]e" for:
a) Variaus diameters
h) Various types
c. The price bid sha�l include:
1) Removal a.nd disposal of manhole cone
2) Reinoval, salvage and delivery af irarrza and cover to City, if applicable
3) Cutting and plugging of existing sewer Iines
4) Concrete
S) Acceptable material far backfiiling manhole vaid
6) Pavement removai
7) Excavation
8) Hauling
9) Dispasal of excess materials
1 fl) Furnishing, placement ar�d campactian of backfill
I 1) Surface restoration
12) C1ean-up
Cathodic Test Statian A.bandonment
a. Meas�zrement
l) Measurem�nt �or this ltem will be per ea�h cathadic test station to be
abandoned.
b. Payment
1) Tl�e wark performed and materials furnished in aecordance with this Itern
a nd measured as provided under "Measurement" shaIl be pazd fo3• at the unit
p�•ice bid per each "Abandon Cathodic Test Station".
c. The priee bid shall include:
3) Abandon cathodic test station
2) CLSM
3) Pavement re�noval
4) Excavation
5) Haul.ing
6) Disposal of excess materials
7} Furnishing, placetnent and compaction of backfill
8) Clean-Up
45 S, Water Lines and Appurtenances
4G 1_ Installation af a Water L1ne Pressure �'lug
47 a. Measurernent
48 1) Measuremes�t far this Item shal� be per each pressure plug to be installed.
49 b. Payment
C1TY pF FbRT WORTH
STANDARD CONSTRUCTION S#'ECIFICATIDN DDClJM�N'I'S
Revised i7acember 20, 2U l2
2021 WATER MAIN LEAK
itEPAIR CDNT[tACT
CiEy Project l�o. 103327
{�2 4l 14 - 4
UTILITY iZEMOVAL/ABANI]QNMEFVT
Page 4 of 17
1
2
3
4
5
6
7
S
9
10
11
12
13
14
15
1b
17
18
]9
20
21
22
23
24
25
2.6
27
28
29
30
31
32
33
34
35
3b
37
38
39
44
41
42
43
44
45
4G
47
48
49
2
3
1) The wark perforrned and materials furnished in accordance with this Item
and measured as pz•a�ided undex "Measureinent" shall be paid for �t the unit
price bid for each "Pressure Plug" installed for:
a) Various sizes
c. �'he price bid shall include:
1) Furnishing and installing pressure plug
2) I'avement remaval
3) Excavation
4) Hauling
5) Disposa[ of excess material
�) Gaskets
7) Bolts and Nuts
$) Furnislung, placement and compaction of embedment
9} Furnishing, placement and compaction af backfill
�Q} Disinfection
1 J ) Testing
12) Cleart�-up
Abandonment af Water Line by Cut and installation of Abandonment Plug
a. Measurement
1) Measurement for this Item shalI be par e.ach cut and abandonment piug
installed.
b. Payment
1) 'The work parformed and materials furnished in accordance with this Item
and ineasured as provided under "Measurement" shall ba paid for at #he unit
price bid for each "Watez' Abandonm�nt Plug" installed for:
a} Various sizes
c. The price bid shall include:
1) F'urnishing and installing abandoi�ne�lt plug
2) Pavement removal
3) �xcavation
4) Hauling
Sj CLSM
6) Disposal of excess inaterial
7) Furnisl�ing, placament and campacfion of hack�'ill
$) Clean-up
Water Valve Removal
a. Measurement
1) Measurement for this Item will t�e per each v,�ater �valve ta be reztznved.
b. Payment
1) The work perfarmed and materials f.urnished in accordance wifh this Item
ar�d measured as prpvided under "Measurement" shall be paid for at the unit
price bid per each "Rema�ve Water Valve" for:
�) Various sizes
c. The price bid shall incIude;
i) Removal and disposal afv,alve
2} CI.SM
3) Pavement remaval
4) Exca�atzon
5) Hauling
CITY �F PORT WORTH
STANDARD CONSTRUCTIOAI3PECIFICATION DOCUMENTS
LZavised Decembar 20, 2p12
2D21 WATEIL MAll� LEATt
REPAiR CONTRACT
City Project No, 1p9327
aza> >a-s
U7'ILI7'Y REMOVALIABANDbNMEIVT
Page 5 of 17
1
2
3
4
5
b
7
8
9
l0
11
12
13
14
i5
1G
17
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4Q
�41
42
43
44
45
46
47
48
49
4.
E
�
6) Disposal af excess matexiais
7) Furnishing, placement and compaction of backfill
$} Clean-up
Water Valve Reynoval and Salvage
a. Measurement
1) Measurement far thi.s Item will be per each water valve ta be removed and
salvaged,
b. Payment
I) The workgerfarmed and zinatez'ials furnished in accardance with this Item
and measured as provided under "Measurcment" shall be paid far at the unit
price bid per each "Salvage Water Valve" far:
a) Variaus sizes
c. The price bid shall incIude:
1) RemovaI and Salvage af valve
2) CLSM
3) Dalivery to City
4) Pavement remaval
5) Ez�cavatian
6) Hauling
7) Disposal of excess materials
8) �'urnishing, placement and compaction of backfill
9) Clean-up
Water Valve Abandonment
a, Measurement
1) Measurement for this Item will be per each water valva ia be abandoned.
b, Payment
1) The wark performed and materials fiirnish�d in acea�'dance with this Item
and measured as provided �nder "Measuz'ement" shall be paid for at #he �anit
price bid per each "Abandon Water Valve" for:
a) Various Sizes
c. The priee bid shall include:
1) Abandaninentofvalve
2) CLSM
3) Pavement reznoval
4) Excavation
5) Hauling
6) Dispo,sal flf excess matarials
7) Furnishing, placement and compactSon of backfill
8) Clean-up
Fire Hydz'ant Removal and Salvage
a. Measurement
1) Measurement for this Item will be per each �re hydrant ta be removed.
b. �'ayment
1) `I'he work performed atid materials furni�hed in accordance with this Item
and measured as provided under "Measurement" sha11 be paid for at ihe unit
price bid per each "Salvage Fire Hydrant".
c. The price bid shall include:
1} Removal and salvage of fire hydrant
2) Delivery to City
C1TY OF FORT WORTH
3TAN1]ARD CONSTRUCTIQN SPECIFICATIQN DOCUMENTS
Revi�ed December 20, 2012
2021 wn�x �arta L��x
REPAIR CON`i'RACT
City Project No. ]03327
6241 14-G
UT7LITY R�FvIbVAL1ABANDONMENT
Page 6 af l7
1
2
3
�
5
6
7
8
9
l0
11
12
13
14
15
16
17
18
19
zo
21
22
23
24
25
26
27
28
29
30
3I
32
33
34
35
36
37
3$
39
40
41
42
43
44
45
46
47
48
49
3) Pavemeni remava]
4) Excavation
5) Hauling
6) Dispasal o� excess materials
7) Furnishing, placem�nt and compaction of backfill
8) Clean-up
7. Water Ivleter Remo�al and Salvage
a. Maasurement
1} Measurement for this Item will be per each water meter to be removed and
salvag�d.
b. Pay�nel2t
1) The work perfarmed a��d �naterials furnished in aecordance vrith this Item
and measured as provicfed under "Measurament" shall be paid for at the t►nit
price bid per each "Salvaga Wafer M�t�r" �or:
a) Various �izes
2) I� a"Water Meter Setviee Ralocate" is per%rmed in accordance with
Section 33 12 10, reinoval and salvage or disposal of the e�isting {2�inc1� ox•
sma[ler) water meter shall be s�bsiciiaiy to the cost of the "Water Meter
5ervice Relqcate", no other compensation will be allawed.
c. The price bid shall iz�clude:
1) Retnova[ and sal�age a� water inetier
2) Delivery fo City
3) Favement removal
4) Excavation
5) Hauling
6) Disposal of excess materiaEs
7) Furr�ishing, placenr�ant and compaetion af backfill
$) Clean-up
8. Water Sarnpiing Station Rerno�al �aad Salvage
a. Measurement
1) Measurement for this Item will be per each water sa.mp]i��g station ta be
r�moved.
b. 1'ayment
1) 'The work perfot7n�d and inaterials furnished in accordance with this Item
and measured as prot�id�d under "IVleasurement" shaIl be paid far at the unit
price bid per eaeh "Salvage Wat�r Sampling Station".
c. The price bid shall incIude:
1) Rernoval and salvage of water sampling station
2} Delivery ta City
3} Pa�azr►ent removal
4) Excavation
5} Hauling
6} Disposal of excess materials
7} Furnishing, placemeaat and compaction of �acktll
8} C1ean-up
9. Concrete Water Vau1t Removal
a. Measurement
1) Maasurement for this Item wi11 be per each concrete water vault to be
removed.
CIT'Y OF FqRT WORTC-I
STAM[]ARD CONSTRUCTIpN SPECIFICATION DOCUMENTS
Revisad December 2�, 2012
2Q21 �/ATCR MAIN LEAIS
ItEPAIR C4NTRACT
City Prajeat No. 103327
0241 ]4-7
U'ffLITY REMOVALlABANDONTiIENT
Page 7 of 17
1
2
3
4
5
6
7
8
9
10
ll
12
13
1 �4
I5
16
17
18
19
20
21
z2
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
b. Payment
1} The �vork performed and materiais furnisY�ed in accordanc� with this Item
and measured as provided undet• "Measurement" shall be paid �or af the unit
price bid per each "Remove Concrete Water Vault".
c. The price bid shall include:
I) Removal and disposai of concrete water vault
2) Remaval, saivage ar�d delivery af frame and cover to Gity, if applicable
3) Removal, salva�e and delivery of at�y vaives to City, if applieable
4) RemovaI, salvage a��d delivery of any water meiers #o City, if applicable
5) Paveinent removal
6) Exca�ation
7) Hauling
S) Dispas�l of excess materials
9) Furnis�ing, placement and campaction of backfiII
10} Clean-up
C. Sanitary Sewer Lines and Appurtenances
1. . Abandanment of Sanitary �ewer Line by Cut and installation of AbandonmezZt Plug
a. Mea.suramei7t
1} Measurement far this Item shall be per each cut and abandonmeiat plu.g
insta.11ed,
b. Paymer�t
I) Ti�e work performed and materials furrushed in accordance with ihis Item
and measured as provided under "Measurement" shall be paid for ai the unit
price bid far each "Sewer Abar�dorunent Plug" far:
a) Variaus sizes
c. The price bid shall include:
1) Furnishing and instaliing abandoivn�nt plug
2) Pavernent removal
3) Excavation
4) Hauling
5) CLSM
b) DisposaI of e�cess cnaterial
7) Furnis3aing, ptace�ent and compaction of backfill
8) Ciean-up
2. Sanitary Sewer Manha.le Removal
a.. Measurement
1) Measurement for this Item will be per each sanitary sewer manhoie to be
rerzioved.
b. Payxnent
1} T�e work per%rmed and materials furnished in accordance with this Item
and measured as pravided under "Measurement" shall .be paid for at the unit
price bid per each "Remave Sewar Manhole" for:
a) Various diameters
c. The price bid shall include:
1) Remaval and disposal oimanhole
2) Removal, salvage and delivery af �rame and cover ta City, if applicable
3) CutCing and plugging of existing sewer lines
4) Faverr►ent remaval
S) Excauation
CITY OF' FORT WORTH
$TANDARD CDNSTRUCTION SPECIFICATION DOCLTMEIVTS
Revised Deeember 2U, 2U12
2021 'WAT'ER NfAIN LEAK
REPAIR CONTftACT
Ciry Projcct iVa. 1p3337
0241 14-8
UTILITY AEMOVAI.IABAND�NMBNT
Page 8 of 17
1
2
3
4
5
G
7
8
9
10
11
�2
I3
14
15
16
17
18
19
za
21
Zz
23
24
2S
2b
27
28
29
3a
3i
�z
33
34
35
36
37
38
34
40
41
42
43
44
45
46
47
48
49
3.
6} Hatilii�g
7) Disposal of excess �naterials
8) Furnishing, �lacement and compaction ofbackfill
9) Clean-up
Sanita��y Sewer Junction Str�zcture Reinoval
a. Measurement
1} Measurelnent inz' this Item will be per each sanitary sewer junction
struc#ure heing reinoved.
b, Paymeni
1) Tl�e work performed and materials furnished in accordance with thrs Item
and measu�•ed as provided under "Measurement" shaII be paid for at the Iump
sum bid per �ach "Remove Sewer Junction Box" location.
c. The price bid shall inclLtde:
1) Remo�a] and dzsposal of junction box
2) Removal, salvage and defivery af frame aind cover to City.
3) Pavement removal
4) Exca�ation
5) Hauling
6) Disposal of excess materials
7) Furnishing, placemen# and coinpaction ofbackfill
&) Clean-up
D. Starrn Sewer Lines and Appur�enaalcas
1. Aba.ndonment of Storm Sawer Line by Cut and i��staIlation of A.bandonment Plug
a. Meastu�ement
1) Measurement for this Item shal] be per each cut and abandonment plug ta
be installed.
b. Payrnent
1) The work pez-�arrn.ed and materials �'urnished in accordance with this Item
and meas.ttred as provided under "M�asurement" shall b.e gaid for at fihe unit
pric� bid Far each "Storm Abandonm�nt Plug" instaIl�d for:
a) Variaus sizes
c. The price bid shall include:
1) Furnishing and installing abandonment plug
2) Pavement reinoval
3) Excavation
4) Hauling
S} CLSM
6) Dispasal of excess matari�I
7) Furnishing, placement and compactian of backfill
8) Clean-up
2. Storan Sewer Manhole Removal
a. M�;asurement
1) Measur�ment �or this Iterr� will be per each stoi•m sewer manhole to be
remaved.
b. Payment
I) The work perfarmed and materials fux•nished in accardance witi� this Item
and measured as provided under "Measurement" shall be paid far at the tiznit
p�ice bid per each "Remave Manhole Riser" for:
a) Various sizes
CITY pF FORT W4R'TH
STANDARD CONSTIiUCTION 3PECIFICATION DOCLTMENTS
Ravised Decem6er 20, 2012
2021 1�A'FER MATN LEAK
REPAIR CONTRACT
City Project No. 1 �3327
Q24114-9
UTII.ITY RHM4VALIABANDdNIvIENT
Page 9 af l7
1
2
3
4
5
6
7
8
9
ia
11
12
13
1�
15
16
17
18
19
zo
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
�l7
48
49
4
5
c. The price bid shall include:
1) Removal and disposal ofmanhole
2} Removal, salvage and delivery of frarne and cover ta City, if applicable
3} Pavement removal
�4) �xcavation
5) Hauling
5) Disposal of excess materials
7) Furnishing, placerr�ent and compaction of backfill
8) Clean.-up
3. Storin Sewer .iunction Bax Removal
a. Measurearent
1) Measure�nent for this Item wiil be per each storm sewer junction structura
to be removed.
b. Payrr�e�xt
1) The work perFormed and materia�s furnished in aceordance with this Item
and measured as provided under "Measurement" shall be paid for at the unit
price bid per eacl� "Retnove Storin Junctian Box" for:
a) Various sizes
c. The price hici shaS1 include:
1) Removal and disposal af junction box
2) Removal, salvage and delivery of frame and cover to City, if appiicable
3) Pavement removal
4) Excavatian
5) Haulir�g
6) Disposal of excess zr�aterials
7) Furnishing, placeri�ent and coznpaction of backf'iII
8) Clean-up
Storm 5ewer Junction Sf�•ucture Remo�al
a. Measurement
1) Measur�nnent for this Ii;ern will be per eaeh storm sewer junciion struciure
being rarr►oved.
h. Payment
1) The work performed and material5 furnished in accordance with. this Item
ai�d measured as provided under "Measurement" shall be paid far at the lump
sum bid per each "Remove Storm 7unctian Structure" lacation.
c. The price bid shall include:
1) Removai and disposal of junction structure
2} Removal, sa�vage and delivery of frame and cover to City, if applicable
3) Pavement removai
4) Excavatian
S) Hauling
6} Disposal of excess xnaterials
7) Furnishing, piaGement and compaction of backfill
8) Clean-up
5torrn 5ewer Inlei RemovaI
a. Measurement
1} Measurennent for this Item wijl be per each storm sewer inlet to ba
remnved.
b. Payment
CIT'Y OP FORT WORTS
STA�fDARD CONSTI2i1CT[ON SPECIFICATION DQGUIVIEIVTS
Revised December 20, 2012
202] WA'I'ERMAIAILEAl�
REPAIR CONTRACT
City Project IVo. 1a3327
ozai ia-io
UTII.iTX R�3vIpVALJABANDONMENT
Page 10 of 17
1
2
3
4
5
6
7
S
9
]0
11
12
13
14
IS
16
17
18
19
20
2I
22
23
24
25
26
27
28
29
30
3I
32
33
34
3S
36
3?
38
39
40
41
42
43
44
45
46
47
48
49
1) The work perforined an.d materials fumished in accordance with this 1#em
and measured as provided under "Measure�z►ent" shaIl be paid for at the �init
price bid per each "Re�nove Storm In3et" far;
a) Various types
b) Various sizas
c. The p�-ice bid shall include:
1) Remova! and dispasal of inlet
2) Pa�ement re�nova]
3j Excavation
�) Hauling
�) Disposal of excess inaterials
b) rurnishing, plaeement and compaction of bacicfill
7) Clean-up
6. Stortn ,5ewer .Tunction Box Remov�l
a. MeasL►re�nent
1) Measurernent for this It�ir� sha11 be pez• lila�ar foot of existing storm sewer
box to ba removed.
b. Payment
1) The work perfarmed and materials furiiished in accordance with this Itein
and measured as provided under "Measurement" shall be paid foz- at th�e unit
price bid per linear foot of "Remove Storm Junctior� Box" for all sizes.
c. The p�•ice bid shall include;
1) Removal and dispasal of 5torrn Sewer Box
2) Pavement rernoval
3) �xcavation
4) �Iauling
5) Disposal of e�cess materials
6) Furrushing, placement and compaction �f backfill
7) Clearnup
7. HeadtvalI/SET Remo�al
a. Me .asurement
I) Measurement for this Itein wil] be per each headwall or safety end
treatnlent (SET) ta be removed.
b. Payment
1} The work performed and materials furnished in accardance wiih tliis Item
and measured as pravided under "Measurement" shall be paid for at the unit
pric� bid per each "Remo�e Headwa[f/5ET".
c. Th� price bid shall include:
I) Removal and disposai o.fHeadwalI/SET
2) Pavement removal
3) Excavation
4) Ha«ling
5) I}isposal of excess materials
6) Furnishing, place�nent and compaction of backfill
7) Clean-up
8. Trench Drain Removal
a. Measureir�ent
1) Measurement for this Item shall be per linear foot of storm sewer trench
drain to be removed.
CITY QF FORT WORTH
STANJ]ARD CONSTRUCTlON SPECTFTCATinN DbCiII+�N'I'S
Revised T]ecember20, 2p12
202I WATEEt MAlI�1 L�AK
R�PAIR C4NTRAC.T
City Project No. 1D3327
fl24i 14- 11
UTILITY REMOVAL/ABANDONMENT
Page 11 of 17
��
1S
16
17
� 18
19
�
2fl
21
� z2
1
1I
I
b. Payinen�
1) Th� work pez�ormed and materials fiu•zlished in accordance with tl�is Item
atxd measuz'ed as pravided under "Measurement" shall be paici fnr at the unit
przca bid per liz�ear foot of "Remqve Trench Drain" for:
a) Various sizes
c. The price bid shall include:
1) Remaval and disposal of storm sev,�er line
2) Pavement removal
3} Excavation
4) Hauling
5) Disposal of excess materials
6) Furnishing, placement and compaciion ofbackfiII
7) Clean-up
l.3 REFERENCE.S [NOT USEDj
1.4 ADMYNISTRAT� REQiTIREMENTS
A. Coordination
1. Contact lnspector and the Water Department Field Operation Storage Yard for
coordination of salvage inaterial return.
1.� SUBMITTALS [NOT USED]
].6 ACTXON.SUBMITTALSIIlVFORMATIONAL SUBMITTALS [NOT USED�
1
2
3
4
5
6
7
8
9
10
11
12
13
l4
1.7 CL4SEOUT SUSNIITTALS [NOT USED]
LS M.AINTENANCE MATERIAL SUBMITTALS jNOT i7�ED]
23 1.9 QUAL�TY ASSURANCE [NOT USED]
24 l.].0 DELNERY, STORAG�, AND HANDLING
25 A. 5torage and Handling Requirements
26 1. Protect and salvage all materials such ihat no damage occurs during d�livery to the
27 City.
C1TY OF FdRT WORTH
STANDA.RD CONSTRlJCTION SP�CIFICATION DpG1.I1VIENT5
Revised December2Q 20i2
2021 WATCR MAII�f LEAIC
REI'AIR CONTRACT
City ProjecE Na. ] 03327
�
Q2 41 14 - 12
UTILTTY RENIOVALIABANDQNMENT
Page 12 of 17
111 �IELD [SITE] CONDITIONS [N�T USED]
2 112 'WATZR.ANTY [NOT USED]
3 PART 2 � PRODUC�`S
4 21 OWN�R-�'URMSHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
5 2.2 MATERIALS
5 2.3 ACCESSORIES [NOT US�D]
7 2.�3 SOURCE QUALI'T^Y CONTROL [NOT USED]
8 PART 3 - �XECUTIClN
9 3.1 INSTALLERS jNO�' USED]
l0 3.2 EXAMINATION [NOT USED]
11 3,3 PRE�AR.ATIDN [NOT USED]
12 3,4 REMOVAL, SALVAG�, AND 1�BANDONMENT
I3
14
1S
IG
I7
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
34
35
3�
37
38
A. General
1. Manhole Abandonment
a. All manhoies that are fo be taken out of service are to be removed unlesa
specifically requested a��d/or approved by City.
b. Excavate and backfill in accordance with Section 33 OS 10.
c. Remov� and salvage inanliole frame and cover as caordinated wit� City.
d. Deliver salvaged material to the City.
e. Cui and plLzg sewer lines to be abandoned.
f. Backfill manhole void i�3 accardatace with City Standard Details.
B. Wa#er Lines and Appurtenances
[. Water Line Pressure Plugs
a. Ductile Iron Water Liiles
1) Excavate, embed, and baekfill in aceordance with Section 33 05 10.
2) Plug with an MJ Plug with mechanieal restraint and blocking in accordance
with Section 33 11 11,
3) Perform Cut and Plu� in accordance with 5ection 33 12 25.
b. YVC C900 and C905 Water Lines
I) Excavate, erz�bed, and backfilI in accordance with Section 33 DS 10.
2) Flug wi#h an MJ Plug with meehanical restraint and blocking in accordance
with Section 33 11 l I.
3) Perform Cut and Plug in accordance with Section 33 12 25.
c. Concrete Pressure Fipe, Bar Wrapped, Steel Cylinder Type Water Lines
1) Excavafie, ernbed, and backfill in accordance with 5ection 33 OS 10
2) Pl�ag using:
a} A fabricated plug restrained by �velding or by a Snap Ring in
accordance with Secfion 33 11 13; or
CTI'Y OF FORT WOR'�'H 2O21 WATER MAII�' LEAK
STANDFITZD CONS'I`RUCTION SPECIFICATIdN DQC[]MENTS REPAIR CONTRACT
Revised DeeemUer 20, 201? Cify Project No. 103327
o2a� ia-�s
iITILITY REMOV;4L/ABANDONMENT
Page 13 of 17
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19 4.
20
2I
22
23
24 5.
2S
26
27
zs
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
�
�5
46
�7
48
b) A biind f�ange in aecordance with Section 33 I 1 13
3) Perform Cut and Plug in accordance with S�ction 33 I2 25,
d. Buried Steel Water Lines
�) Exeavate, embed, and back�ill in accordarzce witk� SecYian 33 OS 10.
2) Flug using:
a} A fabricated plug restrained by welding in accordance with Section 33
l i 14; or
h} A bIind flange in accordance witiz Section 33 1 T I4
3) Perfo� Cut and Plug in accordance with Section 33 12 25.
Water Line Abandonrtient Plug
a. Excavate and backfll ita accardance with Section 33 OS 10.
b. Plug with CLSM in accorda.nce with Section 03 3� 13.
Water Line Abandot�ment by Gro�ting
a. Exca�ate and backfill in accordance with Section 33 OS 1 �.
b. Dewater frorn existing line to be grouted.
c. Fill line wifh Low Density Cellu.lar Grout in accardance with Section 33 OS 24
or CL.SM in accardance wit� 03 3�4 13.
d. Dispose of any excess material.
Watex �.ine Remaval
a. Excavate and backf'ill in accordance with Section 33 45 10.
b. Cut ��istang lzne from tlle utility system prior to removal.
c. Cut any services prior t4 removal.
d. Remove existing pipe line and properly dispose as approved by City.
Water Valve Removal
a.. E�cavate and backfiIl in accordance with S�ction 33 05 1 D.
b, Reinave and dispose of valve bonnet, wedge and stem.
c. Fill valve body w�th CLSM in accardance with Sectian 03 34 13.
Water Valve Removal and Salvage
a. Ex�avate and backfil] in accordance with Section 33 05 I0.
b. Remove valve bonnet, wedge and stem.
c. Deliver salvaged material to the Water Department Field Operation Storage
Yard.
d. Protect salvaged materials fro�n damage.
e. Fill valve bod� with CLSM in accordance with Section 03 34 T3.
Water Valve Abandonment
a. Excavate and backf'ill in accordance with Section 33 OS 10.
b. Rerr�ove the tap 2%et of tl�e val�e stack and any valve extensions.
c. Fill the remaining valve stack with C�,SM in accordance v,�ith Section 03 34 l 3.
Fire Hydrant Removal and Salvage
a. Excavate atld back�'tll in accordance wifh Section 33 OS l0.
b. Remove Fire Hydrant.
c.. Place abandantnen.t plug; on fire hydran# lead 1ine.
d. Deliver sal�aged fre hydranti to the Water Departinent Field Operation Storage
Yard.
e. �rotact saivaged materials from damage.
Water Metex Removal and Salvage
a. Remave and salvage water meter.
h. R�turn salvag�d meter to Projeat Representative.
2.
3
6.
7.
$
�
C1T'Y OF FORT WORTH
STANDAT�D CONSTRUCTEON SPECIFICATION DOCUMEIVTS
Revised I}ecember 20, 2012
2D21 WATER MAIlV LEAK
KEYAIR CONTRACT
Ciiy Project l�fo. 103327
d2 41 14 - 14
UT[LITY REMOYACJABANDOI+IMENT
Page 14 of 17
1
2
3
4
S
6
7
8
9
�a
lI
12
13
14
IS
I�
I7
1$
19
20
21
22
23
24
25
25
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
c. C.ity wilI pt•ovid� replacement meter fai• installation.
d. Meter Box and Lid
1) Remo�e and sal�age cast ira11 n�eter box lid.
2} Remove and dispose of any non-cast iron rneter bo� lid.
3) Aeturn salvaged material to the Water DepartnzenC Field Operatioiz Storage
Yard.
4) R�mo�e and dispose of ineter box,
10. Wa.ter Sample Station Removal and Salvage
a. �emove and salvage �xisting water sample station.
b. DeIiver salvaged materia] to the Watez-Department Field Operation Storage
Yard.
11. Concrete Water Vault Removal
a. Excavate and backfill in accordance with Section 33 OS 10.
b. Remove and salvage vault lid.
c. Rezno�e and salvage valves.
d. Remor�e and salvage metei•s.
e. Deli�ver salvaged rnateria] to the Water Department Fieid Operation Storage
Yard.
f. Reinave and dispose o� any pzping or otf�er appurtenances.
g. Demolish and remove entire coz�cz'ete vault.
h. Dispose of all excess materials.
12. Cathodic Test Station Abandonment
a. Excauate and backfill in accordance with Sectian 33 �5 10
b. Reznove the top 2%et of t13e cathodic test �tation stack at�d cnnter�ts.
c. Fill any rez�aining voids with CLSM in accordance with Section 03 34 13.
C. Sanitary Sewer �,ines and Appurtenances
I. Sanitary Sewer Line Abandozament Plug
a. Excavate and backfiil in aceardance with Section 33 OS 10.
b. Remove and dispose of any sewage.
c. Plug with CLSM [n accordance with Sectian 03 34 13.
2. Sanitary Sewer Line Abandanntent by Grouting
a. Excavate atad backfiIl in aceorda.t�ce with 5ection 33 05 10.
b. Dewater and dispose ai any sewage from the existing Iine ta be grouted.
c. Fill line witla Low Density Cellular Groti�t in accordance with Seetion 33 QS 24
or CLSM in aceordance r�ith 03 34 13.
d. Dispose of any excess material.
3. �anitary Sewer Line Removal
a. Exca�ate and backf'ill in acenrrtatice with Sectinn 33 DS 10.
b. Cut existing line from the utility systern prior to removal.
c. Cut any services prior to removal.
d. Ra�riaave existing pipe line and properly dispose as approved by City.
4. Sanit�ary Sewer Manholes Removal
a. All sanitary sewer manhoIes that are to be taken flut of service are to €�e
removed unless specifically requested and/or appro�ed by City.
b. Excavate and backfill in accordance �viih Section 33 OS 1 Q.
c. Remove and saivage manhole fitazne and eover.
d. Deliver salvaged material to the Water Departtrt�nt Field Operation Storage.
e. D�molish and remove entire concr�te �anhole.
CTl'Y QF FpRT WORTFI
STAI�ipAItD CONSTRUCTION SPECIF[CATIbN DOC[IMENTS
Revised December 20, 2012
202I WATER MAIN LEAK
REPAIIt CONTRACT
Ciry Project Na. 103327
02 41 14 - 15
UTILITY REMOVAL/AgANDONMENT
Page 1 S of 17
2
3
4
5
6
7
8
9
10
11
I2
I3
14
IS
16
17
18
19
20
21
22
23
24
25
25
27
28
29
�a
31
32 6.
33
34
35
36 7.
37
38
39
40
41
�42
43
44
45
46
47
f. Cut and plug sewer lines to be abandon�d.
5. Sanitary 5ewer Junctian 5tructure R�moval
a. �xcavate and backiill in accordance with Section 33 OS 10.
b. Remove and salvage manhole fta�ne and caver.
c. Deliver salvaged �naterial ta the Water Deparhnent FieId Operation Storage.
d. Demoiish and remove entire cancrete manhole.
e. Cut and plug sewer lines to be abandoned,
D. Storm Sewer Lines and Appu�tenances
8torm 5ewer Abandon tx�ent ]'lug
a. Exca�ate and baekfill in accordance �with 5ection 33 OS 10.
b. Dewater line.
c. Plug with C�,SM in accordance with Sectian 03 34 13.
Starm Sewer Line Abandonment by Grouting
a. Excavate �nd backfill in accordance with Se.ction 33 OS 10.
b. Dewatax the axisting line to be grauted.
c. Fil! line with Low Density Cellutar Grout in accoxdance with Section 33 05 24
or CLSM in accordance with 03 34 13.
d. Dispose af any excess material.
Storm Sevver Line Rernoval
a, Excavate and backfill in accordance wifih Sectian 33 OS 10.
b. Re:rz�ove existing pipe line and properly dispose as appzoved by City.
Stortn Sewer Manhole Removal
a. All storm sewer manholes that are to be taken nut af service are to be rernoved
unless specifical�y requested andlor apprnved by City.
h. Excavate and �ac1cfi11 in accordance with Section 33 d5 10.
c. Demolish and remove entire concrete mant�ole.
d. Cut and plug starin sewer lines to be aba�ndoned.
Storm 5ewer Ju�ction Box and/or Junction Structure Remo�al
a. Exeavate and back�ill in accordance with Section 33 OS 1 D.
b. Demolish and rernove e.ntire concrete struci-�re.
c. Cut and plug storm sewer lines io be abandoned.
Starm Sewer Inlet IZemoval
a. Bxcavate and 6ackf'iil in accordan.ce with Section 33 05 10.
b. Demolish and remove �ntzz'e concrete inlet.
c. Cut and plug storm sewar lines to be abandoned.
Storm Sewer Box Removal
a. Excavate and backf'z1I in accordance with 5ectian 33 OS 10.
b. Cut existing line fi•or�t the utility system prior to removal.
c. Cut any services prior to remauaj.
d. Remave exisYing pipe line and properly dispose as agproved by City.
Headwall/SET Removal
a. Exca'vate and backfill in accordance with Section 33 �5 10.
h. Demolish an.d remave entire concrete inlet.
c. Cut aald plug storm se�ver lines to be abandoned.
Storm Sewer Trench Drain Removal
a. Excavate �nd back%il in accordance with Section 33 05 10.
b. Remove existing pipe line and dispose as approved by City.
1
2.
3
4.
E
$
�
CIT"Y OF FORT WORTfl
STANDATtl] CONSTfiUC7'ION SFECIFICATION ]�OCUMENTS
Revised December 20, 2012
2021 WATERMAIN L�AK
REPAIR CONTIt.ACT
City Praject Nn. I03327
aaa>>a-is
UT[LI7'Y REIVIOVALIABAI�I�ONMENT
Page 16 of 17
1
2
3
4
5
6
7
8
9
1Q
]1
3.5 R�PAIR / RESTORATION jNC�T USED]
3.6 RE-IN�TALLATI(]N [NOT iTSED]
3.7 I+XELD [oz�] SIT� QUALITY CONTROL
3.8 SY�TEM STARTUP jNOT USED]
3.9 ADJUSTING [N�T USED]
310 CLEANYNG [N�T USED]
3.11 CLOSEOUT ACTN�TXES [NOT USED]
3.12 PROTECT�ON jNOT USED�
3.13 MAINTENANC� [NOT USED]
3.1� ATTACFIMENTS [NOT USED]
ciT� n�' ��xT wox�
STANi1ARD CdNSTRUCTION SPBCIF'1CATION DOCUMENTS
Itevised Decembar 20, 2012
zo2 � wArEx M.�nv L�.ax
REPAIItCONTRACT
City Froj ect No. 1 a3327
02 41 I4 - 17
UTILI'I'Y ItEMQVALIAI3ANDONMLNT
Page 17 0£ 17
E�vn oa� sECTzoN
�I
Revision Log
DAT� NAME SUMMARY O�' CHANGE
L2.C3.e. — Inelude Frame and Caver in PxymenC dascription
12/2p/12 b. 7olvison Throughout — added abandonment of storm and sewez• ma��hoies when rec�uested
and/or approued by City
2
CTTY OF FdRT WORTH
STAN�ARD CpNSTRUCTIdN SPECIFICATIOIY DOCIJMENTS
Revised December 20, 2012
2p21 WATERMAITI LL�AK
REPAIK CQNTRACT
Ciry Pr�ject Mo. 103327
32 17 23 - 1
PAVSME3YT �vi�1RKINGS
Page 1 of 11
r
]
2
3 PART1- GENERAL
4 1,1 SUMII�ARY
5
6
7
8
9
10
11
1Z
13
I �F
15
16
17
1$
19
20
27 1.2
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
�k1
SECTION 3� 17 23
PAV�MENT MARKINGS
A. Section Includes:
1. Pavement Markin�s
a. Therinoplastic, hot-applied, spray (I�1S) pavement markings
b. Thet�rrioplastic, hnt-applied, extruded {HAE) pavement markings
c. Pre%rmad polymer tape
d. Prefotmad Iaeat-activated thermoplastic tape
2. Raised znarkers
3. Wark zone markings
4. Renaaval of pavement markings and markers
B. Devlations ft'or�a this City af Fort Worth Standard Specification
1. For Miscellaneous Water and Sewer C.antracts, all Pavement Marking repairs
and reglacernents shal� be subsidiary to the appropriate pavement repair bid
item,
C. Related Specification Sections incIude, but are not necessarily Iimited to:
l.. Division D— Bidding Requirements, Contract Forms altd Cortditians of the Contract
2. Divis�on 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measurement aud Payment
l . Pavement Markings
a. Measurement
1) Measurement for this Item shall be per linear foot af mafieri.al placed.
b, Pay�nent
1) The work performed and materiats fur:nished in accordance with this Item
and measured as provided �znder "Measurement" shall be paid for at the unit
price 6id pet iinear fooi of "Pvz�.t Marking" installed for:
a} Various Widths
b) Various Typ�s
c} Various Materiais
d) Various Colors
c. The price bid shall include:
1) Instailation of PavenaenY Marking
2) Glass beads, when required
3) Surface preparation
4j Clean-up
S) Testing (when required}
2. Legends
a. Measurement
CITY OF FpRT WORTH
STAAFDARD CONSTRiJCTIqN 5PECIFICATIDN DOCUM�N1'S
IZevised 1Vovember 22, 2013
2021 WATER MAIN LEAK
R�PAII2 COIYTRACT
City Project No. 103327
d
32]723-2
PAVEMENT N�A1tK1NGS
Page 2 of l 1
1
2
3
4
5
b
7
8
9
10
11
12
1�
]4
15
16
l7
18
19
20
21
22
23
24
25
2.6
27
28
29
30
31
32
33
34
35
3b
37
�8
39
�14
41
42
43
44
45
46
�7
�l8
3
4.
5.
�
1) Measurement for this Itern shall be per each Legend installed.
b. Payment
1) The work perforined and materials furnished in accardance with tliis Item
shall be paid for at the unit price bid pe�' each "Legend" installed for:
a} Various types
b} Va��ious applications
c. The pi•ice bid sha11 incIude:
1) Znstallation af Pavement Marking
2} Glass beads, �vhen required
3) Surface preparation
4) CIean-up
5} Testing
Raised Markers
a. Measurement
1) Measureinent for this Item sha11 be per each Raised Marker installed.
b. Payrnent
1) The wark perforrrted and materials furiiished in accordance with th�s Item
shall be paid for at the unif price bid per aach "Raised Marker" installed for:
a} Various types
c. Tl1e price bid shall include:
1) Installation of Raised Markers
2) Suriaee preparation
3) Clean-up
4) Testir�g
Work Zone Tab 1Vlarkers
a. Measurement
1) Measurement for this Itern sha11 be per each Tab Marker instal�ed.
b. Payment
1) The woi•k perfoamed and materials furnisheri in accordance with tkais Itezn
sl�all be paid for at the unit price bid per each "Tab Marker" installed for:
�� v�l'14U5 ��]0S
c, The price bid shall 'anclude:
1) Installation of Tab 'VJark Zone Markers
Fire Lane Markings
a. Measurement
1) Measurement far this Item sha�i be per the linear fooi.
b. Payrnent
I) The work performed and materials fi�rnished in accordance with this Item
and zneasured as pxavided under "Measurement" shall be paid for at the unit
price bid per linear foat of "Fire Lane Marking" installed.
c. The price bid shall include:
I ) 5urface preparation
2) Clean-up
3} Testing
Pavement Marking Removal
a. Measua•emant
1) Measure for this Tfem shall b� per linear foot.
b. Payment
CITY OF FORT WORTH
STANDARI7 CONSTRUCTION SPECIFICAI'ION DOCT TMENTS
Revised November 22, 2013
202] WATERMAINLEAK
REPAIR CONTRACT
City Project No. 1d3327
321723-3
PAVk.MEi�IT MAItK1NGS
Page 3 of 11
1
2
3
4
5
b
7
S
9
10
11
12
l3
14
I5
16
17
18
19
2Q
2i
22
23
24
25
26
27
28
29
30
1) The work performed and materials fi�rnished in accordance wiih this Item
at�d zneasured as provided under "Measuz'einent" shall be paid for at the unit
p�ice bid per linear foot ai"Remove P�mt Marking" performed fo�':
a} Various widtlis
c. Th.e price bid shall include:
l} Remaval of Pavement Markings
2) Clean-up
Raised Marker Removal
a. Measurement
1) Measurement for this ite�n shall be per each Pavement Marker removeci.
b. Payment
1) The work pez-for�ned and materials fiirnished iz1 accordance wifh this Item
shall be paid for at t�e �nit price bid per each "Ramove Raised Marker"
performed.
c. The price bid shall include:
1) Re�noval af each Marker
2) Disposal of removed materials
3) Clean-t�p
Le�end Retnoval
�. Measur�inent
1) Meas�ure for this Item shali be per �;ach Legend remaved.
b. Payznent
1} The work performed and �naterials furnished in accordanee with this Item
and measured as pro�ided under "Measuremeni" shail be paid for at the unit
price bid per linear foot of "Ramove Legend" performed for:
a) Various types
b) Various appiications
c. The price bid shall include:
1) Removal of Pavement Markings
2) Clean-up
7
8
31 1.3 REFE�tENCES
32 A. Reference 5tandards
33 1
34
35
�s
37
38
39
�a
4l
42
43
44
45
46
47
Reference standards cited in this 5pecification refer to th.e c�rrent reference standard
p�blished at the tiz�ne a�the latast revision date logged at the end ofthis
Specification, unless a date is specifically cited.
Texas Manual an Unifoxm Traffic Control Devices TCD 2011 Edition
a. Part 3, Markings
American Associatio�� o£ State Hi wa and Trans ortation Oificials AASHTO
a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09
2.
3.
4. Federal Hi�hwa;v Administration (FHWA)
a. 23 CFR Part 655, FHWA DocketNo. FHWA-2QQ9-Q139
5. Texas D�parttnent of Transportation �'I'�OT)
a. DMS-4200, Pa�ement Marke.rs (Reflectorized)
b. D1VIS-4300, Traffic Buttans
c. DMS�822d, Hot Applied Thermoplastic
d. DMS-8240, Permaneni Prefabricat�d �'avement Markings
e. DMS-8241, Removable Prefabricated Pavement P�Iarkings
CITY OF FfJRT WpR'I`H
STANDARD CONSTRUCTIQN SPECIEICATION DOCUMENTS
Revised Tiovember 22, 2013
2621 WATER MAIN LEAK
REPAIR CONTRACT
City Praject 1Vo. 1Q3327
�2 »z3-4
PAVEMEN'T MARKTNGS
Page 4 of 11
1 f. DMS-8242,. Temporary Flexible-Reflective Road Marker Tabs
2 1.4 ADMIN�STRATI�E REQUIREMENTS [NOT ilSED]
3 1.� SUBMXTTALS
4 A. Subinittals shall be in accordance with Section O1 33 00.
5 B, All submittals shall be approvecE by the City prior to delivery and/or fabrieatiozi far
6 specials.
7 1.6 ACTION SUBMITTALS/INFORMATIONAL �UBMITTALS [NOT USED]
8 1..7 CLOSEOUT SUBMITTALS [NOT II�ED]
9 1.$ MAINTENANCE MATERIAL �UI�MITTALS [NOT USED]
Ip 1.9 Qi7ALIT1' ASSURANCE jNOT U�ED]
11 �.10 DELNERY, STORAGE, AND HANDLING
I2 A. Storage and Handling Requi��einents
13 1. The Contractor �hall seeut'e and maintain a location to store the materia] in
14 accordance with Section 01 50 Oa.
15 1.11 FI�LD [SITE] CONDTTX4NS [NOT US�D]
16 1..12 WARRANTY [NOT USED]
17 �ART 2 - PRODiTCTS
18 2.1 OWNER�SUPPLIED PRODUCTS
19 A. New Praducts
20 l. Refer to Drawings to determine if there are owner-supplied p�•oduc.ts for tI�e Project.
21 2.2 MATERl A C.S
22 A. Manufacturers
23 1. On1y the manufacturers as listed an the City's Standard Products List will be
24 considered as shown in Section Ol 60 00.
25 a. `I'he manufacturer must �ornply with tk�is Speci�cation and related 5eciions.
26 2. Any product that is not Iisted on the 5tandard Products List is considered a
27 substitution and shall be submitted in accprdance �vith Section O 1 25 D0.
28 B. Materials
24 1. Pa�ernent Maz'kings
30 a. Thermoplastie, hot applied, spray
31 l} R�fer to Drawings and City Standard Detail Drawings for width of
3� longitudinallines.
33 2) Product shall be especially coinpounded for iraffic markings.
34 3) When pl�ced an the roadway, the zn.axkings shall not be sIippery when wet,
35 lift from pavement under narmal weather conditions nor e�ibit atacky
36 e�pos�d surface,
CITY OF FdAT WOEtTH 2O21 WATER MAIN LEAK
STAN]]Al2D CONSTRUCTION SPECIFICATTO7V DOCUMENT$ REPAIIt CONTRACT
Revised Nouember 22, 2013 City Praject No. 1 Q3327
321723-5
PAV�:MENT MI�RKINGS
3
�
5
6
7
8
9
10
lI
12
1.3
14
15
16
17
18
19
20
21
22
23
24
2S
26
27
28
29
30
31
32
33
3�
35
36
37
38
39
40
41
42
43
44
45
4b
47
48
49
Sfl
Page 5 of l 1
4) Cold ductility of the inaterial shall perinit nornnal road sw'face expansion
and con�ractian withnut chippzng o r erac�ing.
5) Tha maj'kings shall retain theiz' oz'iginal color, dimensions and placemei7t
under normal traffic condations at road surface temperatures of 158 degre�s
Fahrenhelt axid below.
6) Markings shall have unifoz'tn cz'oss-section, clean edges, syuare ends and na
evidence of tracking.
7) The density and quality of the material sha11 be uniform throughoui ihe
markings.
S) The thickness shatl be uniform throughout the length and width af the
markings.
9) Tha rnarkings shall be 95 percent free ofholes and voids, and fi�ee of
blisters for a minimum of 60 days after application.
10) The material shall not deteriorate by contact with sodium chloride, caIcium
chloride or other chemicals �ased to prevent roadway iee or because of the oil
cantent of pavemenf markin.gs or from ail droppings or other effects of traffic.
11} The rnaterial shall not prohibit adhesion of other thermoplastic markings if,
at soine future ti�r�e, new markings are placed over exis�ing material.
a) New material shaIl bond itself to the old line in such a r►�at�ner that no
splitting or separation takes place.
12) The markings placed on the roadway shall be completely retrorefi�ctive
both internally and externally with traffic beads and shaIl e�ibit unifarm
retro-directive reflectance.
I3) Tr�c 6eads
a) IVianufactured from gIass
b) Spherical in shape
c) Essentially free of sharp angular pa�rticles
d) Essentially free oiparticles showing cIoudi�ess, surface scaring or
surface scratching
e) Water white in calor
� AppIied at a uni�artn rate
g) Meet ar exceed Specifications shown in AA5HT0 Standard
Speci�ication far Glass Beads Used in Pavement Markings, AASHTO
Dasignation: M 247-49.
b. Thez'moplastic, hot applied, e�truded
1) �'roduct shall be especially eampounded for traffic markings
2} When placed an the roadway, the markings sha11 not be slippery when wet,
lift fram pavement under normal weather conditions nor e�ibit a tacl�y
exposed surface.
3) Cald ductility of the material shali permit normal raad surface axpansion
and contraction without chipping or cracking.
�) The markings shall retain their originai color, dimensions and placement
under normal traffic conditiflns at xoad surface temperatures af 3 58 degrees
Fahrenheit and beIow.
5} Markings shall have uniform cross-section, clean edges, square �:nds and nn
evidence of tracking.
6) 'The density and quality of the maierial shall b� uniform thraughout the
markings.
7) The thickness shall be uniform throughout ilze length and width of the
markings.
CTTY OF FORT WORTH
5TAI�TDARD CONSTRUCTIDN SPSCIFICATION DOCUMENTS
Revised November 22, 2013
2021 WATER MAIN LEAK
T�PAIIt CONTRAC'I'
City ProjectNo, 103327 .
321723-6
PA'V�MENT MAR.KINGS
Page 6 vf 11
1 8) Tlae markiz�gs shall be 95 percent free of holes and voids, and free of
2 blisters fox a minixnu�n of b0 days after application.
3 9} The ininimum thickness of the zr►a��king, as measured above the plane
4 formed by the pavement surface, shaA not be Ies� than 118 inch in the centez'
S of ihe marking and 3/32 inch at a distai�ce of %s inch from the edge.
6 10) Ma�xirnum thickness shall be 3/16 inch,
7 ] 1) The material shall not deteriorate by contact vtrith sodium chlarfde, calcium
8 chlot�ide az` oth�r chemicals used to prevent raadway ice or because of the aiI
9 content of pavennent markings or from oil droppings or other effects of trafr'�c.
10 12) The material shall zlot prohibit adhesion of other thermoplastic markings if,
I 1 at some f�.ture fime, n�w markings are placed over existing �naterial. New
12 materia] shall bond itsel�'to the ald Iine in such a inanner that no splitting or
13 separation takes pIace.
14 13) The marltings placed an fhe rnadway shall be completely retrorefIective
15 both internalIy and external�y with l;ra�Ffic beads and skaalI exhibit uniform
16 retro-directive reflectance.
17 14) Traffic beads
18 a} Mattufactured from glass
19 b) Sphericai it� shape
20 c) Essentially free of shaap angular particles
21 d) Essentially free o�particles showing cloudiness, surfaee scoring ar
22 surface scratehing
23 e) Water white in color
24 � Applied at a uniforni rate
25 g) Me�t or exceed Specifications shown in AASHTO Standard
26 Sp�ci�'ication for Glass Beads Used in Pavement Markings, 1�ASHT�
27 Designation: M 247-Q9.
28 c. Preformed Polymer Tape
29 1) Material shall meet or exceed the Specifications for SWARCO Director 35,
30 3M High Parformance Tape Series 3801 �,5, or approve:d equal.
31 d. Freformed Heat-Activated Thermoplastic Tape
32 1) Material shall meet or exceed fhe Speci�cations for HQT Tape Brand 0,125
33 mil pre%rmed tihermoplastic or approved equal.
3�4
35
36
37
38
39
40
41
42
43
�4�
�5
46
47
48
2. Raised Mai•kers
a. �1�Iarl�ers shal] meet the requirements ofthe Texas ManuaI on i7niform Ttaffic
Control Devices.
b. Non-reflective markers shall be Type Y(yellow body} and Type W(white
body) round ceramic markers and shaIl �neet or exceed the TxDOT Spacification
DMS-430D.
c. The reflective markers shall be plastic, meeti pr exceed the TxDOT
Specificatian DMS-4200 for high-volume retrore�ieet[v� raased markers and be
available in the %llowing types:
i) Type I-C, white body, 1 face reflects white
2) '�'ype IZ-A-A, yeIlow body, 2 faces reflect amber
3) Type II-C-R, white body, 1 face reflects �vhite, the other red
3. Work Zone 1blarkings
a. Tabs
CITY OP FORT WDRTH 2O21 WATER MAIN LEAK
3TANDARD CON3TRCJC"1']ON SPECITTCATIQN DOCUMENTS R�PAIR CONTRACT
Revised Navem6er 22, 2013 City Prajeet No. ] 03327
32 17 23 - 7
PAVEMENT MARKIIVGS
Page 7 of 11
1
2
3
4
5
G
7
8
9
l0
ia
c.
L) Temporary flexible-reflecti�e roadway marker tabs shall meet requirements
of TxD�"I' DM�-8242, "Temporary Flexible-Reflective Road Mar�er Tabs."
2) R�inovable markings sha11 not be used Co simulate edge lines.
3) No segtnent of roadway open to traffic shall remain without permaneni
pave�x�ent �narkings far a period greater than 14 calendar days.
Raised Mar�ers
1} All raised pave�nent marlc�rs sha11 meet the requirements ofDMS-420D.
Striping
1) Work Zone striping shall meet or exceed the TxDOT Specification DMS-
$200.
11 2.3 ACCE�SORIES �NOT USED]
12 2.4 SOIIRCE QUALITY CONTROL
I3
I4
1s
A. Yerforma.nce
1. Minimurrz maintained retroreflectivity levels far longitudinal markings shall meet
the requirements detailed in th.e tahle below %r a minimum of 30 cale�dar days.
Posted S eed m h
< 30 3� — 50 >_ 55
I6
17
18
19
20
21
22
23
2-lane roads with centetline � �a I 140 � 250
Al� �ther roads 2) n/a Sd I00
(1) Measured at standard 30-m geometry in units of mcd/m2/1ux.
(Z) Exceptions:
A. When raised reflective pavement tnarkings (RRPMs) supplement or snbstitute for a
longitudinal line, rninimum pavenient marking retroreflectivity levels are not applicahle as
long as fhe RRPMs are maintained sa that at least 3 are visible from any position xlong that
line during nighttime condifions.
B. Whan canfinuous roadwaq ligiiring assm•es that the markings are visible, minimum
pavement marking retroreflectivity Ievels are not applicable.
24 PART 3 - EXECi1TION
2S 3.1 EXAMINATION 1NOT USED]
26 3.2 PREPARATI�N
27 A. Pavement Con.ditions
28 1. Roadway surfaces shall be free of dirt, g;rease, loose antilor flaking existing
24 �narkings and other forms of contarnination.
30
31
32
33
34
35
36
37
2. New Portland cement concrete surfaces shall be cle�aned suffieiently to remove the
curing membrane.
3. Pavement: to which material is to be applied shall be completely dry.
4. Pavement shall be considerad dry, if, on a sunny day after observation for 15
minutes, no condensation de�elaps an the underside of a 1 square foot piece of clear
plastic that has b�en pIaeed an the pavement and weighted on the edges.
5. Equipment and methods useri for surface preparation shall not damage the paveznent
or present a hazard ta matorists ar pedestrians.
C1TY OiP FOIt'�' WOZtTH
STANDARD CONSTRIIC'ITON SPECIFICATIOM DOCi.TMENT5
Revised November 22, 2013
2021 WA'T�R MAIN LEAK
REPAII2 CONTRACT
CityProjectNo. L03327
321723-8
P�tVEM�N7' MAI2KINGS
Page 8 of l l
1 3.3 iNSTALLATxON
2 A. General
3 l. The �naterials shall be appli�d accarding ta the tztanufacturer's recominendations.
4 2. Markings and markers shall be applie�i [vithin t�mp�raiure limits recommended by
5 the znaterial manufacturer, and shall be applied on clean, dry pav�zncnt having a
b surface temperatt�re above SO degrees Fahrani�eit.
7 3. Maf•kings t��at are not pro�arly applied d�e to faulty applicatian methods oz• b�itag
8 pIaced in the wrang; position or alignment s1iall be re�noved and repIaced hy tl�e
9 Contractor at the Contracto�•'s axpense. If the mistake is such that it would be
10 confusing or hazardous ta motarists, it shall be remedied the same day of
11 notificatiotz. No#itication wi11 be inade by pY�one and confirmed by fax. Other
12 inistaE�es shal] be reme.died within 5 days a� writte�� r�otification.
13
14
15
I6
I7
IS
19
2p
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
�0
41
42
43
44
45
4. When markings are applied on raadways open to trafFc, cara will be taken �o ens�u•e
that proper safety precautions are followed, includir�g the use of signs, cones,
barricades, f�aggers, etc.
5. F'reshly applied markings sha11 be proteet�d from traffic damage a�ad dis�gurement.
6. Temperatz.tre of the material znust be eqEtal to the te�nperature af the raad surface
befare allowing traff c to trauel on it.
B. Pavement Markings
2.
3.
TherinopIastic, hot applied, spray
a. T'his m�thod shal] be used t� install aaad ��eplace long lines — centerli��es, lane
lines, edge lines, tuen laues, and dots.
b. Markings shall be applied at a 110 mi1 fhickness.
c, Markings shall be applied at a 90 mil thickness when placed over axistiz�
markings.
d. A sealer shall be usad if concreta or asphalt is older tha31 ihree (3) years.
e. Typical setting �ime shall be between 4 rrunutes and 10 minutes depending
upon the roadway surfac� terzaperature and the humidity factor.
% Retroreflective raised markers sha11 be used to supplement the centerlines,lane
lin�s, and turn Ianes. Refer to City Standard Det�il Dz'awings for placement.
g. Minimuin retroreflectivity of markings sh�11 maet ar exc�ed values shown in
subparagraph 2.4.A.1 of this Speci�cation.
Thermoplastic, hot applied, extruded
a. This method shall be used to install and replace erosswatks and stop-lines.
b. Markings shall be applied at a 125 mil thickness.
c. Minimum retroreflecYivity of marlcings shall ineet or exceed values shawn in
this Specification,
Preformed Foly�ner Tape
a. This method shall be used to install and replaee crasswalks, stop-lin�s, and
legends.
b. T'he appli�d marking shali adhere to the pavement surface vuith no slippage or
lifting and have sqaare ends, straighti lines and clean edges.
c. Minimum retrat'e�i�ct�vity of markings sha11 meet ar exceed values shawn in
this Specification,
4. Prefarmed Heat-Activated Th�rmoplastic Tape
C1TY OF FQRT VJORTH 2O21 WATSR A�fAIN LEAK
STAND�RD CONSTRUCTION SPECIFICATT4N DOCUMENTS REPAIl2 CONTRACT
Revised November 22, 2Q l3 City Project No. 103327
321723-9
PAVIiIVI6N'I' ivIARKINGS
Page 9 of I I
J
�
1
2
3
4
5
b
a_ This method shaIl be used to insiall and r�place crosswalks, stop-lines, and
legends.
b. The applied tnaa�king shall adhere to �he pavement surface with no slippage or
lifting and have squaz�e ends, straight lines and clean edges.
c. Minimurh r�trore£IEctivity of markings s�all meet or exceed values shown in
this Specification.
7 C. Raised Markers
$ 1. AIl permanent raise.d pavetnent markers on Poi�tiand Cement roadways s�all ba
9 installed with epaxy adhesive. Bituminaus adhesi�+e is not accegtable.
10 2. All perrrzanent raised pavement markers on new asphalt roadways inay be installed
11 with epoxy ar biYuminous adhesive.
12 3. A chalk lzne, chain ar equivalent shall be used during Iayout to �nsttre that
13 individual markexs are properly aligned. A11 markers sha11 be placed uniforinly
14 alang the line to achieve a smooth continuous appeaxance.
15 D. Woxk �one Markings
16 1. Wark shall ba performed with as little disruption to trafiic as possible.
17 2. InstaIl longitudiiial markings on paverne�lt surfaces before apening Ya traffic.
18 3. Maintain l,ane alignment traffic eontrol devices and operations uniii markings are
19 installed.
2fl 4. Install markings in propez• alignment in accordance with the Texas MCITCD and as
21 shown on tl�e Drawings.
22 5. Place sfandard longitudinal lines no sooner than 3 calendar days a�ter the placement
23 of a surface treatment, unless otherwisa shown on the Drawings.
24 6. �lace markings in proper alignrnent with the location oithe final pavement
25 markings.
26 7. Do not use raised pavement markers for words, ,symbols, s�apes, or diagonal or
27 transverse Iines.
28 $. All markings sha]i b:e vi5i61e from a distance of 300 feet in dayligl�t conditions and
29 frorn a distance of at least 16Q feet in nightfiime conditions, ijluminated hy low-beam
30 autamobile headlight.
31 9. The daytime and nighttime raflected color of the znarkings must be distinctly white
32 or yeliow.
33 10. The markings must exhihit uniform reiroreflective characteristics.
34 11. Epoxy adhesives shall r�ot he used to work zone markings.
35 3.4 REMOVAL�
36
37
38
39
40
41
42
L Pavement Maricing and Marker Removal
a. The industty's best practice shall bE used to xemave existing pavement
rnarkings and mar�Cers.
b. If the roadway is being damag�d during the marker removal, Work shall be
halted until consultation with Yhe City.
c. Removals shall b� done in such a matter that color and texture cor►trast oith�
pavement surface will be held to a minimum.
CTTY OF FORT W�RTfi
S`PANDA� CON5TRi7CTION SP�CIPICATION DpCiJMENTS
Revised November 22, 2013
2021 WATERIvIAIl+1LEAI£
1tEPAiR CONTRACT
Ciry Project No. 103327
�
32 17 23 - ] p
PAVEMEI�1' MAItKCNGS
10
11
12
13
14
15
1G
17
1&
19
20
2]
22
23
24
25
26
27
28
29
30
Page ] 0 oP 1 ]
d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., grea#er than
'/4 inch in deptk�. resulting from the removal of pavement markings and inarkers.
Driveway patch asphalt emulsinn tz�ay b� broort� agplied to reseal damage ta
asphattic surfaces.
e. Dispose of ma.rkers in accordance wifh federal, stat�, and local regulations.
f. Use any of the following inethods unless otherwis� shown on th� Drawings,
1) Sui•face Treatment Method
a) Apply surface treat�nent at rates shown on the Drawings or as directed.
Place a surface ixeatment a minimum of 2 feet wide ta cover the existing
marking.
b} Place a suz�face treatrnent, thin overlay, or microsurFacing a minimuir�
of 1 kane in widtl7 i n ar�as where directional changes of traffic are
involved or in other areas as direct�d by th.e City.
2) B�rn Metl�ad
a} LTse an approved burning �nethod.
6) For thermoplastic pavement inarkings or prefabricated pavement
markings, heat may be applied to remove the bulk of the marking material
prior to blast cleaning,
c) Wh�n using heat, avoid spalling pavernent surfaces.
d) Sweepirtg oz� ]ight blast cleaning may be used to remove minor i•esidue.
3) Blasting Method
aj Use a blasting methad such as water blasting, abrasive 6lasting, water
abrasive blasting, shot blasting, slurry blasting, watar-ii�jected abrasive
blasting, or brusl� blasting as approved.
b) Remove pavement markings on concrete surfaces by a blasting method
aril}�.
4) Meckaar�icaI Metl�od
a) Use any mechanical method except grinding.
b} Flail milling zs acceptable in the retnoval of markings on aspl�alt and
con�rete surfaces.
31 2. If a location is to be paved over, no additional compensation will b.e allowed %r
32 �narking or marker removal.
33 3.5 REPAIR / RE�TORATION [NOT US�D]
34 3.6 R�-iNSTALLATION [NOT U�ED]
3S 3.7 FIELD QIIALITY CONTROL
36 A. Ail lines inu,st have clean edges, square ends, and be uniform cross-section.
fc3/l
38
39
B. The dansity and quaiity of markings shall be uniform throughout their thickness.
C. The applied markings shaIl have no more than 5 percent, by area, of holes or voids and
shall be free of blisters.
CTl'Y OF FOTt'i' WQRTH 2O21 WATER MA7N LEATC
STAN�ARD Cf]NSTRUCTION SPECIFIC�TIQN I�OCUM�]VT3 ItEPAIR CO]�TRACT
Revised November 22, 2013 City Pcpject No. 1Q3327
32 17 23 - 11
PAVEMENT MAAKINGS
Page I 1 0£ l 1
1
1 3.8 SYSTEM STARTUP [NOT U�ED]
2 3.9 AD,TU�TING [NOT IIS�D]
3 3.10 CLEAIVING
4 A. Contractor shall clean up and reinove alI loose material resulting fi•orn construction
5 operations.
6 3.11 CLOSEOUT ACTiVITIES [NOT USED]
7 312 PROTECTION INOT USED]
8 3.13 MAINTENANCE [NOT U�ED]
9 3.14 ATTACHMENTS [NOT USED]
10
11
�
1
� 12
1
�
�ND OF SECTION
Revision T.a.g
DATE NAME SUMMARY OF CHA.NGE
11/22/13 S. Arnold Removed paint type marking, updated a•eferences, added sealer language
C1TY OP FOR�' WQRTfi
STAN�ARD CONSTRUCTl01V 3PECLFICA'FIDN DOCUMENTS
Kevised November 22, 2013
2p21 WA'I�R MA�I LEAK
LtBPAIR CON'I'RACT
Ciry ProjecE No. 103327
�
323113-1
CHAIN LINK FEI�TCE AND GATES
Page 1 of 7
1
2
SECTI()N 32 31 13
CHAIN LIhIK FF.NCE AND GATES
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6
7
8
9
1Q
11
12
13
14
15
Ib
I7
18
19
20
I. Galvanized coated chain link (non-security) fencing and acc�ssoz'ies in accnrdance
with the City's Zoning Ordinance.
2. Wraught iron fenczng and accessori�s
3. SteeI tube fencing and accessories
4. �n t�tiIity projac#s:
a. When existirig fence is within tne projec� Site (i.e. parallel fo the utility trench
�ndlor within utility easement) and is directly disturbed by construction
activities, fencrng wi11 be paid far as listed in Article 1.2 below.
b. When existing fence is crossing the proposed utility irench, the work performed
and materials furnished in accardance wiih fence replacement will be
considered subsidiary to the trench and no other coznpensation will be allowed.
c. When existing fence is outside ofthe limits ofthe project Site or �s identified as
profiected on the Drawings and is disturb�d andlor by construction activities,
replacement will be at the expense of the Contraetor and no other compensation
will l�e allowed.
2I B. Deviations from this City of Fort Worth Stanciard Specification
22 1. �'ar Miscellancans Water and Sewer Contracts, feuce repairlrep�acernents
23 shall be subsidiary to the price bid per linear foot of pipe. Na additiional
24 compensation will be al[owed.
25 C. Related Sgecification Sections include, but are not necessariiy limited to:
2b 1. Division 0- Bidding Requirexn�nts, Contract Forms, and Conditiot�s of the Contract
27 2. Division 1- General Requirements
28 ].2 PRICE AND PAYMENT PROCEDURES
29
30
31
3z
33
34
35
36
37
38
39
40
41
42
43
A. MeasLirement and Paymant
1. Chain Link Fenc�
a. Measurement
1) Measurement for this Item shall be by the linear foot of Chain Link Fence
installed.
b. Fayment
1) The �vork performed and ma#erials furnished in accordance with this Itetn.
and �neas.ured as provided under "Measurement" wijl be paad fox at the unit
price bid per linear faot of Chain Link Fence insialled for various:
a) Heights
b) Fabric materials
c. THe prlce bid shall include:
1} Furnishing and installing alI fence and gate materials
2) Mow strip, if shown in Drawings
3) Cleanup
CIT7C OI' FOItT WQRTH
STANDARD CONSTRUCTION SPSCIFICATION DOCLIMENTS
Revised Dece�nber 20, 2012
2021 WATL12 MAIN LHAK
1tEPAIR CONTRACT
City Project No. 103327
323113-2
CHAIN LINI� FENCE AND GATGS
Page 2 nf 7
1
2
3
4
5
6
7
8
9
10
1]
12
13
14
15
16
17
18
19
2D
21
22
23
24
zs
26
27
28
4) Hauling
2. V4rrought Iron Fenee
a. Measurement
1) Mea�urement for this Item shall be by the linear foat of Wrought Iran
F�nce instailed.
b. Payanent
1) The work p�i��ormed and materials furnished in accai•dance with this Item
and measured as pravided unde:r "Measuz-�ment" will be paid for at the unit
price bid per linear foot af Wrought �rora Fence installed for various
heights.
c. The price bid shall include:
1) Furnishing and installing all fence and gate ina:terials
2) Mow st��ip, if shown in Drawings
3} Cleanup
4} �Taulit�g
3. Steel Tube Fence
a. Measu��ement
1) Measuremenf: far this Item shall be by the linear foot of Steel Tube Fence
installed.
h. Payment
1) The work performed and materials furnished in accordaz�c� with this Itein
and measured as provided under "Measurement" will be paid for at tha unit
pz'ice l�id per linear foot of �#eel Tube Fence installad fox various heights.
c. The price bid sl�all include:
1) Furnishing and installing all f�nce and gate materials
2) Mow strip, if �ho�uvz� zn Drawiz�gs
3) Cleanup
4) Hauling
29 I.3 RETERENCES
30
3�
32
33
34
35
3G
37
38
39
40
�11
42
43
44
45
46
A. Reference Standards
1. Refe�•ence standards cited ir� this spe.cification refer to the current reference standard
published at the time of the latest revision date log�ed at the end of this
specificatian, unless a date zs specifically cited.
2. American Society for'1"esting and MateriaJs (ASTM):
a. A 36, �tandard Specificatian �az' Carbon Structural Steel
b. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iran
and Stee1 Products
c. A 392, Standard Specification for Zino-Coated Steel Chain-Link Fence Fabric
d. A SQa, Standard Speci#ication for Cold-Formed ViTelded and Seamless Carbon
St�el Struciural Tubing in Rounds and 5hapes
e. F�26, Standard Specification for Fence Fittings
£ F 1043, Standard Speci�'ication for Streng�i and Protective Coatings on Steel
Industrial Chain Link �'ence F:razziework
g. F 1 D83, 5tandard �pecifica#ion for Pipe, Stecl, Hot-Dipped Zinc-Coated
{Galvanized) Welded, for Fenee Struetures
h. r 1183, Speci�cation �or Aluminnm Allay Chain Link �'ence Fabric
CITY pF FQRT WORTI-I 2Q23 WATER NfAI�1 LEAK.
S'TANDARL? CONSTRUCTIDN SPECIFICATION DpCU]VfGNTS Ei�PAIR C�NTRACT
Revised December 20, 2012 City i'roj ect No. ] 03327
323113-3
CHAIN LINK FEI+iC� AtJD GA'fES
Page 3 of 7
T
�
�I
�
1
2
3
4
5
6
7
a
9
10
1I
12
l3
14
i5
16
17
18
19
2�
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
�1
]..4 ADM�NYSTRATIVE REQUIREMENTS [NOT II�ED�
1.S ACTION SUBNIITTALS
A. Shop drawings
1. Layout of fences and gates with diinensions, details, and finishas oi compon�nts,
accessories and post fou��dations if requeste.d by the City.
B. Product data
�. Manufacturer's catalog cuts indicating material compliance and sp�cifed optians.
1.6 ACTION Si.TBMITTALS/INFORMATXONAL SUBMITTALS [NOT iTSED]
1.7 CLOSEOUT SURMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMXTTALS [NOT iTSED]
1.9 QUALITI' ASSiTRANCE [NOT IISED]
1.1p DELIVERY, STORAGE, AND HANDLZNG [NOT iTSED]
l.11 FIELD [SITE] CONDITIONS [NOT iT�ED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-�'URNI�HED [NOT USED]
2.2 MANUFACTiJRED UNITS 1 MATERIALS
A. Manufacturer
l. Minimum of 5 years of experience manufacturing galvanized coated chain link
fencing.
2. Approved Manufacturer or equal:
a. Allied Fenc�, Ine.
b. American Fence Carp.
e. Anchor �ence, Ine.
d. Master Ha1ca,Inc.
B.. Materials
1. Chain Link Pence
a. General
1) �osts, gate frames, braces, rails, stretcher bars, truss rods �d tension wire
shall be of steel.
2) Gate hinges, post caps, barbed wire supparting arms, stretcher bar banas
at�d other parts shall be of steel, malleable iron, ductila iran ar equal
3) Post taps, rail end, ties and clips ntay be of aluminum.
4) Use only new material, or sal�agedlexisting material if approved by City or
nnted on Drawings.
b. Steel Fak�ric
I) Fabrie
a) No. 9 gauge
b) 2-inch mesh
(1) Commercial: both top and bottorn selvages twisted and barged
Residential: match exis#ing or both Yop and bottom selvages knuckled
CTTY OF FORT WOIZTkI
5'I'A1VL]ARD CONSTRUCTION SP�CIFICATION DDGiJMEiYT5
Revised Decem6er 20, 2.012
2p21 WATER MAIN LEAK
I2EPAIR CON`I"RACT
Ciry Project No. 103327
I
a2ai �3-a
CHAIN LINK FENCE ANIJ GAT�S
Page 4 oF7
2
3
4
7
8
9
10
11
12
13
14
15
16
17
18
14
20
21
22
23
24
25
26
27
28
29
�o
31
32
33
34
35
36
37
38
39
4�
41
42
43
�
45
4b
47
48
49
50
c.
e.
(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.
Aluminum Fabric
1) I'abric
a} ASTM F T 183
h) No. 4 gauge
c) 2-inch t�aesl�, with both top and bottom selvages twisted and barged.
d) Furnish I-piec� fabric widths.
Steel Framing
1) �teel pipe - Type I
a) ASTM k' 1083
b) �tandard weight schedule 40
c) Minimum yield strength: 30,OOp psi
d) Sizes as indicated
e) Hot-digped galvanized with ini��imuin average I.8 ozlitz of coated
surface area
2) Steel p�pe - Type II
a) ASTM F 1 Q43, Group IC
b} Miniinuin yield strength: SO,OQO psi
c) Sizes as indicated on Dr.a�wings
d) Protective coatir�g per ASTM F I043
(1) External coating Type B
(a) Zinc with organic overcoat
(b) D.9 ozlft� minimum zinc caating with chromate canversion
coating and verifiable po.lyrner film
(2) Internal caaiing Type B
(a) Minimum 0.9 ozJft� zinc or Type D, zinc pi�nen�ed, 81 percent
n.oininal coa�ing, zniniinum 3 rnils
3} Formed stee] ("C") sections:
a) Roll forrried steel shapes co�nplying with ASTM F 1043, Group II
b) Mirumum yield strength: 45,000 psi (310 MPa)
c) Sizes as indicated on Drawings
d) Exteri�al coatin� per AST1uI F 1043, Type A
(1) Mi:niinurr� average 2.0 oz/ft� ofzinc per ASTM A l23
4) Steel square seekions
a) ASTM A 500, Grade S
b} Minimurri yield strength: 40,OOQ psi
c) Sizes as indicated an Drawings
d) Hot-dipped galvanized with minimum 1.8 ozlf�a of eoated sGtrfac� area
Accessories
1) Chain link fence accessories
a} ASTIVI F b26
b) Provide ite�nns requir�d to complete fence sys�em.
c} Gal�anize each ferrou€s rnetal item and �nish to match fra�ning.
2) Post caps
a) Farmed steel or cast malleable iron weather tight clos�re cap for
tubular posts.
b) Provide 1 cap for each post.
c) Cap to have pro�ision for barbed wire when nacessary.
CITY OF FOAT WQRTH
9TANDARD CONSTRUCT'[ON 3PT,C3I'ICATI4N DOCUMENTS
Re�ised December 20, 2012
2p21 WATER MA[N LI;AK
REPAIlt CONTRACT
City Projeet No. 1 Q3327
323i 13-5
CIiAIN l,INK FENCE A3dD GAT�S
Page 5 of'1
1
2
3
4
5
6
7
8
9
10
11
I2
i3
14
15
16
17
18
19
zo
21
22
23
24
25
26
27
28
29
�a
31
32
33
3�4
35
36
37
38
39
�FO
41
d) "C" shaped line post without top rail or barbed wjre sLtpporting ,arms do
not reqtzire post caps.
e) Where top rail is used, provide tops to permzt passage of top rai1.
3) Top :rail and rail ends
a) 1 51$ inch diameter galvanized round pipe for 1lorizontal railing
b) Pz'essed steel per ASTM F62b
c) For connection of rai] and braee to terminal posts
4) Top rail sleeves
a} 7-inch expansion sleeve with a nr►inimum 0.137 inch wire diameter and
I.80 inch length spring, allowing fpr expansian and contraction oftop
rail
5} Wij•e ties
a) 9 gauge galvanized steel wire far attachrr►ent of fabric to jine gosts
b) Double wrap 13 gauge for rails and braces.
c) Hog ring ties of 12-1/2 gauge for attachment
G) Bj�ace and tension (stretcher bar) bands
a) Pressed steel
h) Minim�rn 300 degrea profile curvature for secure fence post attachment
c) At squaa�e post provide tensian bar clips.
7) Tension (stretcher) bars:
a} 1 piece len�hs �qual ta 2 inches less than fuli height o� fabric
b} 1Vlinimuin cz-oss-section of 3/15 inch x 3/�- inch
c) Provide t�nsion (stretcher) bars where chain link fabric meets terminal
posts.
8) Tension wire
a) Galva��ized coated steel wire, 6 gauge, [0.192 inch] dzamater wire
b) Tensiie strength: 75,OD0 psi
9) Truss rods & tightener
a) Steel rods vvith minimum diameter of 5/16 inch
b) Capable of wiihstanding a tension oiininirr�uitt 2,O�Q pounds
14} Nuts and bolts are galvanized.
2. Wraught Iron Fence: specified per Drawings.
3. 5te�] Tube �'enca; specified per Drawings.
4. �etting Materials
a. Concrete
1) Minimum 28 day compressive sfi.rength of 3,000 psi
2) Bagged concrete allowed.
b. Drive Anchors
1) Galvanized angles
2) ASTM A 36 steel
3} I inch x 1 inch x 30 inch galvanized shoe clamps to secure angIes to posts.
CPI'Y OP FORT WORTH
STANDARD CONSTR[1C'I'ION SPECIFICATION DDCUI�EENTS
Revised December 20, 2012
2021 WATER ZVIAIN LEAK
REPAiR CONTRACT
City ProjectNo. 103327
32 31 13 - 6
CHA1N LINK FENC� AND GATES
Page 6 of 7
1 2,3 ACCE�SORIES [NOT LTSED�
2 2.9 SOURCE QUALITY CONTROL [NOT US�D]
3 FART 3 � EXECUTXON
� 3.1 INSTALLERS INOT US�D]
5 3.2 EXAMINATION
6
7
8
9 3.3
10 3.4
11
12
13
14
1S
1�
17
18
19
2�
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Verification af Conditions
1. Verifiy areas to receive fencing are completed to �nal grades and elevations.
2. Ensure property lines and ]egal boundax�ies qf work are c:learly established
PR.CPARATION [NQT USED]
INSTALLATION
A. Chain Link Fence Frazning
1. Laca#e terminal post at each fence termination and change in horizqntal or verticaI
direction af 30 deg;rees or rnore.
2. 5pace line posts unifarmly at 1 Q feet on center.
3. Set a11 pasts in concreta
a. Drill holes in �rm, undist�Erbed or campacted soil.
b. Drill hale diameter 4 times greater f�atz outside dimension of post.
c. Set post boi�om 2� inches below surface when in �rm, undisturbed soi1.
d. E�cavate deeper as required for adequate support in �oft and ]oose soils, and far
pasts wiih heavy Iateral loads.
e. Place concrefe around posts in a continuous pour. Trowel finish aroL�nd post.
S1ope ta direct water away fro.rn posts.
4. Check each past far vertical and top alignment, and maintain iii position during
placement and finishing aperatio.ns.
S. Bracing
a. Install horizantal pip� brace at mid-h�ight for fenees b feet and taller, on each
side af tet'minal posts.
b. Firmly at�ach with �'it�ings.
c. Install diagailal truss rods at these points.
d. Adjust truss ro.d, enstu'[ng po,sts remain plumb.
6. Tension w.ire
a. Pravide tension wire at bot�om of fabric and at top, if top rail is not specif ed.
b, Install tension wire before stxetching fabric and attach to each post with ties.
c. Secure tension wire to fabrie with 12-1./2 gaug� hog rings 24 inches an center.
7. Top rail
a. Ins#all lengths, 21 feet
b. Connect jaints with sleeves for rigid connectians for e�pansipn/ca.ntractinn.
8. Center RaiIs far fabric height i2 feet and taller.
a. Install mid rails between posts with fittings and accessories.
9. Bottom Rails: Insiall bottom raiIs between posts with fiitings and accessories.
B. Chain Link Fabric Installation
1. Fabric
CITS' OF FORT WORTH 2O21 WATER M�1IN LEAK
STANDART7 CONSTRUCTIQN SPECIFICATION DdCUMENTS R�PAIR CO�ITRACT
Revised December 20, 2012 City Pcojeet 1Vo. 103327
3231 T3-7
CHAIN LINKEENC� AN]] GATES
Fage 7 nf 7
�
�
. 1
�
1
2
3
4
S
6
7
8
9
io
11
12
13
I4
15
16
17
i8
19
20
21
22
23
24
25
26
27
28
a. Install fabric on security side and aitach so that iabric reznains in tension after
pulling forc.e is released.
b. Leave approximately 2 incl�es hetween finish grade and bottoin selvage.
c. Attach fabric with wire ties to line posts at 15 inches on canter and to rails,
Uraces, and tension wire at 24 inches on cente��.
2. Tension (stretcher} bars
a. Pull fabric taut.
b. Thread tension bar through fabric and attach to terminal pasts with bands or
clips spaced maxiinuzn af I S inches on center.
3. Accessories
a. Tie wires: Bend ends of wire to ininimize hazard to persons and clothing.
b. Fasteners: Install nufs on side oifence opposite fabric side for added sacurity.
c. Slats: Install slats in accordance with manufacturer's instructions.
C. Wrought Iron InstalIation: instaIi per Drav;lings
D. Stee1 Tube Fence: instalI per Drawings
3.5 R�PAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT US�D]
3.7 FXELD QUALITY CONTROL [NOT i7SED]
3.8 SYSTEM STARTTTP [NOT USED]
3.9 ADJiTSTING [NOT USED]
310 CLEANING jNOT USED]
3.11 CLOSEOVT ACTIVITIES [NDT LTSET3]
3.1Z PROTECTXON [NOT USED]
3.1.3 MATNTENANCE �NOT USED]
3.1.4 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY �F CHANGE
12/20/2012 ➢. ]ohnson 1.1.A. modified to descz•ibe when City wnuld pay for f�nce replacemant on utility
projecYs
CITY OF �4KT WORTNI
STAAIDARB CONSTRUCTION SPECII'ICATION I70CUMENTS
Ravised Decemher 2Q, 2012
2021 VJATER MAIN LEAK
AEPAI[t CONTR ACT
City Praject No. 1 D3327
�
32 3126 - 1
WiRE F�NCE ANI] CyATES
Yage 1 of 6
1
2
3 PART ]. - GENERAL
� 1.1 Si]MMARY
S A. 5ection IncIudes:
6
7
8
9
1Q
11
12
i3
14
15
16
17
SECTiON 32 3126
WIRE FENCE AND GATES
I. Furnish and construct fence of barbed or smooth wire.
2. On utility projects:
a. When existing fence is within the project Sil:e (i.e. parallcl t� i�e utility trench
and/or within utility easernant} and is directly ciisturbed by construction
aciivities, fencing �vill be paid for as listed in Article �.2 below.
b. When existing fence is crossing the proposefl utiIity trench, ihe wark performed
and. materials furnished in accordance with fence replacement will be
considered sL�bsidiary to the trench a�Zd no other camperasation will be allowed.
c. When �xisting fence is outside of the limits of the pz'oject Site or is identified as
protect�d an the Drawings and is disturbed ar�dlor by construction activities,
replacemenY will be at the expense of the Coniractd�• and no other campensation
�vill be allowed.
�� � I8 B. Deviations from t�is City of Fort Warth Standard Speci�caYion
- l4 1. For Miscellaneous Water and Sewer Contracts, fence repairlreplacements
20 shall be subsidiary to the price bid per linear foot of pipe. Na add'rtional
2I compensation will be allovv�d.
22 C. Related Specification Sectians include, but ar� not necessarily limi#ed to:
23 3. D'lvision 0- Bidding Requirements, Conh'act Forrns, and Conditions of t17e Confi�act
24 2. Division 1- General Requirements
2� 1.2 PRIC� AND PAYMENT PROCEDURES
26
z�
28
29
30
31
32
33
34
35
36
37
38
39
40
4l
42
43
A. 11rleasurement and Payment
1. Wire Fence
a. Measurement
1) Measuremeni fo.r this Item shall be by the linear foot of Wire Fence,
excluding. gates.
b. Payment
1) The work perfarmed and materials furnished in accardance with this Item
and measured as provided under "Measuremsnt" will be paid for at the unit
price bid per linear foot o� Wiz'e fence installed for various:
a) Post types
b) Wire types
c) Number of Strands as specified in the Drawings
c. The price bid shalI include:
1} Removal of existing fence andlor, unless speaiiically dafined as a separate
pay item on Drar�ings
2) Furnashing, prep.aring, hauling, and installing Wire Fence
3) Excavation, backfflling, and disposal of su�plus naaterial
4) Removal and trimming of brush and tree limbs
CTi'Y OF FORT WORTH
STANDARD CONSTRUC'I'IQIv �PECIFICATION DOCUivIENTS
Revised December 20, 2012
2Q21 WA'I'�12 MF1IN LEAK
REPAIR CQN'i'12ACT
City. ProjectNo. 103327
3z3iz6-2
WIRE FEI�TCE AND GATGS
Page 2 of 6
I
2
3
4
5
6
7
8
9
10
11
12
13
2. Steel Gates
a. Measurement
1) I1�Ieasureinent fot• this Ite� shall be per each Ste�l �`ence.
b. Payznent
1) The work per%rmed and materials �urnished in accordance with this Item
at�d measured as provided under "Measu�•einent" will ba paid for at fiI-�e unit
price bid per eaeh Steel Gate by height.
c. The price bid shall includ.e;
1) Removal of existing fence az�d/or gates, unless specifically defined as a
separate pa.y item on Drawings
2) Furnishing, preparing, hauling, at�d installing Steel Gates
3) Exc�vatign, backfiIling, a�d disposaL of surplus inaterial
4) Remova! and trimming of brttsh and tree liimbs
14 1.3 REFERENCES
15 A. Reference Standards
]6
17
18
19
20
21
22
23
24
2S
2b
27
28
29
2.
3
Reference standards cited in this speciiication refer to the cL�rrent reference standard
published a# the time of the Iatest revision date logged at the end of this
specif cation, eznless a date is speciiically cited.
American Society for Testing and Materials (ASTM):
a. A 702, �tandard Specif cation for 5tee1 Fence Posts and �Lssernblies, Hot
Wrought
h. A 121, Standard 5pecification for Metallic-Caated, CarUon Steel Barbed Wii•e
c. A I l6, Standard Specification for MetalIic-Coated, Steel Woven Wire Pence
Fabric
d. F 1083, Standart•d Spaci�catia�� for Pipe, Steel, Hot-Dipped Zino-Caated
(Galvanized) Welded, fnr k'enc� �tructures
American Wood Protection Associatian (AWPA)
a. P$/P9, Standard far Oil-Borne Presa��vatzves
b. C5, Fence Posts - Freservative Treatment by Pressure Processes
C1T� OP FORT WORTH 2O21 WATER MAIN L�AK
STANDARD CONSTRUCTION SPECIFICATION nOCiJMENTS 12�PATR CdNTRACT
Reviscd Deceml�er 20, 2012 City Project No. 103327
323126-3
WIRC rENCE AN]] GAT'�5
Page 3 of 6
.�
1
2
3
4
S
6
7
8
9
I.4 AI)MINISTRATIVE REQiTIREMENTS [NOT USED]
I.5 ACTION .Si7BNIITTALS [NOT USEDj
I.6 ACTION SUBIVIITTALS/IN�'ORMATIONAL SZ7BMITTALS [NOT LISEII]
1.7 CLO�EOUT SUBMITTALS [NOT Y7SED]
1.$ MAINTENANCE MATERXAL Si1BMITTALS [NOT iTSED]
1.9 QUALITY ASSURANCE �NOT uSED]
1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITEJ COND�T�DNS [NOT USED]
1.12 WARRANTY [NOT T7SEIl�
10
ll
12
13
1�
15
i6
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
PART2- PRODIICTS
2.1 OWNER FURNISHED PRaDUCTS [NOT USED]
2.2 NiATERIALS
A. Furnish materials in accordance with detai.ls shown on the Drawings and with the
following requirements:
B. Metal Posts and Braees
l. Sieel Pipe: AST�1 F 1083
2. T posts: ASTM A 702
3. Use os�lq n�w steel. Do nat use rerolled or open-seam material.
4. Furnish galvanized steel sectior�s in ASTM F 1083.
5. Paintiz�g
a. Use an approved anticQrrosive coating.
b, After installation af painted posts and braces, spat-coat damaged areas with the
same paint color,
c. Use paint with at least the same anticorrosive �roperties as the original paint.
6. Use the size, weight., and area of posts, hraces, and anchar plates shawn on the
Drawings.
C. Wood Posts and Braces
l. Untreated Woad: cedar or juniQer timber
2. Tre�ated Waod
a. AWPA standards govern materials and mef.�ods of treatments including
seasoning, preservatives, and inspectinn for treatment.
b. Each piece or bundle of oihe�• treated-timber products must have:
1) Legible brand mark or tag indicating th:e name af the treater
2) Date of treatment or lot number
3) AWPA treatment speciiication syrr�bol
e. Provide the level af preservative indicated in Tab1e 1.
2021 VJATER MAIN LEAK
REYAIlt CQNTRACT
City Projeet No, ] 03327
G1TY pF FQRT WOKTH
5TA%IDARD CONSTRUCTION SPECIFICATTON 1]OCUMENTS
Revisad Decem6er 2Q, 2D l2
�
323126-4
WLR� P�NCE AND GATE$
Page 4 of 6
1 Table 1
2 ]I�linimum Retentiou of P�•esex•�ative
Penta-
Prodnct CIlIp1'pp]ICI10I AWPA
(Ib./cu. ft.) gtandard
AWPA for
Preservative (P8/P9) ��reatmeot
Standard
Wire %nce posis Q 4 CS
round '
3 I. Retenkiqn determined by assay (D to I.Q-inch zone).
4 3. Us� sound timber that is free from decay, shakes, splits, or othe�- de�ects that would
5 weaken the posts or bracas or otnerwise make tl�em str��cturally unsLiitable for the
G p.�,�rposes inte�ded.
7 �. Knots that are saund, tight, trtmmed flush, aiid not in clusters will be allowad,
8 provided they do not exceed 1/3 of ihe small dianieter ar the least dimension ofthe
9 posts and braces.
10 5. Remoue spurs and splii�ters, cutting tha ends square.
11 D. Gates and Gateposts: Furnish materials ta tl�� requireci dimensions.
I2 �. Baz�bed and Smooth Wire: ASTM A 121, Class 1
13 1. ilse wire consisting of 2 strand, 12 1/2 gauge, twist�d wire
14 2. Barb�d Wire: 2-point 14 gauge barbs spaced na mai•e than S inches apart
15 r. Wire Mesh: ASTM A 11b, Class 1
lb 1. Tap and bottom wires: at least 10 gauge wire
17 2. Intermediate wires and t�ertical stays: 12 U2 gauge wire
18 G. Miscellaneous
19 1, Furnish ga]vanized bolts, nuts, �asher,s; braces, straps, and suitable devices far
20 halding barbed wire and wire mesh �rtmly to metal posts.
2I 2. Use material of good commercia] quaiity and desigt�.
22 3. Pror�ide galvanized staples, at least 1 X/2 inch long.
23 H. Concret�
24 1. Mznimum 28 day compressive strength of 3,000 psi
25 2. Bagged concret� allow�d.
26 2.3 ACCESSORTES [NOT US�D]
27 2.4 SOURCE QUALrTY CONTROL [NOT USED]
28 PART 3 - EXECUTXON
29 3.1 INSTALLERS [NOT C7SED]
30 3.2 EXAMINATION [NOT USEDI
31 3.3 PREPARATION INOT iTSED]
32 3.4 INSTALLATION
33 A. Space fence pnsts as shown on the Drawings or to match existing,
CITiC OF FOAT WORTH 2O21 'VJAT�R MAIN LEAK
STANDARD CONSTRUCTION SPECIFICATION DOCUMCNTS REPAIR CON1l2AC'I'
Revised December 20, 2p12 City ProjecC No. 1 D3327
323126-5
WIRE F�NC� ANI7 GATE5
Fage 5 oi6
� 15
16
� 17
18
19
20
� 21
� . 22
23
24
25
�
B. Set fence pasts plumb a��d firm atthe intervals, depih, and grade shown on the
Da�awings ar to match existing.
�. Erace corner and pull posts in 2 directians.
D. Brace end posts and gateposts in 1 direcCion.
E. Install a corner post where the alignment changes 30 degrees or rnare.
F. At aiignment angles between 15 and 30 degrees, brace the angle post to the adjacent
line posts with diaganal tension wires.
G. At gr�.de depressions where stresses tend to pull pasks aut pf the ground, snub ar guy
the fencing at the critical point with a doubl� 9 gauge gaivanized wire.
H. Connect the wire to the top horizontai li:ne af the barbed wire or Co the top and bottoan
wire or wire mesh fabric, and to a deadrnan weighing at least 100 pounds.
I, 5tretch the fence before guying and sr�Ubbing.
J. In�tall number stands at spacing shown in Drawings.
K. Install corner, end, or angie post assembly hefoz'e stretching the wire between posts.
L. Connect e�sting cross fences to the new fences and corner posts at junctions with
existing fences.
M. 'While drawing barbed wire and wire fabric taut, fasten to posfs using galvanized ties or
staples, or as shovvn on the Drawings.
N. Install pu11 post assembSies at 500 feet inter�rals for steel posts and at 1,400 feet
intarvals for wood posts.
O. Drive metal line posts provided driving does nQt damage the posts.
P. 5et metal corners, ends, p�ll posts, and b,races in concrete footittgs a minimum af 24
inches and crowned at the top to shed waie�'.
Q. Thoroughly tamp backiiii in 4 inch layers.
R. Notch tirriber posts.
3.5 REPAIIt/RESTORATION jNOT USED]
3.6 R.E-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL �NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUS.TING [NOT USED]
3.10 CLEAN�NG [NOT USED]
3.11 CLOSEOUT ACTIVITIE� [NOT USEDj
312 PROTECTXON [N�T USED]
3.13 MA.INTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
1
2
3
4
5
6
7
8
9
10
11
12
I3
14
26
27
za
29
30
31
32
33
3A�
35
36
CITY OP FORT V�FQRTH
STANDARD CONSTAUCTiQN SPECIFICA"I'ION BOCUMENTS
Revised December 2a, 2012
202 ] WATER MAIN LEAK
REPAfR CONTRACT
City Yroject No. 103327
I
323126-6
WLR� FENCE AND GA'�'�.�
END OF SECTION
Page b af 6
Revisian Log
DATE NAME SZ.TMMARY pF CHANG�
12/2Q12012 D. Johnson 1.1.A. modifed to describe when City wquld pay for fence replaeement on utility
projecis
CCi'Y OF TORT W�RTH 2D21 WATER MAIN LEAK
STANDARD CQNSTRUCTION SPECIFICATION DOCUM�N'I� REPAIR CONTRACT
Revised Decem6er 20, 2012 City ProjectNo, [p3327
32 31 29 - 1
WOOD FEiVCE AND GA"I'�9
Yxge 1 of 5
1
1
2
3 �ART1- GENERAL
4 1. �. S UMMARY
5
6
7
8
9
10
il
12
13
14
15
1G
17
18
SECTION 3z 3�. 29
W�OD FENCE AND GATES
A. Section includes
1. Constt•uctian ofi wand fe�ces and gates alnng boundaries, property lines in
accordance wiih th� City's Zoning Ordinance.
2. On utility projects:
a. When existing f�nce is within the project Site (i.e. parallel io the utility trench
and/or withia� utility easement) and is directly disturbed by canstruetion
activities, fencing will be p.aid for as listed in A�rticle 1.2 belaw.
b. Wh�n existing fence is crossing the praposed utiIity trench, the w�orlc performed
and materials furnished in aceordance wit.k► fence replacement will be
considered subsidiary to the h•ench and no other eompensation will be allot�ed.
c. When existing fence is o.utside of the lirnits of the pra,�ect Site or is identiiied as
protect�d an the Drawings and is dist�•bed and/or by canstruction activities,
r�placeznent wiil be at the expense of ihe Contractor and no other compensation
will be allowed.
19 B. Deviations from this City of Fort Worth Standard Specifieation
2� 1. For Miscella�eaus Water and Sewer Contracts, fence repairlr'eplacements
21 sha[I be su6sidiary to the price bid per iinear foot of pipe. Na additional
22 compensataon vvill be allowed.
23 C. ReIated Specification Sections include, but are noi n.ecessarily limited to:
24 1. Division 4- Bidding Requirements, Coniract k'orms, and Conditions of the Cnntt�act
25 2. Divisioi2 I- General Reyuirements
2b l.2 PRICE AND PAYMENT PROCEDURES
27
28
29
30
31
32
33
34
35
36
37
A. Measurement and Payment
1. Measurement
a. Measurernent for this Ite3n shall be by tha linear foot af Wood Fence installed,
including gates.
2. Yayment
a. The work performed and matarial.s furnished in accardance with this Ttem and
measured as prQvided under "Measurement" will be paid for at the unit price
bid per iinear foot nf Wood Fance installed for by height.
3, The price bid shali inelude:
a. Furnishing all materials for fenca and gates
b. All preparaiian, er�ction and installation of maierials
38 1.3 REFER�NCES
39 A. Reference Standards
� I CTI'Y OP FOR'I' WORTH 2O21 WATER MAiN LEAK
S'I'A]�DARD CONSTRC[CTIpN SPECIFICATION DOCIUMENTS REPAIR COAfTRACT
Revised December 20, 20I2 City Projwt No. ] 03327
323129-2
WflOD FENCE AIVD GATLS
Page 2 of 5
1
2
3
4
5
b
'1
8
9
14
11
12
13 �..4
1. Referenee standards cited in this speci�catzon i•efer to the current reference standa�•d
published at the time af the latest ravisian date logged at the end of this
specification, unless a date is specifically cited.
2. A���rican Society for Tesfing and Materials (ASTM):
a. A 123, Siandard Specification for 7inc (Hot-Dip Galvanized) Coatings on I��on
and Steel Products
b. A 50p, Sfiandard Specifiicatioiz for Cold-Formed Welded and Sea.mless Carbon
Steel Structural Tubing in Rpuz�ds az�d Shapes
c. F 1043, 5tandard Specifi�atio.n fnr Strength and Protective Coatings on Steel
Tndustrial Chairt Link Fence Framevvark
d. F 1083, Standard �p�cificaiion for Pipe, Stee1, Hot�Dipped Zinc-Coated
(Galvanized) WeIded, far Fence Structures
ADMI1vISTRATNE REQUIlt�MENTS [NOT USED]
14 1.5 �UBMITTALS
15
16
1'1
18
19
20 I.b
A. Shop drawiilgs; Layout of fences and gates with dimension5, details, and fzaishes nf
components, accessories and post foundations
B. Product data: Manufacturer's caialag cuts indicating material compliance and specified
options
C. Building Permit: All fences over 6 feet
ACTTON SUBMITTALS/IN�'ORMATIONAL SUBMITTALS [NOT USED]
2l 1.7 CLOSEOUT SUS1YiITTALS [NOT U�ED]
22 ].$ MAINTENANCE MATERIAL SUBMTTTALS [NOT US�D]
23 1.9 QUALITY ASSIIRANCE [NOT USED]
24 1.10 DELNERY, �TORAGE., AND HANDLING [NOT USED]
25 1.11 FIELD [SITE] CONDITIONS jNOT USED]
26 1.12 WARRANTY [NOT u,SED]
27 PART 2 - PRODU�TS
28 2.1 OWNER-FiTR1VISHED PR4DUCTS �1VOT USED]
29 2.2 MATERIALS
30 A. General
31 i, Gate hinges and post caps shall be of steel, malleable iron, ductile iron or equal.
32 2. Post taps rt�ay be of aluminum.
33 B. SIats: Redwoad or cedar free from all major decay or defects which vvould weaken or
34 otherwise cause them to be unsuitable for fence slats.
35
36
37
38
C. Bottam and Top RaiL• Minimum 2-inch x 4-inch x 8-foot cedar stud or mateh existing.
D. Corner, Gate, End, or Line Posts
I. Wood Pasts
a. Minimum size: 4-inch x 4-inch cedar wood post or match existing
Cl"['Y OF FORT VIQRTH 2O21 WATER MAIN L6AK
STANDARD CQNSTRLICTION SPECIFFCATION DOCUMF?�lTS REPALR CONTRACT
Revised December 2.0, 2012 Gity Praject Na, 103327
32 31 29 - 3
WOpD F�NCE AND GATES
Page 3 bf 5
]
2
3
4
5
6
7
8
9
14
I1
12
13
I4
IS
I6
17
18
19
26
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
4fl
41
42
43
44
45
46
47
b. Free from all decay, splits, muItipI� cracics, az' any other defect which would
weaken tl�e posts or otherwise cause them to be structurally unsuitable for the
purpose intendec�
Stee1 Posts
a. Steel pipe - Type I
1) ASTM F 1083
2) Standard weight schadule 40
3) Minimurri yield strength: 30,000 psi
4) Sizes as indicated on Drawings
5) Hot-dipped galvanized with minimum average 1.8 oz/ft2 of coated surface
�
c.
d.
area.
Steel pip� - Type II
1) ASTM F I043, Group IC
2} Minimum yield strength: 50,000 psi
3) Sizes as indicated on Dra�vings
4) Protective coating per ASTM F 1043
5) �xternal �oating Type B
a) zinc with organic overcoat
b) 0.9 azlfta minitrinm zinc coating with chromate canversion coating and
verifiable polymer film
6) Internal coating Type B
a) Minimum 0.9 ozlft2 zinc or Type D, zinc pigmented, S l percent
nomina.l coating, minimuru 3 mils
�'ormed steel ("C") sections
1) Rall formed steel shapes com.plyzng with ASTM F 1043, Group Ii
2) Minimwn yield strength: 45,000 psi {3l0 MPa)
3) Sizes as indicated on Drawings
4) External coating per AST'M F 1043, Type A
a) Minimum average 2.0 ozlft2 of zinc per ASTM A 123
8teel square sections
1j ASTM A 540, Grade B
2} Minimum yieid stren.gth: 40,OD0 psi
3) Sizes asindicated
4) Hot-dipped galvanized with minimum 1.8 ozlft2 0� coated surface area
3. Accessories
a. Post caps
1) Formed steel ox cast malleable iron weather iight closure cap for tubular
posts.
2} Provid� one cap for each post.
3) Cap to haue pz'o�+ision for barbad wire when necessary.
4) "C" shaped line post without top rail or barbed wire supporting a.rms do not
require post caps.
5) Where top z'ail is used, provide tops to perjnit passage of top rail.
�4. 5etting MatErials
a. Concret�
1) Minimum 28 day compressive strangt� of 3,400 psi
2} Bagged cancrete aliowed.
48 �.3 ACCESSORIES [NOT IISED]
2.
GITY QP FORT WORTH
STANDARD CON5TI2UCTI013 SPECIFICATION DOCUMENTS
Revised December 20, 2012
2021 WATER NiAIl� LEAK
REPAIR CONTRACT
City Project ]Va. 103327
32 31 29 - 4
WQDA rG'NC� AI�lD GATES
Page 4 of 5
1 2.� SOURC� QUAL�TY CONTROL [NOT USED]
2
3
4
5
6
�
8
9
10
11
I2
13
14
IS
1b
17
18
19
20
21
22
23
24
25
26
27
28
29
�a
PART 3 - EXECUTION
3.1. INSTALL�RS jNOT USED]
3.2 EXAMINATION
A. Verification oi Conditi�ns
1. Verify areas to receive fencing are caxnpleted to final grades and elevations.
2. Ens►�re properiy lines and legal boundaries of work are clearIy established.
3.3 PREPARATION [NOT US�D]
3.4 INSTALLATION
A. Wood Fence Framing
1. Steel Fosts are required �or aII required screening fences.
2. Locate terminal post at each fence termination and change in hat-izontal or vertical
direction of 30 degrees or more.
3. Spaee line posts unifarmly at 10 feet on center.
4. Set all posts in concrete.
a. DriII holes in �u•m, undisturbed or conipacted soil.
b. Drill hole diameter 4 times greater tllan outside dimension of post (minimum
12 inck�es).
c. Set post bottom 24 inches below surface �vhen in �irm, undist�lrbed soil.
d. Exca�ate deeper as required for adequate support in soft and �oose soils, and
for posts with heavy lateral loads.
e. Place concrete around posts in a continuous pour.
�. Trowel finish around post. Slop� to direct water away from posts,
5. Check eaeh post for verticaI and top alignment, and maintain in position duriilg
placement and iinishing aperations.
B. 5lats
I. Place slats approximately 1 inch above the ground, and on a straight grade between
posts by excavating high points of the ground.
2. Fasten slats to top and bottarn railings with 2 galvanized scz•ews des.igned for wood
f�nce construction at both tha top an.d boi�om rail.
CI'I`Y OF FORT WQItTH 3021 WA7'�R MAIN LEATC
STANDARD CONSTRUCTION 3PECIFICATIOAi DpCUIvI6NT5 REPAIlt CONTRACT
Rer�ised Decem6er 20, 2012 City Projec# No. 103327
323129-5
WOOD �ENCE AND GATES
Page 5 of 5
h,
��
1
2
3
4
5
6
7
8
9
1Q
11
12
I3
3.5 REPATRIRESTORATION INOT i7SED]
3.G RE-INSTALLATION jNOT USED]
3.7 I'IELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTLTP [NOT USED]
3.9 ADJCJSTING [N�T USED]
3.1.0 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITI�S [NOT USED]
3.12 PROTECTION [NOT iTSED]
3.13 MAINTEi�ANCE [NDT USED]
3.14 ATTACFIMENTS [NOT USED]
END O� SECTION
Re�isio�� Lag
DATE I*IAME 5UMNIARY Q� CIIANGE
1 2/2 012 4 1 2 D.1olmson 1.1.A. modified to describe when City would pay for fence replaeement on utility
projects
CTTY OF FDRT WDRTI-!
STANDARJ7 CONSTRUCTIO�T SP�CIFICATION DOCUMENTS
Revised December 20, 2012
Zoz r wa�x r�A�r �.��.r�
REPATR CONTRACT
City Project �To. 103327
�
�
33 05 19 - I
ADJUSTiNG MANHQLE5, INL�TS, VAL�'E SQXES, AND OTHER 5TIZUCT[IRGS TO GItADE
Rage 1 of 7
4 PART1� GENERAL
5 1.1 Si7MMARY
b
� �
8
9
ia
11
12
• I3
I
2
3
SECTXON 33 0514
ADJLJ5TING MANHOLES, INLETS, VALVE BOXES, AND OTH�R STRi7CTURES TO
GRADE
A. Section Tncludes:
1. Vertical adjusttnents to manholes, drop inlets, valve boxes, cathodic protection test
statians and other miscellaneous structures to a new grade
B. Deviations from. this City of Fort Worth Standard Specif cation
1. 1.2 Price and Pay�tnent Prncedures / A. 1V�easuremen� and Paymenr 15. Valve
Sox 1 b. Paynnent:
1) Far Miseellaneoas Contracts, Valve Box Adjustm�ents are incidental and
subsidia�ry to #�e vat've insta.11ation cost.
C. Related Spacification �ectians include, but are not necessariiy limited to:
I. Division Q— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Divisian 1— General Requirements
3. Section 32 Ol 17 — Permanant Asphalt pauing Repair
4. Section 32 Ol 29 — Concrete Paving Aepair
5. Section 33 05 I0 — Utility Trenc� Exca�ation, �mbedment and Backfill
6, Section 33 OS 13 — Frame, Cover and Grade Rings
7. Section 33 39 10 — Cast-in-Place Conerete Manholes
S, Section 33 39 20 — Precast Conca'ete Manholes
9. Section 33 12 20 — Aasilient S�ated (Wedge) Ga#e Valve
1p. Section 33 12 2] — AWWA Rubber-Seated Butterfly Va1ve
11. Section 33 04 11 — Corrosion Control Test 5tation
12. Sectinn 33 04 12 — Magnesiutn Anade Cathodic Protection Syste�n
PRICE AND PAYMENT PROCEDi1RES
��
14
IS
16
17
i8
19
20
21
22
23
24
25
26
27
28 1.2
29
3D
31
32
33
34
35
36
37
38
39
A. Measurement and Payment
1. Manhole —Minor Adjust�nenY
a. Measurement
1) Measurernent foz'this Item shall be per each adjustment usi�g only grade
rings or other minar adjustment devices to raise or lower a manhole to a
grade as speeiiied on the Drawings.
b. �'ayinent
1) The work performed and the materials furr�ished in aecordance with this
Item will be paid for at the unit price bid per each "11�Ianhole Adjustment,
Minor" comp3eted.
c. The pxice bid shall include:
CTI'Y OF FORT W4RTH
STANDARD CONSTJtUCTION SPECITICA'I'ION DOCUMEt�TTS
Revised December 24, 2012
2621 WATERNfAI3�ILEAK
REPAIR CONTRACT
City Project No. 103327
33 05 14 -2
ADJUSTINC� MANHOLES,INL�TS, VALVE B03�FS, ANI7 OT'H�Et STRUCTURES TO GRADE
Page 2 af 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
1$
19
24
2I
22
23
24
25
26
27
2S
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
2.
3.
I) Pavement i`emovaI
2) Excavation
3) Hauling
4) Disposal of e�cess material
5} Grade rings or other adjus#ment device
6) Reuse of the existing manhole frame and cover
'7) Puz-nishing, placing and compaction of embadment and bacl�ill
8) Concrate base znaterial
9) Permanent asphalt patch ar concrete pa�ing repair, as required
lOj Clean-up
Manhale - Major Adjust�nent
a. Measurement
1) Measureinent for this Item shali be per �ach adjust�nent requiring structural
modiiications ta raise or lower a manhoIs tn a grade as sgecified on the
Drawin.gs.
b. Paymer�t
1) The work performed and 1;he materia[s furnished in accordance with thas
Item will be paid for at th.e unit price bid per each "Manhole Adjustment,
Major" comp.leted.
c. The price hid shall include;
1) Pavement removal
2) Excavation
3) Hauling
�) Disposal of e�c�ss inaterial
5) 5tructural modifications, grade rings or ather adjustment de�ice
6) Reuse of tIae existing rnam.hole frarne and cover
7) r'urnishing, placing and compaction af �inbedment and backfilI
8) Concrete base material
9) Permanent asphaIt patc�i or concrete pavii�g z'epaar, as required
IQ) Clean-up
Manhole - Major Adjustment with Frame and Cover
a. Measuremeilt
1) Measur�ment for this Ttem shall be per �ach adjustment requiring structui•al
modifications ia ra.ise or lower a manhole to a grade specifiad on the
Dra�vings or structuraI modifi�atians far a manhole requiring a new fraine
and cover, often for changes to cover dianneter.
b. Paym�nt
1) The work performed and the materials furnished in accordance traith this
Item �ill be paid for at tne unit price bid per each "Manhole Adjustment,
Major w/ Cover" caznpleted.
c. The priee bid shall include:
1) Favement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structural znodifications, grade rings or other acEjustrnenf devic�
6) Frame an,d cover
7) Furnis�iing, placing and compaction of embedment and backfll
S) Concrete basa material
CITY pF FpRT WOATH
STANDARD CONSTRUCT101V SPECIFICATION DOCUM$NTS
Re�ised December 20, 2012
2021 Wt�TEA MAiN LEAK
REP�IR CON I'RACT
City Project �]o. ]03327
3305 ]4-3
ADJ�US"ITNGMANfIOLES, INL�T3, VALVE BQXE3, AND OTHER STRUCT[]AES'f0 GRADE
Page 3 af 7
l
2
3
4
5
6
7
8
9
10
ll
l2
!3
14
lS
Ib
17
18
I9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
36
37
38
39
40
41
42
43
44
45
�6
�7
48
49
5
�
9) Per.ina►aenY asphalt patch ar concrete paving repair, as required
1 D} C1eat1-up
4. Inlei
a. Measureinent
l} Measureinent for this Item shall be pe�� each adjustrr►ent requiring structural
�nodificatians to inlet to a g•ade specified on the Drawings.
b. Payment
1) The work pei�ormed and ihe materials furnished in accot�dance with this
Itern will ba patd far at the unit price bid per each "Inlet Adjusl:tnent"
campleted.
c. The price bid shall tnclude:
1) Pavemeni remctval
2) Excavatinn
3) Hauling
4) Dispasal of excess material
S) Structural modifications
6) Furtaishing, placing and compaction of embedment and bacl�ill
7} Concrete base material, as required
$) Surface resYaration, permanent asphalt patch oz cancrete paving repair, as
r�quired
9) Clean-up
VaIve Box
a. Measurernent
1) Measurement for this Item shaIl be per each adjustment to a grade specif ed
on the Drawings.
b. Payment
1) The work perFormed and the maierials fi�rnished in accordance wit1� this
Item will be paid for at the unit price bid p�r each "Valve Box Adjusttnent"
completed.
c. The price bid shall include:
1) Pavement removal
2} Excavation
3) Hauling
4) Disposal of excess material
5) Adjustment deviee
6) Furnishing, placing and compaction of embedment and backfill
7) Conereta basa material, as required
$) Suriaee restoz'a#ion, permanent asphalt patch or concrete pa�ving �epair, as
z•�quired
9) Clean-up
Cathodic Protection Test Statian
a. Measurament
1) Measurement for this Item shall be per each adjustment to a grade speci�ied
on the Drawings.
b. Payment
1) The work perfor�ed and the materials furnished in accordance wi�h this
Ite�n wilI be paid for at the unit price bid per eaeh "Cathodic Protection
Tesi Station Adfustment" campleted.
c. The price bid shal� include:
C1T'Y dF F012'F WORTH
STANDARD CONS'IRUCTION SPECIFICA"iTON I70CUMENTS
Revised December 20, 2012
2021 WATER MAIN LEAK
REPAIIt CON7'RACT
City Project No. IQ3327
330514-4
A�]UST3TIG MANI�OLES, INL�.TS, VAL,VG BDXES, AND OTHER STRUC7'URES TO GRADE
Pa�e 4 of 7
Y
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
�8
I9
20
21
22
23
24
25
26
27
28
29
3�
31
32
33
34
35
36
37
3.8
39
40
41
42
43
44
45
46
47
48
49
7
8.
1) Paveinent removal
2) Excavation
3) Hauling
4) Disposal of excess material
5} Adjustinent devic.e
6) Fuz-nishing, placing and compactioil of embedinent aild backfill
7) Concrete base matea•ial, as required
S) Surface restoration, pe�nanent asphalt patch or concrete paving repai�•, as
required
9) Clean�up
Fire Hydrant
a. Measuremeiit
1) Measurement fox this Item sha11 be pez' each adjustment requiring stem
extensions to meet a grade specified by the Dra�ings.
b. Payment
I) The wark performed and the materia�s fiirnished in accordance wit11 this
Itein will be pa[d far at the uiiit price bid per each "Fire �Iydrant �te�n
Extension" aampl�ted.
c. T11e price bid shall inelude:
1) Paverr►ent removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Adjustment r�nat�rials
6) Furnishing, placing a.t�d compaction of embedment and backfill
7) Concrete base inaterial, as requzred
8) 5urfaee restaration, permanent asphalt pateh or concrete paving repair, as
required
9) Clean-up
Miscellan�o�s Stz2tcture .�is Itenr is inter�ded fo�• u uMiqi�e structure Bid Ite�n
,� �� : ntrf'u the sx�ecife s�r•ueture (i.e, !�'ise�llerneo�r:s Structz�re
.^_ . �. ` ? -
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring structural
modifications to said s#ru.cture to a grade speciiied an tha Drawings.
b. Payment
J} Th� work performed and the materials fiirnished in accordance �vith ihis
Item will be paid for at the unit priee bid per each "Miscellaneous Structure
Adjustment" corr�pleied.
c. The price bid shall include:
1) Pavement remova�
2) Excavation
3) Hauling
4) Disposal of excess tnaterial
5) Structural modi�cations
6) �'uraaisl�zn�, placing and compaction of embedment and backfill
7) Conerete base material
8) Permanent asph�lt patch or concrete paving repair, as required
9) Clean-up
G1TY Ok' FORT WORTH
STANIJARD CQNSTRLTCTIdN SP�CII'ICATION DDCLTMENTS
Revised Decembar 20, 2012
2�21 WATEIZ Mt11]V LEAK
RCPATR CONTI2ACT
City Project No. 1D3327
�sas�a-s
ADJTTSTING iv1ANHOLES, IIJL6TS, VALVE SOX�S, AND qTHEE� STRUCi"U1tE5 TO G[tAD�
Page 5 of7
��
�
26
27
28
l 1.3 REFERENCES
A. Dafinitions
1. Minor 1�djustment
a. Refers to a smail elevation change per%rmed on an existing manhole where the
existing frame aiad cover are reused.
2. Major Adjustmezxt
a. Refers to a significant elevatian change performed on atz existing ma�lhole
which requires structi.u•al madification or when a 24-inch ring is changed to a
30-inch �•ing.
B. I�eference SYan.dards
1. Reference standards cited in this 5pecificatian tefer Yo the current reference
standard published at the time of the latest revisian date logged at the end of this
Specification, unless a date is specifically citad.
2. Texas Commission on Environmental QuaIity (TCEQ):
a. Title 30, Part I, Chapter 217, Subchapt�r C, Ru1e 217.55 — Manholes and
Related Struc�ures.
1A k1DNIINISTRA.TNE R�QiJIIiEMENTS [NOT USEDJ
1,5 SUBMITTALS [NOT U.SED]
I.5 ACTION SUSMITTALS�NI+'QRMATIONAL SUBMXTTALS [NOT USED]
2
3
A�
5
6
7
S
9
ia
11
12
13
[4
15
l6
17
1.7 CLOSEOUT Si7SMITTALS INOT iTSED]
1.8 MAINT�NANCE MATERTAL ST7BMTTTALS [NOT USED]
18
19
20
21
22 1.9 QUALITY ASSURANCE [NOT U�ED]
23 I.10 DELIVERY, STORA.GE, AND �iANDLING [NOT USED]
24 111 FIELD ISITE] COND�TION.S [NOT US�+ D]
25 l.lx WARRANTY [NOT USED]
PART 2 - PRODi7CTS
2.1 OWNER-FURNISHED fox] OWNER-SUPPLIED PRODi7CTS [NOT USED]
2.2 MATERIALS
A. Cast-in-Place Concrate
1. 5ee 5ection 03 34 00.
B. Modificatior� to Existing Conerete Structures
1. See Secfion Q3 80 00.
C. Grade Rings
1. See Section 33 OS 13.
D. Frame and Covea'
29
30
31
32
33
34
35
C1TY OF FORT WORTH
STANDARI7 CON3TIt[3CT[ON SPECIFICATION DOCUM6NTS
Re�ised December 20, 2012
2021 WATER Mf1IN I.�AK
1�PAU2 CONTRACT
City Praject No. ] 03327
330514-6
A17Ji]STING MANHpLES, INLGTS, VALVE BOXES, AND O`I'I3L,R STRl7CTURE5 TO GItAD�
Page 6 of 7
1
2
3
4
5
6
7
8
9
�a
11
I2 2.3
1. See 5ectian 33 05 13.
E. Backfill materia2
I. 5ee Section 33 OS 10.
F. Water valve bax ext�nsian
I. See Section 33 12 20.
G. Corrosion Protection Test 5tation
1. See S�ction 33 04 1.1.
H. Cast-in-Place Concz�ete Manholes
1. See Secfinn 33 39 10.
I. Precast Cancrete Manholes
1, See Section 33 39 2fl.
ACCESSORI�S INOT USEp]
13 2.q SDURCE QUALITY CONTROL [NOT U��D]
14 PART 3 - EXECUTION
1 S 3.1. INSTALLERS �NOT iTSED]
16 3.z EXAMINAT�ON
17 A. Verification af Conditions
18 1. Examine e�cisting structure to be adjusted, for damage or defects that nnay af%ct
19 grade adjustrnent.
20 a. Report iss�e to City for consideration before beginning adjustment.
21 3.3 PREPARA'�ON
22
23
24
25
2b 3.4
27
28
29
30
3I
32
33
34
35
36
37
A. Grade Verificatian
1. Qn ;txiajor adjustments confirm any grade change nat�d on Drawings is consistent
with �'zeld measurements.
a. Tf nnt, coordinate with City to verify final grade before beginxiii�g adjustment.
ADJUSTIVLENT
A. Manhales, I�alets, and MiscellaneoLis 5truc#ures
1. On any sa�aitary sewer adjustment replace 24-inch frame and covaz^ assembly with
30-inch frame and cover assembly per TCEQ requirement.
2. On manhole major adjustments, inlets and miscellaneous structures protect the
bot�om using waod forms shaped to fit so that no debris blocks the invert or tE�e
inle# or outlet piping in d�zring adjusttnents.
a. Do not use any more than a 2-piece boftprra.
3. Do not e�end chimney portion of the manhole be�ond �:4 inches.
4. Use the least n�mber of gracEe rings necessary to meet requirad g�rade.
a. ro.r exatxipl�, iia 1-foot adjustment is required, use 2 6-incla rings, not 6 2-inch
rings.
CITY QF FOR'[' WORTH 2O21 WATER MAIN LEAK
ST.4�IDARD CONSTRi1C'TtON SP�C1PfCAi'ION DDCUA�ENTS REPAIR CONTitACT
Revised T7ecember 20, 2012 Ciry Projesi No. 103327
33OS 14-7
ADJU5TING MAN1iOLES, ]NL�,TS, VALVE BOXCS, AND pTHER 9TRUCTURES TO GRAI7E
Page 7 of 7
1
. I
X
2
3
4
5
6
7
8
9
10
I1
I2
13
14
15
16
17
18
19
20
21
B. V7�V0 $OXeS
1. Utilize typical 3 piece adj ustahle valve box �or adj�sting to fnal g�-ade as shown oi�
the Drawings.
C. Backfill and Grading
l. Back%11 area af e�cavatian surro�ilding each adjustment in accoa'dance to Section
33 OS I0.
D. Paveinent Repair
1. If required pavament �•epair is to be performed i� accordance with Section 32 41 � 7
or Seetian 32 01 29.
3.5 REPAIR 1 R�STORATION [N4T USED]
3,6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USEED]
3.9 AD.TUSTING [NOT iTSF.D]
3.]�0 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PAOTECTIQN [NOT USED]
3.13 MA.INTENANCE �N�T U�ED]
3.1�4 ATTACHMENTS [NOT USED]
END OF SEC�ION
Revision Log
DATE NAME SUMMARY OF CHANGE
I.2.A — Pay item added for a major manhale adjustment which zeuses Yhe e�sting
frame and cover and a major adjustment requiring a new fi•ame and cover; Added
12l2d120I2 I]. 7ohnsan items to be included in price bids; Blue text added for clarit"icatiqn £ar miscellaneous
structure adjust�nents
3.4 —Pavement z�epaix• requirements were added
CiTY OF FORT WORTH
STANDARI7 CQNSTRUCTION SP�CIFIGATION DOCUiv1HN'1�5
Revised December 20, 2012
2021 WATEA MAIN LEAK.
REPATTL CONTRACT
City PrQjeet No. 103327
I
331I13-1
CONCALTE PRLSSURE PIPE, $AR-Wftt1FPED, ST��L CYLINDER T�PE
Paga 1 of 17
SECTION 33 1113
CONCRETE PRE�SURE PIPE, BAR-WRAPPED, STEEL CYLINDER `I"YPE
PART 1- GENERAL
1.1 SUMMARI'
A.Sectzan Includes:
1. Concrete Pressuz'e Pipe, Bar-Wrapped, Steel Cylinder Type (Concrete Pressure
Pipe) 24-inch through 72-inch for potable water applications in conformance wifih
AWWA C303
B.Deviations frorr� this City of Faz� Waz'th Standard Specification
�. 1..2 Priee and Payment Frocedures / A. Measurement az�d Payment I 1.
Concrete Pressure Pipe / c. The �rice bid shall include:
2�) Xf required by the pipe manafacture, the bid price shall i�telude excavation
of the pipe, measuring the D.D. of the pipe and temporary backf'ill.
2. 1.2 Prite and Payment Procedures 1 A. Measurement a�d Payz►aent / 2.
Concrete Pressure Pipe Fittings / a. Measurement;
1) Measurement for this item to be per each concrete fitting.
C.Related Speci�eation Sections include, but are not t�ecessarily limited to:
1. bivision 0-- Bidding Requirements, Contract Forms, and Conditidns of the
Contract
2. Diviszon 1— General Requirements
3. Section 33 01 31 --- Closed Circuit Television (CCTV) Inspection
4. Section 33 04 10 — 7oint Bonding and Elactrical Isolation
5. �ecfion 33 04 40 — Cleaning and Acceptan.ce Testing of Water Mains
6. Section 33 05 10 — Ui:ility Trench Excavation, Embedment and Back�ll
7. Section 33 11 05 — Bolts, I�Tuts, and Gaskets
1.2 PRICE AND PAYMENT PR�CEDYIRES
A. Measurement and Payment
1. Concrete Presslue Pipe
a. Measurement
1) Measurad laorizontally along the surface from center line to centerline of
the fitti�ig or appurtenance
b. Payment
I) The work per%rmed and materials fu7mished in accordance with this Item
and measured as provided under "Measuremen�" shall be paid for at the
unit price bid per lineaz' �oot for "Concrete AWWA C303 Pipe" installed
far:
a) Various sizes
CITY OF FORT WORTH 2O2I WATER MAIN LEAK
3TANDARD GpNSTRUCTION SPECCFICATIQI�I DOCUMEIVTS REPAIR CONTRACT
Revised Decem6er 20, 2012 City Fro}ect No. 103327
331113-2
CONCt2ET� PR�SSURE PIPE, BAI7-WRAPPF,D, STEEL CYLIN�ER TXP�
6) Various types of backfi�]
Page 2 of 17
c. Tl�e price bid shall include:
1} Furnishing and installing Concrete Pressure Pipe wiih joints as speci�ed by
the Drawings
2) Mob[Iization
3) Coatzn�
4) Lir�ing
5) Pavement retr�oval
6) Excavation
7) Hauling
S) Dispasal of excess material
9) Furnishin,g, placement, and compaction of etnbedment
10) Trench water stops
11) .Toint restraint
12) Bolts az�d nuts
13) Welding
1�) Gaskets, if allawed
15) �'urnisk�ing, placement, and compaction of backfill
16) Clean-up
I7) Cleaning
18) Disinfection
19) Testing
2. Concz•ete Pressure Pipe Fittings
a. Measurement
1} Measuretxz��at for this Item shall be by lump sum.
b. �'ayment
1} The work performed and materials fiunisl��:d in aceordance with this Item
shall be paid for a# the lump sum price bid far "C303 �'ittings" installed foi:
a) Various sizes
b} V�rious types of backfill
c. The price bid shall include:
1) Furnishing and installing Concrete Pressure 1'ipe Fittings as spec[fi�d by
the Drawings
2) Mpbilization
3) Coating
A-) Lining
S) �'a�+ement remo�al
6) Excavation
7) Hauling
8) Disposal of exc�ss rrzatcrial
9) Furnishing, placement, and compaetion af embedmant
10) Trench water stop:s
11) Joint restt'aint
CITY OF FpRT WORTII 2021 WATCR IvIAIN LL�AK
STANDARD CONSTRl7CTION SPECTFICA'1TON DQCUMEN.TS R�PAIR CONTRACT
Revisad I?ecember 2fl, 2fl 12 City Project No. 103327
33 11 13 - 3
COhICTLETE P1tE5SUTLE FII'E, BAR-WfiAPPE17, STEEL CYS,INDER TYPE
Pagc 3 of 17
12) Bolts and nuts
13} Welding
1 �} Gaskets, if allowed
1 S) �'urnishing, placement, and compaction Qf backfill
16) Clean-up
17) Cl�aning
I8) Disir��:ction
19) Testing
1.3� REFERENCES
A. Reference Standards
1. Reference standards cited .in this �peci�ication refer to the current reference
standard published at the time of the latest ra�+ision date logged at the end of this
Specifcation, unless a date is specificaIly cited.
2. American �ociety oiMechanicai Engiz�eers (ASME):
a. � 16.1, Gray Iran Pipe Flanges and Flanged Fittings (Classes 25, 125 an.d 254).
3. American Society of Testing and Maferials (ASTM):
a. A242, Standard Speelfication for High-Strength Low-Alloy Structural Steel.
b. A307, Standat'd Specifieation for Carban Steel Bolts and Studs, 60,0�0 P�I
Tensile 5trength.
c. B 117, Standard �'z'actice for Operating Salt Spray (Fog} Apparatus.
d. Bb33, Standard Specification for Electrodaposited Goatings of Zinc on Iron and
Steel.
e. C33, Standard Specificatian far Co;ncrete Aggregates.
f. C144, 5tandard Speciiication for Aggregate for Masonr� Mortar.
g. C 1 S0, Specification for Portland Cement.
h. C293, Sfiandard Test Method for Fle�axa3 Sia'ength of �oncretie (Using Simple
Beam with Centar-�'oint Loading).
i. C497, Methods of Testing Concrete Pipe.
j. CS82, Standard Test Method for Bond Strength of Epoxy-Resin Syst�ms Used
With Concrete By Slant Shear.
k. C1090, Standard Test Method for Ivleasuring Changes in Height of Cylindrical
Specimens of Hydraulic-Cement Grout.
I. E165, Standard Fractiee for Liquid Penetrant Examination far General Industry.
4. American Welding Society {AW5):
a. DI.l, S�uctural Welciing Code - Steel.
5. American Water Warks Association (AWWA):
a. C206, �'zeld Welding of Steel Water Pipe.
b. C2D7, Steel Pipe Flanges far Water�r+arks Service � Sizes 4 IN through I4�1 IN.
c. C3Q3, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type.
d. M9, Cancrete Pressure Pipe.
6. American Water Woxks Association/American Natianal Stai7dards Instltute
(AW WAfANSI):
C1TX QF FORT WQRTA 2021 WATEIt MAIN LEAK
ST.�NT3ARD CONSTCtUCPION SPECIFICATION DOCUMENTS KE�ATR CONTC�ACT
Revised Deeember 20, 2012 City Project No. ]03327
3311 13-4
COIVCRE'I'$ PRESSUItE PIPE, ]3AR WRAFPED, STEEL C'YLII�II�ER TYP�
Page 4 of 17
a. C1111A21.11, Rubber-Gasket Joints for Ductile�Iron Pressure Pipe and Fittings.
7. Internatiana] Organization far Standardization {ISO}.
8. Natiqnal Sanitation P'oundation (NSF):
a. NSF 61, Drinking Water Systein Components - Healtka �££�cts
1..4 ADMINISTRATNE REQUTR�MENTS [NOT U�EDJ
I.5 SUI3MITTALS
A.Submittals shall be in accordance with Section Q1 33 00.
B.AII submittals shall be approved by the City pt•io�' to deIivezy and/or fabrication for
specials.
1.6 ACT�ON SUSMITTALSIINFORMATIONAL SUBMXTTALS
A. Product Data
1. Exterior Coating
a. Material da#a
b. Applicatian recammendations
c. Field touch-up pracedures
2. 7aint Wrappers
a. Material data
b. Installation recom�nendatioi�s
3. Flexible Joint Couplin�s
a. Manufacturar
b. Modef
4. Mixes
a. Mortar for interior joints and patclaes
b. Bonding agents for patch�s
5. Gaskets (if applicable)
B. S�op Drawings -- FurnYsh for Concrete Pressure Pipe used in the potabla waier systems
including:
1. Wall thickness design calculations sealed by a Lieensed Professiona] Engineer in
Texas including:
a. Internal pressure
1) WorlcingPrassuz�e
2) Test Pressure
3) Surge pressure
b. External pressure
1) Deflection
2) Buckling
a 5peeial physicalloading such as supports or joint design
d. Thermal expansion andlox contz'action, if applicable for the proposad installation
2. Thrust restraint cal�talations for all fittings and valves ia�cluding th� restraint
Iengtli sealed by a Licens�d Prafessional Engineer in Texas.
C1TY OF FORT VdORTH 2O21 VUATEit MAIN LEAI�
STANDARD CQNSTft[1C'I'IQN SP�C]PICATION DOCUMENTS i2EPAlR CONTRACT
Aevised Decem6er 20, 2p12 City Projeat No, ]03327
33 [I 13-5
CONCRETB PRESSURE PIl'E, BAR-WTtAPPEI], STEEL CYL1N17ER TYPE
Page 5 af 19
Fabrication and lay drawings showzng a scharnatic 1Qcation with profile and a
tabulated Iayaui schedule that is sealed by a Licensed Professiona� Engineer in
Texas and inelEzdes: a. Pipe class
b. Joint types
c. Fittings
d. Thrust Restraint
e. Stationing (in accordance with the Drawings}
f. Transitions
g. Jaint deflection
h. Outlet loeatio��s for welding, ventilation, and access
i. Welding requirements
4, �'ipe within Casing
a. Provide drawings detailiz�g hovv pipe is restrained to prevent floating witl�.in Yhe
casing.
C. Certificates and Test Raparts
a. 5ubmittals for certificates and tesfiing reports slaaIl be as outlined in Article 1.9 af
this Section.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MATNTENANCE MAT�+ RTAL SUBNIITTA.LS [NOT iFSED]
1,9 Qi7ALITY ASSUR�►NCE
A.Qualiiications
1. Manufacturers
a. Shall be Ameriaan CQncrete Pressure Pipe Association (ACP�'A} Quality
Program certi�ed, I.S.O. Quality Cer�ification Program certified, or equal, for
�ancrete Pressure Pipe and aceessary rnanufacturing.
b. Pipe manufacturing operations {pipe, lining, and coatings) shall be performed
under the contral of the manufacturer.
c. Pip.e shall be the produet of 1 manufacturer which has had nat Iess tttan 5 yeaz's
successful experience rr►ar►ufacturing AW WA C303 pipe af the particular type
and size indicated.
1} This experience record wiil be thoroughly investigated by the Engineer, and
acceptar�ce will be at the sole discretion ofthe Engineer and City.
2) Pipe manufacturing operations (pipe, �ttings, lining, and coating) shall be
perforzned at 1 lacation, unless otherwise approved by the Engineer.
d. Pipe shall be manufactured in accordance with the latest re�isions of
AWWA C303.
B.Certifications
Prior to shipment of the pipe, the Pipa Manufacturer shall submit the following:
a. A Certificate of Adeguacy af Desi�n stating that th� pipa to be furnished
camplies wiih AWWA C3Q3 �and these Specificatians
b. Copies of resulfs of factory hydrostatic tests shall be pravided to the Engineer
CITY OP F4RT WOATH 2O21 WA'i'8R MAIN LEAK
STANDARD CON�TitUCTipN SPECIFICA'ITON DpCU.NEENTS R�PAIR CON'i'RACT
�tevised Decemhet 20, 2012 City Project ]+�o. 1Q3327
331I i3-fi
CONCCZETE PRES5URE PIPE, BAR-WRAPPED, STEEI, CYLINL]$R'�'YP�
Page6of17
a MiYI certificates, including chemical aild physical test results for each l�eat qf
steel
1) The ma�aufacturer shall perform the tests described in AWWA C3Q3, for all
pipe, fttings, and specials, e�cept that the absn��ptinn t�st d�tailed in this
Sp.ecif'tc�.tion shall supersede the requirements of the appIicable portion of
AWWA C303.
d. Certified test reports for welder cet`�iftcation %r �'actory and iield welds in
aecordance witla AWWA C343, Section 5
�. Certiiied test reports for cement martar tests
f. Certi#ied test reports for steel cyliilder tests
C.Hydrostatic Pressure Testing
j. �Iydrastatic pressure testing shall meet ar �xceed the reqllirements of AW WA C303
Section 4.6 — Fabricaiion.
a. Each pipe cylinder, with rings welded to its ends, sha�l be hydrostatically f;ested
priort• to application of lining oi• coating.
b. The internal test pt•essure shall 6e that which results in a�iber stress equal to 75
percent af the ininirn�nz yiald st��ezigth af the steel used.
e. Each pipe cylinder tested shal] be completely watertight under maafimum test
pressure.
d. Test pressure shall be held for su�icient time to observe the weld seams.
e. Pipe inanu�'acturer shall maintain a recording afthe pressure gauge repart and
pro�ide to the Engineer,
2. Fittings shall be fabzacated frc�m hydrostatically testeci pipe or fabricated of welded
steei sheets or plates.
a. Fittings shatl be tested in accordance with AWWA C303.
3. Factory Testing
a. Ceinanf Moriar Coating - Absorption Test
I) A vwater absorption test shall b.e perforined an samples of cuz-ed mot�tar
cQating take:n fa'om each woxking shift.
a) "I'he rnortar coating samples shall have been cured in the sarne manner as
the pipe.
b)A tesf value shail eonsist of the average of a minimum of 3 samples
taken from the same working shift.
c) The test method shaIl be in accordance with ASTM C447, Metllod A.
d) The average absorption vaIue for any t�st sh�ll not exceed 9 percent and
no individua.t samp.le shall have an absn:rpt�on exc�eding 11 percent.
e) Tests far each warking shift shall be performed on a daily basis until
conformance to the absorption requirements has been es#ablished by 10
consecutive passing test results, at wh�ch time testing may be
performed on a weekly basis for each working shift.
{1) Daily testing shal� be resumed far each working shift with failing
a6sorptian test z'esults and shall be maintained until conformance to
the absorption requirements is re-established by 10 co:nsecutive
passing t�st results.
C1TY OF FORT WORTH 2p21 WA.'TER MAIN LEAK
STANDARI� CONSTRlfCTTON SPECIFICAT`ION DOCUMEhITS IZEPAiR CQNTRACT
Revised lJacember 2fl, 2012 City Project I+fo. 103327
331[ 13-7
CDNCRETE PR�SSURE I'IPE, BAR-WKAPI'ED, STEEL CYI.INDER TYPE
Page 7 of 17
D.Cement Mortar Lining
1. Shop-applied ceinent mortar linings shall he tasted in accardance with AWWA
C303.
�. Czty Testing and Inspectian
1. The City reserves the option to have an independent testirfg laboratory, at ihe City's
expense, inspect pipe and fitkings at the pipe manufacturer's �alant.
a. The City's testing laboratoiy and Engineer shall have fres access to the
manufactur�r's plant.
b. The pipe manufacturer shall notiiy the City, i n writing, at least 2 weeks prior to
pipe fabrication as to start of fabrication and fat�ricating schedule. The City
will then advise the rrtanufacturer as to City's decisior� regarding tests to he
per�ormed by an independent testing labaratary.
c. In the event the City elects to retain an independent testing laboratory to ��nake
i�ateri.al tests and weid tests, it is the intent that the tests be limitad to 1 spot
testing of each category unless the tests do not show compliance with the
standard.
1) If fhese tests do not shaw cornpliar�.ce, t��e City reserves the right to haue ihe
labaratory r�alce additional tests and observations.
2. The znspection and testing by the independent testing laboratory anticipates that
production of pige shaIl be done over a nnrrr�al period of tinrae and wi#hout "slow
dawns" or other abnarmal delays.
a. ln the event that an abnormal production time is required, and the Cit}+ is
rec�uired to pay excessive costs for inspeotian, then the Contractar shall be
require.d to reimburse the City �or sueh costs over and abave thase which would
have been incurred under a normaj schedula of prod�ctian as determined by the
Engineer.
F. Manufa�turer's Tecl3nician for Pipe Inst�Ilation
Pipe Manufacturer's Representative
a. During the construction p�riad, the pipe manufacturer snall furnish the services
of a factary trained, qualified, job e�perlenced Yechnician to advise and instruct,
as necessary, in pipe laying and pipe jainting.
1) The technician s11a11 assist and advise the Canhactor 'rn his pipe laying
operations and shall instr.uet construction personnel in proper jaint '
assembly and joint inspection proceduz'es.
2) The technician is not requ�red to be on-site iu11 time; however, the
technician shall be regularly on-site during the first 2 weaks of pipe laying
and thereafter as requested by the Engineer, City or Co:ntractar.
1.10 DELI'VERY, STORAGE, AND HANDLING
A. Facking
1. Prepare pipe for shipm�nt to:
a. Affard ma�cimum pxotection from normal hazards of transportation
b. A�1ow pipe to reach project site in an undamaged condition
CITY OF FORT WOZtTH 2O21 WA'I'�R MAIN LEAK
ST.ANDARD CDI�TSTRC7C`Y'fON SPECIFICATION DpCLTMENT5 AEPA[1Z CONTEiACT
Re�ised Deeem6er 20, 2012 City Projeet No. f 03327
33 11 13 - $
CONCRETE P�tESSUIiE PIPE, BAR-W1tAPPE�, ST'HCL CYLINL}ER T'YPE
Page & of 17
Pipe damaged in shipment shali iiot be cielivered tn the project sit� unless such
damaged pip� zs properly repaired.
After the completed pipe atld iit�ings l�ave been rernoved from the final cure at
the manufacti.u•ing p.lant;
a. Protect pipe lining from drying by means of plastic end covers banded to the
pipe ends.
b. Maintain cav�t•s over the pipe ends at all times uritil ready to be installed.
c. Maisture shall be maintai»ed inside the pipe by periad[c addition of water as
necessary.
4. Pipes sha[1 be carefulIy suppot�ed during shipment anc! storage,
a. Pipe, fittings and specials shall be separated so that tl�ey do not bea� against
e�ch other and the whale l�ad shalI be seeurely fastened to prevent
mo�ernent in transit.
b. Ship pipe on padded bunks with tie-down st��aps approximately over siulling.
c. Store pipe on paddad skids, sand or dirt berms, tires or other suitable zneans
to protect the pipe fiom damage.
d, Each end and each length of pipe, fitting or special (42-inches and larger)
and the �niddle of each pipe joint shall be internally support�d arid braced
with stulls to maintain a irue cireular sk�ape.
i. Internal stulls shal] consist of timber or steal frmly wedged and secwred
sa that stulls remain in place during storag�, shipment and installation.
ii. Pipe sl�all be rotated sa fhat on� stull remains vertical dui•ing storage,
shipz�e�at and installation.
iii. At a minimum, stulls shall be placed at each end, each quarter point and
center.
B. Delivery, Handling, and Storage
1. �nce the first shipment of pipe has been deliv�red to the site, the Eitgineer and
the Contractor shall inspect the pipe's interior coating f�r excessive cr�.cking, a.
If e�cessiv� crackiiig is found, exceeding the allowanc� zn AWWA C303,
modify shipping procedures to reduc� or elzminate cracking,
2. Deliver, handIe and store pipe in accordance with the manufactur�r's
re.commendations ta protect coating systems.
G IVlarking for ldentification
1. For each joint pf pzpa and eaeh fitting, plainly mark on i end:
a. Class for which it is designated
b. Date of manufacfuret•
c. �dentificatian nuinber
d. Top centerlines shall be marked on all specials.
D. Point of Delivery
1. The Contractar is r�sponsi6le far securing and maintaining a lacation to store the
material in accordance with Section O1 b6 Op.
7.1.1 WARRANTY jNOT USED]
CITY pF FO$T VJOATH 2O21 PJATER MAIIV LEAK
STANDA.Rl7 CONSTRUCTION SP$CIFICATIOIZ DOCUMENTS REPAIR CONTTtACT
Revised 1]e.cember 2�, 20 f 2 City Projeet No. 103327
33 11 13 - 9
GONCRETE PRESSURE PIPE, BAR-4'�RAPPED, 5'I`�EI, CYLIlVDER TYPF.
Page 9 af 17
PART 2 - PRDDi7CTS
21 OWNER FURNISHED [NOT i7SED]
2.2 EQUIPMENT, PRODITCT TYPES, AND MATERXAi�S
A.Manufacturers
I.
2.
Only the manufacturers as listed in the City's Standard Products List r�ill be
considared as shawn in S�ctian O1 60 OD.
a. TMe manufacturer must carnply �+ith this Specifieation and related Sections.
Any product that is not listed on the Standard Products List is considered a
substituiion and �hall b.e subinitted in accordance v�ith .Section O 1 25 00.
B.Materials
1. General
a. Pipe shall ba manufactu�•ed in accordance with the latest revisions of AWWA
C303, AWWA M9, as well as the special requireinents of this Specification.
b. All pipe shall meet ti�e requirements ofNSF 61.
2. Cement
a. Cernent far use i�� concz'ete and mortar shall be Type I or II Portland Gaznent.
3, Aggregates
a. Aggregates for concrete lining and coating sha3I confoz't�n to ASTM C33.
4. Sand
a. Sand used for inside and outside joinis sha11 be of silica base, conformi�-�g to
ASTM C 144.
5. Spec.ial Coating {Mortar Rings)
a. Pipe to be installed in casing shaIl have 2 built-up mortar rings, each appro�mately 2
feet long and slightly higher than th� pipe bell, to prevent the pipe from being
supporteei by the pipe bel1. Built-up mdrtar rings are to be applied at the quarter
points of the pipe secYion.
6. Bushings, Couplings and Flugs
a. W�ere outlets or taps are threaded, fi�rni.sh and install brass raducing bushings in
larger steel half couplings for the ouYlet size indicated.
b. Threaded plugs sha11 be brass.
7. Mixes
a. Cement Mortar
1) �eme�t :txiartar used for pauring join#s shall consist of:
a) 1 part Portland Cement
b) 2 parts clean, �ne, sharp silica sand
c) 1V�ixed with water
d) No manufacfured sand shall be permiited.
e) Exterior joint rnoxtar shall be rnixed to the consistency of thiek creatn.
� Interior joint �►ortar shall ba mixed with as little water as possible so that th�
martar is very stiff, but workahle.
C1TY OF FORT WORTH 2621 WATER MAtN LEAK
STANI]l�RD CONSTRUCTIflN SPECIPICA7'IQN DOCUFvIENSS �tEPAIIZ CONTTLACT
Revised December 20, 2012 City Project Na. 103327
331113-]0
COl�'CKET� PRESSURE PIPE, BAR-WRAPP�]?, STEEL C'YLINDER TYPE
Page l f} of 17
g) Cement shal� be ASTM C150, Type I or Type II.
h) Sand shall confarm to A5'I'M C144.
2} Cement �no�•tar used for patcfiiilg shall be mixed as per cement �nartar for inside
j aints.
8. Joint Wrappers
a. Joint wrappers shall be inanufactured by Mar-Mac Manufacturing Company, or
appz'oved equal.
b. For pipe within casing, Flex Protex joint fillar, or appi•oved equal, may be used fo.r
pipes that can be welded from the interior.
9. Flexibla Joint Couplings
a. �lexible Joint Couplings shall be Dr�sser Style 38, Smith-Blair Style 41 I ar
approved equal.
10, Pipe Ends
a. The standard pipe end shal] incl.ude steel joii�t ring and a continuaus salid rubhez� ring
gasket as p.er AWWA 1VI9.
11. r'iaskets
T) Flange in accordance withliWWA C2�7.
2) Provide Gaskets in accordance with Saciion 33 I 1 O5.
12. Solts and Nuts
a. Flanged Ends
1) Fla�lge in accoz-dance with AWWA C207.
2) Pravide bolts and nuts in accordance with Sectiai133 11 O5.
I3.. Isolation Flanges
a. Flanges required by the drawings to be Isolation Flanges shall conforzn to Section 33
04 10.
14. Flange Coatings
a. Flan�e Coatings in accordance wit�i S�ction 33 I 1 O5.
1S. Thx'�aded Outlets
a. Where autlets or taps are #hreaded, Threaded with CC Threads and furnisll and install
brass bushings for fihe outlet size indicated.
1 b. Weld Lead Outlets (if applicable)
a. Use of threaded outlets for access for weld leads is permitted.
Additional o.utl�t canfigi.uations shall be app��oved by the ��gin��r.
c. Outlets shall be welded af�er use.
17. Snap Rings
a. Snap rings shall be manufactured by Hanson, or approved equal.
C. Performance 1 Design Criteria
1. Pipe Design
CITY OF FORT WORTH 2O21 WATEI2 MA1TI L�AK.
STAIVDARD CONSTRUC"CI�N SPECIPICATIaN DqCiIMENTS REPAIR CON'I'12ACT
Re�ised Deeember 2D, 2012 City Project No. I Q3327
331113-1[
CONCRETE PI�ESSURE PIP�, $AIt-WRAPPED, STE�L CYLINBER TYPE
Pa$a 11 of 17
a.
b.
c.
e.
f.
Pipe shall be d�signed, manufaciured and tested in aceordance with the latest
revisions ofAWWA G30�, AWWA M9, as well as the special requirements ofthis
Specification.
Sizes and pressute classes (working pressure) shall be as speeified in the Drawings.
For the purposes oi pipe design, working pressure pIus transietat pressure shall be as
indicated laeiow.
Pipe design shall be based on trench conditions an.d design pressure class specified in
ihe Drawings.
Pipe shall be designed according to the methods indicated it� AWWA C303 and
A W WA M9 for trench construction, using the faIIowing parameters:
1) Unit Weight of �'ill (w) = 130 pounds per cuhic foo#
2) Live Load = AA5HT0 H-20 truck for unpaved conditions
3) Live Load = Cooper E-8D loading for rallroad crossings
9) Trench Depth = As in.dicated on Drawings
S) Coeffieient K„' � 4.150
6) Trench Width (Bd) as indicated on Drawings
7) Bedding Conditions = as indacated an Drawings
S} Pressura Class = 154 psi min. working pressua�e
9) Surge Allowance = 100 psi minimum
a) where: Total Pressure (including surg�) = 150. psi -� 100 psi — 250 psi.
10) Deflectian Lag Factor = 1.0
11) Soil Rea�tion Modulus (E') � 1,000
Trench depths indicated on Drawings shall be verified after e�sting utiIsties are
located.
1} Vertical alignment changes required because af existing utility or other aonflicts
sha11 be accommodated by an appropriate change in pipe design depth.
2} In no case shall pipe be installed deeper �aan its design allows.
2. Provisions for Thrust
a. Thrust at bends, tees or other fittings shal� be resisted by resttainad jdi�.ts or snap
rings.
1) Thrust at bcnds adjacent to easing shall be restrained by welding joints thraugh
the casing ar�d a sufficient distance each side af the casing.
2) No thrust restraini contribution shall be allowed fOr pipe in casin.g unless the
annular space in the casing is filled with groL�t.
3j The distance for thrust restraiilt shown on tMe Drawings is tlae zninimum restraint
and dnes nat relieve the manufaeturer frorn calculating the restraint needs as
specified herein.
a) In no case shall the restrained disYance be less than indicaied on the
Drawings.
Resirained jaints shall be used a sttff'�cient distance from each side offihe bend, tee,
plug or ather iitting to resist thrust which develops at the design press�re of the pipe.
1) The rlistance for thrust restraint showr� o:n the Drawings is the minimurr► restraint
and does not relieve t�1� tnanufacturer from calculating the restraint needs as
specified herain.
CITY DF FORT WORTN 2021 WAT�R MATi�T LEIIIC
STANI7AAD CONSTRUCTION SPECIFICATION DOCUMENTS REPAIR CONT1tACT
Revised Decemher 20, 2D12 City Project No. 103327
33 11 13 - 12
CONCRBTE PRESSURE P1PE, BAIi-WRAPPED, STEEL CYLIN➢�R TYPE
Page 12 of 17
a) In nq case sha11 the restrained distance be less tl�an indicated on the Drawings.
2� Restrained joints shaIl cansist of we]ded joints or snap rings.
3) In areas wl�ere res.trained joints are used for thrust restraint, t12e pipe shall have
adequate cylinde:r thickne�s to transmit the thrust forces.
Thrust restraint design
1) The lengih of pipe vvith restrained joints ta resist thrust forces shall be verif ed by
the pipe manufacturer in accardance witfi AWWA M9 and #he follovaing:
a) The Weight of Earth (We} shall be calculated as tlte weight of Yhe praj�eted
soil prism above the pipe.
(1) Soil Density = 130 pounds per cLibic foot {maximtun value to ba used for
unsaturated soil).
Thz'ust collars wiZl only be permitted for tempara�•y plugs.
1) Thrust collars may not be used fof• any otl��z� application, unless approved in
writing by the Engineer.
3. Inside Diarn�ter
a, The insade diametee, of the cement martar lining shall be the �tominal diameter
specified, unless otherwise indicated on the Drawings.
4. .Toint Bonds, Insulated Connections actd Plange Gaskets
a. .Taint Bonds, Insulated Connectian and Flange Gaske#s si�all be i�� accordance
with Section 33 04 10.
Bend Fittings
a. All bend fitti�gs shall be long radius to permi# passage of pipeIine pigs.
6, Fittings with Tlatiges
1) Flanged joints shall be provided at connectio�-�s to valves and where indicated an
the Drawings.
2) Ends to be fitted with slip-on flanges shall have ihe longitudinal or spiral welds
g�-ouiid flush #o accommodate tha type oi flanges provided.
3} Pipe flanges and walding of �langes to Concrete Pressure Pipe shall conform to
the z-equirements of AWWA C20'7 and AWWA C206.
4) �'ipe flanges shall be of rated pressure equal to or greater than #he adjac�nt pipe
class.
S) Flanges shaII match the fittings or appurtenances which are to be attached.
2.3 Flanges shal] l�e Class E with 275 psi warking pressure in accardance �vi�h AWWA
C207 and in accordance with ASIVIE B16.1 Class 125 for areas designated with a.
2�5 psi test pressure, ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTRQL [NOT US�D]
PART 3 - EXECUTION
3.1
3,2
INSTALLERS [NOT iTSED]
EXAMLNATIOlv [NOT USEDj
CiTY OF FORT Wt?CtTH 2Q21 WATERMAIN LEAK
STANDARD CONST[iUCTIQN SPECIFTCATION DOCiJMEIVTS REPAIR COAFTRACT
Ravised December 20, 2Q12 City Project No. 103327
33I113-13
C0IYCRETE PRESSURE PIPE, BAR-WRAPP�D, STEEL CYL1Nla�R TXPB
Page 13 of 17
3.3 PR.EPARATrON [NOT USED]
3.4 INSTALLATION
A. General
1. Install Cancrete Pr�ssure Pipe, fittings, specials and app�u•tenances as required for
the pxoper fianct'iarung of the completed pipe line.
2. Install pipe, i'ittings, specials and appurtenances as specif ed iterein, as sp�cifi�d in
AWWA M9, ancl in accordance with tha pipe manufaciurer's recommendations.
3. Lay pipe to the liales and grades show on the Drawings.
4. Excavaie, embed and back�II treqches in accordance with Sectian 33 a5 10.
5. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animais and trash — during and after
the laying operation.
h. Eff�ctively seal t�e apen end of the pipe using a gasketed ni.ght cap.
6. If pipe is placeci in casing, restrain pipe from floa#ing as re.quired in Article 1.6.I3.4,
B.Pipe Handling
I. Haul and distribute pipe fttings at the project site and handle piping �vith care to
avoid damage.
2. Befare lowering into the trench and inspect each jnint of pipe and reject �r repair
any damaged pipe.
3. Pipe shall be handled at a11 times with a mizumum af 1 wide non-abrasive sling,
belts or other equipznent designed to prevent damage to the coating or linin�.
4. The equipment shal� be kept in such repair that its continued use is not injurious to
the coating.
5. The spaci�g of pipe supports required to handle the pipe shail be adequate to
prevent cracking or damage to the lining or coating.
C.Pipe Jointing
1. General
a. Tharoughly ele:an the bell and spigot rings before laying �ach joir�t of pipe by
brushing and wiping.
b. 1f any damage to the protective coating on the metal has nccurred, repair the
damage hefore laying the pipe.
c.. Lularicate the gasket and the inside suriace of the bell with an appro�ed lubricant
(fl� soap} which will facilitate the telescoping pf the joint.
d. Tigl�tly fit together sections of pipe and exercise care to secure true alignment
and grade.
e. When a�oint of pipe is being laid, place the gasket on the spigot ring and enter
the spigot end of the pipa into the bell of the adjoining pipe and force into
position.
1) The inside joint space between ends of the pipe sectians s1�al� laave an
opening within the tolerances as recom�xtended by the pipe manufacturer.
CITY QF FORT WORTH 2O21 WA'I'EIi MAIN LBAIC
STANDAI2D CdNSTRUCTION SPCCIFICATION DpCiIMENTS REPAIR CONTRACT
Revised December 20, 2012 City Project I�Io. 103327
33 l l 13 - 14
CONCRET� PRESSURE FIPE, Bt11t-11VRAPPrD, STEEL CYLINDER T'YPE
Pagc 14 of ] 7
f. Na "blocking up" of pipe oz� joints will be permitted, and if the pipe is rtot
unifo��znIy supported or the joint not made up prop�rly, remove tne joint and
properly prepare the trench.
g. After joining, check the position of the gasket with a feeler gauge.
1) If the gasket is out ofposition, disassemble the jpint and repeat the joint
laying procedure.
h. Far interior welded joints, complete backfilling before welding.
i. �'o�• extet-ior field-welded �oints, provide adaquate working rooin under and
beside the pipe.
2. Exterior Joints
a. Make the exteriar joint by placing a joint wrapper around the pipe and secure in
place with 2 rnetal straps.
I} The �vrapper shall be 9 inches wide for pipe 3b-inches and larger, and 7
inches wide for smaller pipe, herr�med on each side.
2) The wrapper shall be �bergl:ass reinforced or burlap cloth, witl7 le�zgths
ancircling the pipe, leaving enough ope��ing between ends to allow the
mortar to be paured insida the wrapper into the joint.
3) Fill the join� with mortar from 1 side in 1 ca��tinuous operation until it has
flowed eiiti�•ely around the pipe,
4) Duriiig the f lling of the joint, pat or manipulate the sides af t1�� wrapper to
settle the moi�tar and �xpel any entt•apped air.
Sj Leave wrappars in place undisturbed until the inoi�tar has set-up.
3. Interior Joints
a, C1pon campletion of backfilling ofthe pipe trench, f11 the inside j.oint recess with
a stiff cement mortar/high-strength grout.
b. Prior to placing of mortarlgrout, clean out dirt or trash which has enllected in the
joint and moisten the concrete surfaces of the joiilt space hy spraying or
6rushing with a w�t bruska.
c. Rain or pack the stiff mortarlgrout into the joint space and take extre�ne care to
insure that no voids xema.in in the jvint space.
ci. After the joint has been f lled, level the surfaces of the joint mortar/grat�t witla tha
intariar surfaces of the pipe with a steel trowe] sa that the surface is smooth.
e. Interior j oints of pipc smaller than 21-inches shall have the l�ottom of the bell
buttered with graut, prior to inserting the spigot, such that when the spigot is
pushed into position it will extrude surplus grout from the joint.
1) The surplus grout shaIl be struck off flush with the inside of the pipe by
pulliMg a iilled bUrlap bag ar an inf�ated ball th�-ough the pipe with a rope.
Welded .Toints
a. Weid joints iz� accardance with the AWWA M9.
1) Contractor shall pravide adequate �ventilation for welders and for the City to
observe welds.
2) Unless otlaer�ise speci�ed on the Drawings, welds shall ba full circle fillet
welds.
b. Adequate provisions for reducing temperature stresses shall be the responsibility
of fhe Cont�ractor.
CITY CiF rORT WORTH 2O21 W�t'3'EIt MAIN LEAK
5TA11DARD CDI�5TRUCTION SP&CIFICATION DOCUMENTS REPAIR CONTRACT
Ravised December 20, 20 i2 City Project No. 103327
33 11 13 - 15
CONCItETE PRESSURE PFP�, BAR-WRAPPEl7, STEEL CYLIjVAEK'FYP�
Page 15 of l7
c. Before welding:
1) Thoroughly clean pipe ends.
2) Weld pipe by machine or by the manuaj shielded electric arc process.
d. Welding shall be performed so as not to damage lining or coating.
e. Furnish labor, equipment, tools and supplies, including shielded type welding
rod.
1) Protect weiding rod from any deterioration prior to its use.
2) If any portion of a box o:r carYan is damaged, xeject the entire hox ar ca�-ton.
f. In all hand welding:
1} The metal shall be deposited in successive layers.
2j Not more than 1/8 inch oi�netal shall be deposited in each pass.
3) Each pass except the fnal 1, whether in butt or fillet welds, sha�l be
thoroughly bobbed ar peened to relieve shrinkage stresses and to r�move
dirt, slag or flLu� before the succeeding bead is applied.
4) Each pass shall be thoroughly fused into the p.lates at each side oithe
welding groove or fillet and shall not be permittied ta pile up in the center of
the we1d.
S) Undercutting along ihe side shall nat ba permitted.
g. Welds shall he fi'ree from pin holes, non-metallic .inclusions, air pocke�s,
undercutting and/c�r any other defects.
h. If the ends of the pzpe are laminated, split ar damaged to the ext�nt tl�at
satisfactory welding contact cant�at ba obtained, remove the pipe fram Lhe 1ine.
i. Furnish each walde�' �mployed with a steel stencil for marking the welds so that
the work of each welder may be identified.
1} Have each weldez' steneil the pipe adjacent ta the weld with the stencil
assigned to him.
a) In the event any welder leaves t�e job, his stencil sha11 be voided and not
duplicated if anatherwelder is amployed,
j. Welders
1) Each v+�elder empinyed by the Contractor shall be requirad to satisfactorily
pass a weiding test in accordance wiih AWWA C206 before being allowed
io weld on the line.
2) After each welder.has qttalified in the preliminary tests r�ferred to above,
inspections sha11 be tnade af joints in the Iine.
a) The inspection wi11 be done by a Certi�ed Welding Inspector retained by
the City.
3) An� welder making defective welds shalI not be allowed to continue to weld.
k. Weld Testing
1} Dye penetrant tes�s in accordance with ASTM E165, or magnetic particle
tast in accordance with AWWA C206 and set %rth in. AWS D. l.1, shafl be
perfarmed by the Contracior under ih�e supervision and inspec#ion of the
City's Representative or an independent testing laboratory, on all iull
welded joints.
C1T7i OF FQRT WDItTH 2O21 WATER MAIN LEAK
STANDARD CDHS'F'RUC'CIQ1V SPECIF[CATiQIY DpCUMENTS REPAIR COTI"I'RACT
Revised I]ecerrcher 20, 2012 City Project No. 103327
331113-i6
CQNCTtE'I'E PI2ES54IRE PJPFi, BAR �sJRAI'PED, STF,EL CYLIND�R TI'PF
Page lb of 17
a) Welds that are defective will be rep�aced or repaired, whicla�;v�r is
deemed necessary by the Engineer, at the Contractor's expens�.
b) If tha Contractoz� disagrees with the Engineer's interpretation of weldiilg
tests, test sections may be cut frorn the j aint for physicai testing. The
Cont�•actor shall bear ihe expense of repairing the joint, regardIess of
�e results af physical testing.
(1} The procedure far repairing the joint shall be approved by the
Engiiiear before proceedii�:g.
S. ]'rotection of Exposed Metal
a. Protect expased fcrro�s metal by a ra�zitimum of 1 inch coating of cement mortar
as previously specitied fQr inside joints, unless otherwise speci�ed in the
Drawings.
b. Exposed large flat surfaces such as flanges, bolts, cauliced joints, threaded
otittlets, closures, ete., shall have coating reinforcad with galvai�ized wire mesh.
e. Thoroughly clean and wet the surface receiving a cement mortar coating with
water just p�^ioz- to placing the cement mortar coating.
d. After placing, take care to prevent cement martaa� from cErying out too rapidly by
covering with damp �a.rth or burlap.
e, Cemettt mortar coating shall not be app�ied during freezing weather.
6. Patching
a, Excessive field-patching of lining or coa�ing shall not be permitted.
b. Patching of li�ai�g or coating will be allowed where area to be repaired dpes not
exceed 1 QO square inches and has no dimensions greater than 12 inches.
c. In general, there shall nat be rnot`� than 1 patch on either the lining or the caating
of any 1 j oini of pipe.
d. Wl�erever neeessary to patch th� pipe, make pafch wit� cstn�nt mortar as
previously specified for in�erior joints.
e. Do noY install patched pipe until the patch has been p.ropez•ly and ad�quately
cured and approved for laying by th� City.
f. Promptly remove rejecied pipe fram the site.
3.5 RFPAIR / RESTORATION �NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALrTY CONTROL
A. Field [oa] Site Tests and Inspeetions
1. Clean[t�g and Testing
a. Cleaning, disinfection, hyd.rastatic testing and bacteriological testing ofvwater
mains
1) Clean, flush, pig, disi_nfect, hydrostatic test and t�a�teriological tesf the wat�r
�nain as specified in Section 33 04 4�.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUST�NG [NOT US�D]
CI'CY OF FORT WORTH 202 i WATGR MAIN LEAK
STANLiARD COI�STRUC7'iON SE'�CIC'TCATION DqCT1MENTS KEPAIA CON"I"RACT
Revised December 20, 2012 City Project No. I03327
�a i � i3 - ��
CONCR�TE PA�SSURE PIPE, BAR WAAPP�1�, STEEL CYL1TIIlEFL TYPE
Page 17 of 17
3,i0 CLEANIlVG [NOT USED]
3.1.1. CLOSEOUT ACTIVTTIES [NOT IISEDj
3.1z PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED] END OF
� � SEC��ON
Revision I.og
DATE NAME SiJMMARY OF CIIANG�
1,1D.A.4.d. — Size revision for stull r�quirement
12/2012D12 D. Johnson 2.2.8.1�, 11, 12 and 13 —Added reference to Sentions 33 1I 45 and 33 04 I0;
removed rnateR•ia[ specifications for bolts, nuts and gaskets
CTTY OF FORT WORTH
STANDA ItD CON57'ItiTCTIOPI SPECIFICATjOI�[ DpCiJMEI�fT5
Revised Denemher 20, 2012
Z021 WATC12 MAIN LEAK
REPAIR CONTRACT
City Project No. 103327
33 12 LR - 1
WATElt SBRVICBS I-ItQCH TO 2=INCH
Page 1 nf 17
SECTION 33 ].2 1.0
WATER S�,RVICES 1-1NCH TO 2-1NCH
PART7- GENERAL
1.1 SUMMARY
A. Section Ir�cludes:
Lead-free 1-inch to 2-inch water service lines from the water maizl to the �-ight�of-
way, fittings and water metex' boxes complete in place, as shown on the Drawiilgs,
directed by the Engineer, and apecified herein for:
a. New Water Service
b. New Water Service (Bored)
c. Water Meter Service Relocate
d. Private Watea• Service
B. Deviatinns fram ihis Gity of Fort Worth Standard Specification
1. The refocatian, replacement o�r reconnectia.n of water services will be required
as shown on the plans a�td/or as described i� tbe Special Contract Docu�menfs
in addition to Ehose Ioeated in �hc ii�ld and idQntified 6y the Ez�gineer.
2. 1.2 Price and Payment ProCedures / A. Measurement and Paynnen� 1 L Nevv
Water �ervice J �. Payment:
Payment for a11 v�ork and materials sneh as tap saddle, corporation stops and
iittings shall be iu�luded in the price bid for "Service Taps to Main"
Paymeut for all work and materials such as furnishing and setting new meter
box shall be ineluded in the prica 6id for furnish and set meter box.
Payment far all �vork and materiAls such as backfill, iittiu�s, type K copper
tubing and cr�rb stop with lock wings shall he included ip the Linear Foot price
bid for servica line from main to meter, f"xve (5) feet behind the meter.
3. 1.2 �riee and Payment Procedures / A. Measurement and Pay�nent 13. Water
Meter Serviee Recannect 1 b. Payment:
No additional eo�npensatian will be given in Miscellaneans Contracts for water
service reconnections
4. L2 Price and Payment Procedures / A. Measurement and Payment 15:
Mul#i�ale Service Sranches — When multiple servicc branches required, the
contractor sha[l furnish approved factor� manufactured branches. Payment
far muliiple service branches will ��aelu[�s furnishing and installing the
multiple service branch onl� and all other costs will be included in the
appropriate bid item(s).
C. Products Installed but :not �'urnished Under this 5ection
1. Water meters for various sizes
D. Related Specification Sections include, but are not necessarily �imiied to:
1. Dieision 0-- Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 33 Q4 40 -- Cleaning and Aaceptance Testing of Wat�:r Mains
CiTY OF FOIiT WQRTI-I 2021 �IVATER MA1N LEAK
STANDARI] CONSTRUCTIQN SPECiFICATIQI� DOCiIMENTS REPA[K COI+�'I"RACT
�2eviscd Fabruary 14, 2017 City Praject Na. 103327
33121fl-2
WAT"ER S�RVICES 1-INCH TO 2-INCI-I
Pags 2 of 17
4, �ectian 33 05 10 — Utility Trench Exeavation, Embedment and Backfill
5. Section 33 12 25 — Connection to Existing Water Mains
I.2 PRICE AND PAYMENT PROCEDUR�S
A. Measurement and Payment
1. New Water Seivice
a. Measuremei�t
1) Measureinent for this Item sh�.11 be per each i�ew "Water Service" compl�te
in plac� from tha tap of the main to the installation ofthe meter i�ax and
associated appurtenances where the service line is installed 6y open eut
con�truction.
b. Payinent
1) The work performed and maierials furnished in accordance with this Itezn
and measured as pro�ided under "MeasureLnent" wi11 be paid for at the unit
price bid per each "VJater Service" install�d 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) Tappin� saddle
4) Corporation stap
5) Curb stop
6) Fittings
7) Serviee line installed by open cut
8) Cc�ntzect�on to meter
9) Meter Box and Lid
i 0) Favement removal
11) Excavation
I2) HauIing
13) Disposal of excess material
1�) Surface Restoration associated with Meter Bpx installation and connection,
excluding grass (seeding, sodding or hydro-mulch paid sepa�rately)
15) Ciean-tip
16) Disinfection
17) Testing
2. New Bored Water 5ervice
a. Measurement
1) Measui•ement for this Item shal� be p�z• each new Water Service corriplete in
plaee froin the tap of the main to the installation of the meter box and
assaciated appurtenances where the service line is instaIled by trenchless
mathod.
b. Payinent
1) Tne wark perfortz7�d and materials furnished in accordance with this It�rn
and measured as provided under "Measureinent'° wiIl be paid for at the unit
price bid per each "Bored Water Sez'vice" installed for:
aj Various sizes
c, Th� price bid shall i�clude:
1) Suhzr�ittingproduct data
2) Tapping saddle
CPT'Y OF FORT WORTH �021 WATER MAIlV LEAIC
S'I'ANDARD CQAFSTRUC7'ION SPECIPICATIQl� DpCUA/iE1VTS REPAIE2 CONTRACT
Revised February 14, 2Q 17 City Project No. 103327
3� rz �0-3
WA�'�R SP,RVICE5 1-INCH Tp 2-FNCH
Page 3 of 17
3) Corporation stop
4) Curb stop
5) �'iitings
6) Service line installed by trenchles� methad
7) Caz�nectian to meter
8) Meter Box and Lid
9) Pavement remaval
10) Excavation
11) Hauling
12) Disposal of excess mata�^ial
13) Surface restoration a5sociated with Meter Box install�tion and connection,
excluding grass {seeding, sndding or hydro-mulch paid sapa�ately)
I4) C1ean-up
15) Disinfection
16) Testing
3. Water Meter Service Reconnect
a. Meas�u•ement
1) Measure�ne�t for this Item shall be per each Water Meter Service
Reconnect complete in place from public servzc� lin.e connection to private
service line contaection.
b. Payment
I} The wark perfonned in conjunction with z'elocation of the meter, associat�d
private service line, ftttings and meter hox 5 faet or less in any direction from
cen#ez'�i�e of existing rr►eter Soeation and the materials furnisiled in accordance
with this Item vvill be paid for at the unit price bid per each "Water Meter
Servica, Reconnection" installed for•:
a} Various size of services
c. The price bzd sha11 include:
1} Private service line
2� Fittings
3) Private connection to water metet'
4) Connection to existing private service line
5) Cut and criznp of e�cisting service
6} Removal and Disposal ar Salvage of existing 2-inch ar srtaaller water meter,
as directed by City
7} Pavement reznoval
8) Exca�ation
9) Hauling
10) Dispasal of excess material
11) Surface restorat�on for area disturbed %r installation of ineter box,
excluding grass (seeding, sodding or hydro-mulch paid separateiy)
12} C1�an-up
13) Cleaziing
14} Disinfection
15) Testing
4. Privaie Water Service Relocation
a. Measurement
CITY OF FOR.T WaRTH 2�21 W. A'['ER MAIN LEAK
5"l'ANDARD CONSTRUCTION SPECiFICATiOA! DOCiJ�uIENTS REPA,iR CDIV"ITtACT
Revised February 14, 2D 17 City Pro}ect No. 103327
33 iz io-�
WATER SERVICES l-]NCH T0 2-1NGH
Pape �+ pf 17
1) Measurement for this Itarn sha116e per linea.�• foot of Private Service
relacation complete in place ft•om t�e meter box io a eonnectian to the
e�isting service Iine on private propei�ty,
b. Payn�en�
1} Tlae wark performed in conjeznction with Privat� Sez�ice Line installation
where tlae meter and meter baxes are moved mare tt�aa� 5%et in any direction
from centerline of existing meter location and materials furnished in
accordance with the Item and measured as pra�ided under "Measureir�ent"
wil] be paid for a� the unit price bid per linear foot of "Private Water Service"
performed for:
a) Various serSrice sizes
c. The price bid shall include:
1) 4btaiiaing apprapriate permit
2) Obtaining Right of Entry
3) Submitting prqduct data
4) Private service Iina
5) Fittings
6) Backflow preventer, check valv�:, and isolation valve relocation, if
applicable
7) Connectian to existing private set•vice line
S) Yavement removal and replacement
R) Excavation
10) Hauling
1 l} Disposal of excess material
12) Surface restoration, excIuding gr.ass (seeding, sodding or hydro-m��lch paid
separately}
13) Clean-up
14) Cl�aning
15) Disinfection
16} Testing
1.3 REFERENC�S
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-af way, including corporation
stop, curb stop, fittings and water meter baxes coznplete in plaee, as shown on
the Dravvings.
2. New Service (Bo:r�d}
a. Installatian qf new 1-inch to 2-inch Water Service Line by t�enchless
construc�ion method froin the water main to the right-of-way, 'rnclud'fng
corporation stop, curb stop, ftttings and water metar boxes camp�ete in place, as
sI�own on the Dr�wings.
3. Meter S�rvice Reconnection
a. Relocatian and reconnection of the private servica line from an existing meter
to be abandoned and a new meter installed that lies vvithin 5%et of the existing
meter.
4. Private Service Reloeation
CI'1"Y OF P�RT WQATH 2O21 WATHR MAIN LEAK
STANDARD CQNSTRUCTIQN �PECIFICATION DQCUMENTS REPAIIZ CONTRACT
Revised Fabruary 14, 2fl17 City� Project No. ] 03327
331210-5
WATF.R SFRVICES 1-INCH TO 2-INCH
Page 5 of 17
a. Relocation az�d reconnection of private service line behind the water meter
where the e�istiilg meter to be ab�.ndoned aisd the new meter installed is greater
than. 5 feet of the existing meter. A licensed plumber is reyuired to relncate the
private set'vice.
5. Lead-fz�ee
a. Lead-free pipes atld plumbing iittings and fixtures shail contain less than 0.25
percent lead in accordance with tlie reducti.on of Lead in Drin�ing Water Act
(P,L. 111-3 SO).
B. Reference Standards
i. Reference s#andards cited in this Sp�cif cal.ian refer to the curren� 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. ASTIVI International (ASTM):
a. A48, 5tandard 5pecifcation for Gray Ixon Castings.
b. A536, Standard Specification far Ductile Iron Castin�s.
c. B88, Standard Speci�cation for Seamless Copper Water Ttibe.
d. B98, Standard Speciiicatian for Copper-Silieon Alloy Rad, Bax' and Shapes.
e. C131, 5tandard Specifcatian far Resistance to Degradation of Small-Size
Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine.
f. C150, Standarei Specificatian for Portland Cement.
g, C330, Standard Specification for Lightweight Ag�regates far Structural
Concrete.
h. C$57 (RL), Standard Practice for Minimum Struetural Design Loading for
Underground Precast Concrete LTtility Struct�z'es
i. DS$3, Stanc�asd Terrninology Relating to Plasties.
j. D1693, Standard Test Method for Environrnental Stress-Cracking of Ethylene
Plastics
3. American Water Works Association (AWWA};
a. C70D, Cold-Water Meters - DispIacement Type, Bronze Main Case.
b. C800, Underground Service Line Valves and Fittings.
4. NSF Internationa] (N5F}:
a. 61, Drinking Water Systean Cotnpanents - Health Effects.
5. Reduction oiLead in Drinking Water Act
a. Public Law l 11-380 (P.L. 111-380)
General Services Administration (GSA):
a. RR-�-621E, �ram�s, Covet's, Gratings, Steps, Sump and Cateh Basin, Manhola
1.4 ADM�STRATIVE REQUIREMENTS
A. .Schedu�ing
1. Provide advance notice for service interruptions and meet requirements nf Division
0 and Division 1.
1.5 �UBMI'I'TALS
A. Submittals shall be in accordance t�vith Section O1 33 00.
B. All submittals shali be appro�+ad by the City prior to delivery.
crr�r oF ro��r woRTx zozj w�,�� �Anv L�A�
STANDARD CONSTRUCT103+! 3PECIFECAT[ON DQCUMENTS REPAR2 CO�fTRACT
Revised Fabruary 14, 2017 City Project 1Vo. 103327
33 1210-6
bVATEIt B�C2V[CES 1-INCH TO 2-INCH
Page G of l7
1.6 ACTION �UBMYTTAL�lINFORII�IATIONAL SUBIITYTTAL�
A. Product Data, if applicable:
1. Tapping 8addie
2. Corporation stop
3. CLzrb Stop
4. 5ervice Li�e
5. Meter Bax
6. Meter Box Lid
B. Certifcates and Test Repoic'ts
l. Prior to shipment of any Water Service �omponents, the manufacturer shall st,tbinit
tl�e %llowing:
a. A Certiiicate of Adequacy of Design stating that the components to be
furnished coinply with all regulatoiy requiremenis identifiad in this �ection
includang:
1} The Reduction of Lead in Drinking Water Act (P.L. � 11-3&0)
2) AwwA csoo
3) NSF 6I
1.'7 CLOSEOUT SUBMTTTAL� [ND'T USED]
1.$ MAINTENANCE MATEI2IAL SUBMITTALS [NOT USEDI
].9 QUALITY ASSi7RANC�
A. �uali�catiqns
1. Manufactur�rs
a. Water Sert+icas shall meet or exceed the latest revisians of AWWA G800, NSF
61, the Reduetzon of Lead in Drinking Water Act and sha11 m�et or e�ceed the
require7nents of this Specification,
1.10 D�LIVERY, STORAG�, AND HANDLING
A. Storage and Handling Requiremenfs
1, Prpt�ct all garts such that no damage or de�exio�'ation will occur during a prolonged
deiay franrt tk►e tirne oF shiprnent untiI ir�stallalion is compl�ied a.nd the units and
equipment are ready for operatian.
2. Proteet aII equzpr,nent and parts against any da:mage during a prolonged period at the
site.
3. Frevent plastic and si:milar 6rittle items from being directly exposed to sunJight or
extremes in temperature.
4. Secure �nd maintain a Iocation to store the material in accordance with Section p 1
65 00.
CTTY OF FORT WpRTH 2O21 'WATER MAIN LEAK
ST.ANDARD COI�STRUCTIQN SPECCFTCATION DOCUMENT$ REPATR CONTRr1CT
Rar+ised February 14, 2017 City Project No. 103327
33 l2 [Q - 7
WATER SERViC$S 1-INCH TO 2-INCFI
1.11 TIELD [SXTEj CQNDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODi7CTS
2.1 O�VNER-FURNxSHED PRODUCTS
A. Waier meters fo�• various sizes
2.2 EQUIPMENT, PRODUCT TYPES, AND MA.TERIALS
A. Manufacturers
Page7af17
T. Only the manufacturers as listed on t�e City's Standard Products List will be
cansidered as shown in S�ction 01 6D Q0.
a. The �nanufacturex must camply with this Specification and related Seetions.
2. Any product that is not l�sted on the Standard T'roducts List is considered a
subsfitution and shall be submitted in accordance with 5ection 0125 40.
3. The Water Services and appurtenances shall be new and the praduct of a
manufacturer regulaxiy engaged in the manufac�uz'ing of Water Seivices and
appurtenanees having similar service and size.
B. Description
1. Regulatary Requirern.ants
a. All materials shall con£orm ta the Reduction nf Lead in Drinking Water
Aet (P.L. I11-380). TTais Act de%nes "Lead-free" for pipes and other
appurtenances to be less than 0.25 perceni lead.
b. Water S�rvices shall meet or exce�d the latest revisions of A WWA C8D6 and
shall meet or exceed the requirements of this Specification.
c. All Water Sexvices components in contaet with potable wat�r shall eonform ta
the requirements of NSF 61.
�. Materials/Design Cx'iteria
I. Serviee Lines
a. Provide Type K Copper Tubing per ASTIVI B88.
b. Furnish in the annealed conditions, unless otherwise sp�cified in fhe Contract
Dacuments.
2. Service Couplings
a. Fitting Ends
1) Flared Copp.er Tubing witlx tlu'ead dimensions per AWWA C800
2j Provide coupling nuts vuith a machined bearing skirt of a length equal to �1n�
tubing outer diameter (O.D.).
b. Provide with hexagonal wrench grip compatibte with the coupling size.
c. Pravide Iead-free serviee cauplings in accordance with the Reduction oiLaad
in Drinking Water Act.
3. Corpaxation stops
a. �z'ovide brass castings per AWWA CS00 for:
1) Bodias
2) Plugs
3) D washers
CITY QF F�RT WORTH 2D21 WATER MAIlY L�AK
STANDAl2D CONSTRUCTION SPECII'ICAT{QI�I DOCUIViENTS REPAIR CONTRACT
Kevised February 14, 2017 City Praject 3Yo. 1a3327
33121Q-8
WAT�R SERVICES 1-INCI-3 TO 2-INCH
Page 8 of I7
4} Bottam nuts
b. Ma�hining and Finishing pf Suz�faces
1) Provide 1 3/4 inch per foof ar O.1458 inch per inch � Q.007 inch pe�- inch
taper afthe seating surfaces for the key and body.
2) Reduce large end af the tapered s.urfac.� of the key in diameter by cl�amfer
or turning for a distance that will bring the largest end of the seating surface
of the key into the largest diameter of the seating suz�ace of the body.
3) Relieve taper seat in the bady on the sma�l end.
4) Extend small end of the key there-through to pz•event �l-ie wearing of a
shoulder and facilitate p:rape�� seating af key.
S) Design key, key nut and washer s�acl� t1�at ifthe key nut is tightened to
failure point, the stem and pf tlae key shall not fracture.
b) Design nut and stem to withstand a tuz�niiig foree on the nut of at least 3
times th� necessary efFor� to properly seat the key without falIure in any
manner.
7) Port thraugh corporation stop shall ba �ull size to elimmate turbuleizce in
fhe f�ow way.
8) Design stop fqr rotatiaa7 about the a�s of the flow passageway inside the
following minimurn circles in order ta properly clear the tappiizg machine:
a) Two 7/8-inch for 1-inch cnrpoxation stops
b) Four �5/16-inch for �'/z -inck► and 2-inch corporation stops
c. Prp�ide lead-iree corporatian stops in accorda�zce with the Reduction of Lead irt
Drinki��g Water Act.
4. Curb Stops
a. Provide brass casii:ngs per AWWA C$Ob.
b. Valve plugs shall be:
1) Cylindertype
2) Plug type, or
3) BaIl type
c. Incorparate full flow porting.
d. Pro�ida for full 360 degree plug rotation clockwise or counter-clockwise.
e. Overall Length
1) 3-S/lb inch ± 118 inch for 1-inch diameter
2) �4-1/32 inch � 9.32 for 1-inch diameter
f. CylindricaI Plug Type
�) Provide O-ring seal at top and bottom.
a) O-ring at top anly Rs ac�eptable if bottom of curb stap body is closed,
2) Seals sha11 be Buna N.
3) 1 O-ring seal shall surround the outlei port o�the curb stop and act to
effectively seal in the closed position.
4) The por� in the plug shall provide a straight thraugh, full size flow way, so
shaped as to eI�minate turbulence.
5) All waterways sfiall be smooth and free of burirs or rough areas.
6) Design the curb stop tQ pro�ide ease and accuracy of operation and positive
shut-off of water.
g. Tapered Plug Type
I) Pravide O-ring seal at top and battom.
2} Tl�� tapered plug and cylindrieal reeess in ihe valve body shall be macllined
to mafch within approved manufacturing tolerances.
C1TY OF FORT WOATH 2O21 WATER MAIN LEAK
ST�.NDARD CONSTRUCTION SPECLFTCATION DOCi1MEI�TS REPAIR COI�TFLACT
Re�ised February 14, 2017 City Project No. ] 43327
33 12 10 - 9
V�A"f'ER SCRVICE� 1-INCH TO 2-1NCIT
Page 9 of 17
3) Inlet and autlet ports shaIl be seal�d by O-rings or combination Teflon U-
shaped seal rings backed with O-rings.
�) Tlte port in the plug shall provide a straight through, fuil size flaw way, so
shaped as to eliminate tLlrb�.ilence.
5) All waterways shall be smootfa and fre.e of burrs or rough areas.
6) Design the curb stop to provide ease and aecuracy of operation and positive
shut-off af watez'.
h. Ball Plug Type
1) Pro�ide dnuble O-ring seals on the stem.
2) The ball shall seal against rubber rings mount�d in the valve body at the
inlet and autlet ports.
3) Thc baJl shall be bronze witl� a smooth Teflon coatin�.
4} The port in the pSug shall provide a straight tY�rough, fiill size flaw way, so
skzaped as to eliminate turbulence.
S} AlI waterways shall be smooth and fi•e� of burrs or rough areas.
i. Pro�+ide lead-free curb staps in accordance wzth the Reduction of Lead in
Drinking Water Aet.
5. 5traight Adapters
a. Brass castings and ihreads per AWWA C800
b. Provide lead-free straighi adapters in accordance with fhe Reduction of Lead in
Drinking Water Act.
6, `I'hree Part Copper Unions
a. Brass castings and threads per A�A C$00
l�. Provide lead-free Three Part Capper Unions in accordance with the Reductian
of Lead in Drinking Watar Act.
7. Straight Meter Couplings
a. Brass castings per AVJWA C84Q
b. Threads per AWWA C7a0
c. Tailpiece with outside iro� pzpe thY'ead
d. Chamfer corners on threaded end af ineter ntat.
e. Machine inside and outsid� of tailpiece.
£ Provide lead-free Straight Meter Couplings in accordance with the Reduction af
Lead in Drinking Water Act.
8. Branch Con�ections
a. Brass castings per AWWA C800
b. Inlet and outlet connections per A�VWA C800
c. provide lead-firee hranch connections in accQrdance with the Reduction of Lead
in Dririlcing Wat�r Act.
9. Service 5addles
a. Castings
1) Brass or Nylon coa#ed ductile iron castings per AWWA CS00
2) Free of porosity with sharp edges r.emoved
3) Saddle
a} Farm to fit firmly against side nf maximum dzameter af water main
with appro�mately 180 degrees wrap around.
4} Qutlet
a) Design outlet boss for no thread distartion by bending moments.
b) Tapped for taper threaded corporation stap confarming ta AWWA
csoa.
CITY OF F'ORT WORTI-T 2Q21 WATER NfA[i�I LEAI�
STANDARD COIVSTitUCTION SPGCIFICATIOTi DOCIiIvI�3�[TS REPAiR CONTRACT
Revised February+ k 4, 2017 City Project No. 103327
33121p-LQ
WATEA SERVICES 1-1tVCH TO 2-INCH
Page C6 of I7
b. Straps
1) Conform ta ASTM B9$.
2) Form fiat to fit unifnr�nly against the wall of the water main.
3} Shall be double straps
4} Rod diameter not less than 518 inch �Iattened to l inch on one side.
5) Straps shall be threaded 5/8 inch {11�NG2A) for a ciistance such that %
inch remains af�ter clamp is fuIly tightened an the pipe.
6) �hamfer strap ends to protect the starti�lg threads.
7) The �reads shall be fiil.l and free fi•oin shear.
8) 4-inch and laxg�r pipe shall be in aceordance with 5ectian 33 12 25.
c. Nuts
1) Bronze material
a) Satne inaterial as straps
2) Dimensions equal to ar la.rger than h�avy hexagon nuts
3) Tappec! 5/8 inch {1 T-NC-2B}
d. Gask�ts
I) Naoprene rubber material
2) Ce�zaented to saddle and posi#ioned to facifitate instaIlation
1 Q. Brass Flanged Angle Valva
a. For 1'/2-inch and 2-inci� sezvices
b. Brass castings pez� AWWA C800
c. Valve Body with integral outlet �[a��g� and inlet wrenehing flat
d. Fit together key and body by tuz'nin� key and reaming body
1) Key with O-ring seal seat at the uppet• end
2) Lap kay and body seat are #o conforin to corporation stop requirements of
this Specification.
3) The outlet fiaiag� sI�all contain an O-rYng seat or a Uniform flat drop-in
flange gasket surface.
4) Drop-in flange gasket surface shall contain gasket retaining groavas m[iled
cireular about the axis af the f�an.ge.
5) The size of the outfet flailge and the diameter and spaeing of the bolt ho�es
shall conform to AW�JA �70Q.
6) Tk�e flange on 2-inch angle valves shall be dquble drilled to perinit
connection to 1 '/� -inch meters.
7} The inlet part of the valve shall 6e tapered to conform to AWWA C80�
taper pipe thread.
8) The key cap shall include a wrenching tee marked with a raised or recess�ti
arrow to show whether the valve is open or closed.
9) Valve Assembly (main body, key, key cap)
a) Brass material per AWWA C8�0
b) O-ring seal on the top of the key befwean tl�e key and hody seat
c) Key eap shall complete the asse�nbly by attaching to the key by means
of a strong bronze gin with phosphor bronze sprin� washar(s) depressed
between the key cap and the top af the valve main body.
d) Pro�ide with padloek wings for locking the valve in �ie clos�d position.
e) There shall be a uniform applieation 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 1oss, and shall ba frec of burrs or fins.
CITY pF FORT WORTH 2O21 WATER 11�A1N LEAK
STANDARD CONSTRUCTION SPECIFICATIQIV pOCUIVIEI�TS R�PAIIt� CONTRACT
Revised February 14, 2077 City Project No. 103327
�a i2 io-iE
WhTER SERV[CES l-INCH TO 2-LNCH
Page 1 ] of 17
h) The valve shall b� stratlg, well designed, neat in appearance, wafier-
tight and entiral}� adequate for the intended pur�ose.
i) Provide with. either a high qualiiy rubber dz•op-in gaskef or an O-ring
seal depending on the manufaeturer's #7ange seal su�riace desi�m choice.
e. Provide lead-free b�'ass flanged angle vaIves in accordance with the Reduction
of Lead in Drinking Water Act.
11. Meter Baxes shall:
a. Be constructed of:
1) Palymer, bIa�k polyethylene material as defined in ASTM D883.
a) Minimuin wall thickness of 3f8-inch throughout with no blowing
agents or foaming plastics
b) Bady shall be bIack throughout, blended at the time of manufactua-e,
and shall have a molded recycled emblem with a minimum of 35 pe:rcent
1'ost Industriall Pre Consum�x Recycled Content- verified with a Leed
Product Documentation.
c) Have atensile stren�Ch gxeatertha.�� 1700 pounds per square ineh (psi).
d} Smoath edges and corners and be free from sharp ed�es so the unit can
be handled safely without glnv�s.
e) Exterior free from seams ar par�ing 3ines.
fl Ha�e crush resistant ribbing along #he outside of ihe box.
g) Have a flange arounci the lid opening to help �revent settIzng and a.ide
in adjustment to grade.
h) Not to be installed in roadway — designed to witlistand loading in non-
deliberate and incidental traff c only.
b.
c.
d.
e.
g•
2) Concrete
a) Frame of No. 6 gauge wire welded closed
b) Type I or Type II Portland cement, in accordaa�.ce with ASTM C150,
portioned with lightweight aggregate, in accordanc� vt+ith ASTM C330
(1) Percentage of wear not io exeeed 40 per ASTM C13I
(2) Minimum 28 day compressive strength oi3,4D0 psi
Be able to withstand a minimurn 15,000 pounds vertical io�.d
Withstand a�ninimum 400 pounds sidewall load.
Have pipe holes �easuring a minimum of 2-1/2" x 3-114".
1-inch Standard Meter Box (Class A)
I} �'ar use with services utilizing S/S-it�ch x�/a-inch, 3/4-inch or 1-inch metez'
SingI� ar Duai service ineter.
2) 1'olymer
a) Size: working of not less than I O inches x 16 inches, 12 inches high
3) Cancrete
a} 5ize: working area not less than 10-inches x lb-inches, 12 inches high
2-inch Standard Meter Box (Class C)
1) For use wi#h services utilizing 1-112-inch or 2-inch Single serviee rneter.
2} 1'olymer
a) Size: woxking area not less than ] 4-inches x 28-inches, 121nch�s high
3) Concrete
a) Size: working at'eanot less than 15-inches x 26-1/2-itaches, 12 inches
high
Bullhead Standard Metez' Box (Class B)
1) For use with services utiiizing two 5/8-inch x 3l4-inch or 3/q-inch or 1-inch
Single service meter.
C1TY OF fOIt'T WORTH 2O21 WA'I�R ISrIAIN L�AK
5TANllARD CONSTRl3CT[ON SPECIFICAT(ON DbCU1VfENTS [�EPAIR COAiT1�ACT
Revised Fehruary l4, 2017 Ciry Project No. 103327
3312IO-12
WAT�IR SERVICES 1-I1VCI-] TO 2-INCH
3) Concrete
a) Size: working area not less than 15-inches x 18-in�hes, I2 incl�es high
Page 1� of 17
2) Polym�r
a) Size: working area not less than ZS-inches z� 1$-inclaes, 12 inches high
I2. Meter Bo� I..id
a. Mete:r Box Lids Sha�l:
T} Be solid throu�hhout with reinforcing ribs.
2) Have City af �'prt Worth `Molly' logo molded inta the lid.
3) Bear the Man�ifacturer's IS (name or logo} and Couaatty of Origin.
4) Be designed both with and `uithout AMI receptacles
S) Have a molded tread-plate
6} 5eat securely and evenly insit�� the meter box and shall not ov�rlap the top
adge of �he meter box.
7) I-�ave a molded pick bar for use by metex :reading too1.
8) Have Au#a�aated Meter Infrastructure (AMI) snap locking sIide mouiits far
number of ineters/endpoints associated uvith meter box
9) Have an ppening to accept the AMI end-point. 4pening sha11 accommodate
an endpoint with a I-7/$ inches diamete3�.
10) Have recessed AMI end point area, to alleviate a t��ip 1lazard, centered aver
AMl slide mount. Recess area shnuld be 4-112 inches in diameter and 3/8"
de�p.
11) Have built-in anti-£�ota�ion devices.
c.
Cast Iron ot• Ductile Iron
1) Lids for Cancrete Meter Boxes s11aII be consfr�tcted out of a cast iron and
meet RRF-62J specification.
2) Shall withstand a miniit�um vertical Ioad of I S,OOQ pounds
3) Coat castings with a bitut�ainous emulsifed asphalt unless ptherwise
specified in the Contract Doc�.�inents, ground smooth, and cleaned witl� shot
biasting, to get a uniform quality free frorn strength defects and distoi�tions.
4} Dim�nsions shaIl be within industry stazadards of�1/1� inch per foot.
5) Shall have a plug inserted in to tne AMI receptacIe to avoid water enteriiig
thraugh opening until the AI1�II reeeptacle is used
5) Be a minimum of 1-3/4 inches thick at reinforcing ribs.
7) Casting weights may �ary �5 percent from drawing weight per industry
standards.
Plastic{Composite)
1) The lid sha]] :
a) Constructed af Engineered Plastic as defined in A�TM D$83
(1) Hav� a rnolded recycled emblem with a minimum of 50 percent
Post Cansumer Recycled and 50 pezcent Post Industriall Pre
Cans�amer Recycled Content- verified with a Leed Product
Documentation.
(2) Be designed fo �t a concrete box/cast iron bo� in z'etrofit
installations.
(3) Have a tensile st�ength greater than 1704 psi.
(4} Have a`knock-out" plug to accept tha �1MI and- point. Knock-out
diameter shall be 1-7/$ inch diameter. A removable pIug.may be
substituted for the knock-out plug.
CITY O�' FORT WqRTH 2O21 WATERMAIN LEAK
STANDARD CONSTR[JCTIQN SPECIFICATION DOCUMENTS REPAIR CQI�lT12ACT
Revised k'ebruary 14, 2017 City Yroject No, 103327
33 12 10 - 13
WATER SERVICF,S 1-1NCHT02-ITiCH
Page 13 oi 17
(5) Be constt•ueted aut of a camposite material blend for maximum
durability and corrosion resistanc�.
{6) Be black throughout with no blowing agents or foaming plast�cs
(7) Smooth edges and corners and be free from sharp edges s.o th� unit
can be handled safely without glaves,
(8) Exterior free from seams or parting lines.
(9) Have a tnolded iread-pattern- iread dimensions shall be .188-inch x
.938-inch � .150-inch deep.
(10} Have "City af Foz�t Worth" molded inta the lid.
(11} Ha�e "'Water Meter" molded into the iid- Font shall be standard
Fadal C�C font vvith 1-inch characters x.I50-inch de�p.
(12) Have a molded pick hole poeket- dimensions shall be 3-inch x
91I6-incn x Thru Hole with 3/] 6-inch 304 stainless steel rod.
(13) Have 2 pieces o� �h-inch rebat• located in lid packets for
loeatability as shown in Drawings.
(14) Have lacation capability using metal detactar.
b) Damestic Manufaciure Only-Made in USA :m.olded an Lid.
c) Not to be installed in roadway or parking area
d) Be designed to withstand H-10 3oading for nn��-delibarate and
incidental trafFic oi�ly as .
e) Have ultraviole# protection.
2) 1-inch Standard Plastic Mater Box Lid {Class A)
a) �'or use with services utilizing 5/8-inch x�/a-inch,'/a-inch or 1-inch
meter Single or Dua1 service meter.
b) Size: 11-718-inch x 17-7/8-inch, ].-1./2 inches high
c) For use with Cl�.ss A 5tandard Meter Box.
d) Polymer lid shall seat ev�nly inside meter box and shall not overlap C�e
top edge of the meter bax.
3) 2-inch Sta�dard Flastic Meter Box Lid (Class C)
a) For use with services utilizing 1-112-inch or 2�inch Single serviee
meter.
b) Size 27-inches x 15-1/4-inches, 1-7/8 iilches high
c} For use with Class C Standard Mater Box.
d} Polymer lid slxall seat evenly inside meter l�ox and shall not ovez'lap the
top edge of the met�r box.
4) Bullhead Standard �'lastic Meter Box Lid (C1ass B)
a) For use with services utilizing two 5/8-inch x 3/a-inch ar 3/a-inch or 1-
inch 5ingle service meter:
b) Size: 16-5/8-in�ch x 1�1-5/8-inch, 1-3/4 inches high
c) Far use with Class B Standard Meter Box.
d) Polymer lid sha�l seat evenly inside meter box and shall not overlap the
top �dge of the meter box.
13. Horizontal Check Valve
a. Equip 1%z-inch and 2-inch Water Services with a horizontal check valve, with
pipe piug, only if specified in the Drawings.
b. If an existing backflow preventer is present, the Contz'acYor is to leave it, and is
not required #o provide an addstional horizontal check valve.
c. Provide lead-firee horizontal check valves in accordarice with the Reduction of
Lead in Drinking Water Act.
CTTY bF FORT WORT�I 2fl21 WATER MAIN LEAK
STAN]7ARD CQNSTRU�TION SPECIPICATION DQCUM�NTS REPAfit CONTRACT
l�evised February 14, 2017 City Project No. 103327
33 �a �o-1a
WATER 5�RYICES 1-INCH Tp 2-INCH
14. Seivice Marker
a. 3 inch wide, 5�nil blue vinyl tape
2.3 ACCESSORIES [NOT iTSED]
2.4 ,SQU�CE QUALITY CONTRQL
A. Tests and Inspections
P�ge l4 of l7
1. Ai the City's option, the tnanufacturer shall be requircd to provide certifica#ion
re.co�•ds showing can%rmance of materials, design and testing to these
Specificatians.
2. The test pracedures shall ca��form to AWWA C800.
a. In the event that a ef�osen val�e fails the City's hydrosta.iic t�st, the cost af the
test shall be at tY►e expense af th� supplier.
b. Prooitesting of the remainder of the valves sY�all be at the cost and
respansibility of the supplier.
c. Thase te,sts will be the basis of acceptance or rejection nf the remainder of the
shiptnent by the Ciiy.
3. The City reserves the right to select pt•oc�ucts at randoin for tasti��g. The faiiure of
materials to confai•in to the applicable Specification may result in the z-ejectian of
the entire shipinent,
B. Marking
1. Se��vice saddle castings shall be elearIy :marked 6y letters and numerals cast thereon
showing:
a. Manufaciurer's name
b. Type
c. 5ize of 1'ipe
PART 3 - EXECUTYON
3.1 INSTALLERS
A. A licensed plurnlaer is required for instailations on the autlet side of the seruice �nete:r.
3.2 �XAMINATION [NQT USED]
3.3 PREPARATION [NOT USED]
3,4 IN�TALLATION
A. Gen�ral
1. Install Water Services and appurtenances in accoxdance with AWWA CS00.
2. Install Water Service Lines 5 feet north or east of center of lot fr•ontage on lots 75
feet ar wider, or where shown on Drawings.
3. Tnstal] Water Service Lines an ]ot center line on lots less than 75 feet wide, unless
otherwise shown on the Drawings.
4. Install services at a minimum depth qf 36 inehes below final gradelpraposed top of
curb, unless othervvise specified in th� Coniract Documents.
5. Perform leak tests in accordance with Seciion 33 04 40.
CITY OF FORT WORTH 2O21 VVATER MAIN LEAK
STANDARD CpNSTRiICTIQN SPECTFICATiON DOCUMEI�iTS REPAIR CONTAACT
Re�ised Pebruary 14, 2017 �ity Project TIa. ] 03327
33 32 ]0 - l5
WATER SFRViCE3 1-[[JCl� TO 2-INCH
Page TS of 17
6. Replace existing 3/-inch Service Lines with 1-inch new Service Line, tap, and
corporation.
7. Install replaced or relocated services with the service inain tap and service line
bei��g in line with the service meter, unless otherwis.e directed by the City.
8. Excavate,. embed and backfll trenches in accordance with Seetion 33 OS 10.
B. Handling
1. Haul an.d distribute Service Lines fittings at the project site and handle with care to
aVoid damage.
a. Inspect each segment of Servic� Lin.z and reject or repair any damag;ed pipe
prior to lowering into the trench.
b. Do not handle the pipe in suck�. a way that will damage the pipe.
2. At i:he close of each ope�ating day:
a. Keep the pipe clean and fre� af ciehris, dirt, anima�s ancl trash — during and after
the laying operation.
b. Effectively seal the �pen enc3 of the pipe using a gasketed night cap.
C. Service Line l��stallation
Service Taps
a. Only ductile iron pipe may be directly tapped.
b. Install service t�ps andlor �ap assemblies of the specified size as inciicated on
the Drawings, or as specified by the Engineer.
c. Perform taps on a water system that is either uncharged or under pressuxe.
d. Taps consisi of:
I) For Concrate Pressure Pipe or Steel Pipe
a) Standa�rd i�aternal pipe fhreaded holes in the pipe walls
(1) Made duringpipe fabrication
(2) Provide fap�rad threaded outiet with cc threads far up to 2-inch.
(3) Provida flailge outlet with flange to thread insulator adaptor kits for
4-inch an.d larger #aps.
2) Other pipe materials
a) Branze sexvice clamp with a sealed, threaded port through which �he
pipe wa11 is drilled to complete a setvice port
e. Tap Assemblies
1) Consist of carporation stop with iron to copper eonnection attached to:
a) Copper tubing terminating as shown on the City's Standard Detail
b) May be required adjac�nt to gate valves
c} Instell as shown on the Drawings, or as directed by the Engineer.
d) Wl�en required, shall be included in the unit price bid fflr installing gate
valve.
2) Chlorination and testing purposes
a) No separate paymenk will be made for ta.ps required for testing and
chlorination.
2. Installation of Water Services
a. Install tap and Service �,ine in accordance with City Details.
b. Install meter box in accordance with City Details.
I) Adjustment of the S�rvice Line to proper meter placement height shall be
considered as part of the Meter Box installation.
3. Trenching
C1TY OF FORT WpRTH 2O21 WATER MAIN LSAK
STANDARD CONSTRUCTlp1� SPECIFICATION DOClJ1YI�IQTS REPAIR CON'f'RACT
Revised Pebruary 14, 2017 City Projeet No. ] 03327
33 ia ra- i6
�iJATER SEi�VICES I-INCH TQ 2-INCH
Page l6 of l7
a. Provide a tt•ench widti� suffieiantly wida to a[Iow for 2 inches of grariular
emb�dment on eithei� side of the Service Line.
�. Bored Serv[c�s
a. Services shall be bored utilizing a pilat hole having a diameter'/ inch to 3/4
inches largez' tl�an the Service Line.
5. Arrangemen#
a. Arrange coipqration staps, branches, cut•h staps, metei• spL►ds,. meter boxes and
other assaciate appurtenances as shown in the City Detail, and to the approval of
tI1e Engineer.
6. Service Marker
a. VVh�n Meter Box is not i�istalled immediately subsequent to ser-�ice ir�stallatian:
1) Mark Curb Stop with a strip of E?lue viny] tape fastened ta the end of the
service and e�ending.throttgh the baekfill approxirnately 6 inches ahove
ground at the Meter Box location.
b. Installation of service faps on1y:
1) Attach service 7narker tape ta the eorporation stop ar plug and extend
upward and narmaI to the tnain through the backfill at the adjacent ti•ench
edge to at least 6 inches abave ground to flag the tap lacatio.n,
'1. Corporation stogs
a. �'ully open corporatian stop prior to baclt�II.
D. Removal af �xistin� Water Meters
1. Remove, ta€;. and collect existin.g Water 5ervice meter for picicap by the City for
reconditioning ar replacement.
2. After installatian of the Water Service in the propased location and receipt of a
me�er from the City inspector, instal] ihe meter.
3. Reset the meter box as necessary to be flush with existing graund or as ofherwise
directed by the City.
4. All such work on the outlet side af the service meter shall he perforined by a
licensed p.lumber.
3.5 REPAIR 1 RESTORA.TION jNOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 F{IELD [on] STTE QUALITY CONTROL
A. Field Tests and Inspectzans
1. Cheek each Water Ser�ice installaiion for leaks and full flow through the curb stop
at the time the rrta.�n is tested in accardance with 5ection 33 04 40.
3.8 SYST�M STARTUP [NOT USED�
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.1I CL.0,5E4UT ACTIVITIES [NOT iTSED]
3.12 FROTECTYON [NOT i7SED]
3.13 MAINTENANCE [NOT USED]
CITY OF FOftT WORTH 2O2I WATER MAIN LEA[C
STAIVI]AAD CONSIRUCTIQAI SPECIFICATION ]70CUMHNTS REPAIIt CONTRACT
Revised February 14, 2017 City Project No. 103327
33 72 10 - l7
WATER S�C2V[CES 1-INCtI T� 2-II�TCH
3.14 ATTACHM�NTS [NQT US�DJ
END OF' SECTION
Page 17 of 17
Reviszon Log
DATE NAME SUMMAAY OF CI3ANGE
Added Blue Text for eIarifieation
1.2 A. —Revision fn items included in price bid
Specificarion modi�ed to be in accordance with ttte Reduction of Lead in TJrinlcing
12/2U12012 D. 7ohnson Water Act—Allmaterials shall be lead free in accordance vrith this Act.
1.2.A.3 — Wat�r Mater Service Relacate was renamed Water Metee Service
RecannacY
1.6.5. -- added ce�Eifieation submittals for compliance with regulatory �•equirements
Addad the phrase `, including grass' to lines;
Part I, 1.2.A.1.c.14, Partl, 1.2.A.2,c.13, Pa�t 1, 1.2.A.2.c.1.3, Part I,1.2.A3.ai I,
2/13/2013 F. Cn•iffm Part1, 1.2.A.4.c.11
Added the phrase `and replacement' lo line Part 1,1.2.A.4.e.7
Revised ]ines with `including g,rass' reglacing wich `excluding grass (seeding,
4/26/2013 C. Griffin sodding ar hydromulching paid separately)'
Included in Pa�-t l, 1.2, A, 1, c, 14; Part 1, 12, A, 2, c, I3; Paz� 1, 1.2, A, 3, c, 11;
Pa�•t 1, 1.2, A, 4, 2, 11
6/1912� 13 D. 7ohnson 1.2.A.4.c — Addition of priva#e watet servise appurtenances relnca#ion to being
included in the linear foot riee of rivate water services
11/21/201G W. I�orwood IZequire meter box suitable for AMT meter. 2.2,C, 11 & 2.2,C,I2
11/21/2016 W. Norwaod Require s.ervice saddle with doubte sh�aps. 2.2,C,9,b
2114/17 W. Norwaad Z•Z, C, g.a.3 Remove table "k'it Conrour of pipe..."
2114/17 W. Norwoad 3.4, C, 1.d,{2) Remove nylon sleeve inserts, require cc threads.
C1TY OF PORi' WORTH 2O21 WA'I"ER IvIAIN LEAK
STANI7AILD CONSTRi3CTI0iV SPECIFICAiTON DOCi1I�fENTS REPAIR COI+FTItACT
Revised Fehruary l4, 2U l7 City Projeet No. 103327
33 ia as - i
CONNECTION Tp EXISTING WATEIt MAINS
Page I oi S
SECTIDN 3312 25
CONNECTI�N TO EXISTING WATER NIAINS
PART1-GENERAL
1.1 SUMMARY
A.Section Includes:
1. Connection to existing water mains to inchide, hut not limited to:
a. Cutting in a tae for a branch connectian
b. Extending. from an existing water main
c. Instaliing a tapping sleeve and vaIve
B.Deviations from this City of Fort Worih Standard Specification
L No additianal compensation wifl bc allowed i� Miscellaneous Caniracts for
connecting to an existing pressur�ized �'ort Worth Water Distri�utitfp�
Systemi Main that requires a shutdown of some part af the aystem or by
Tapping Sleeve and Valve. Connectiop to E�cisting Water Ma[ns is
consiclered subsidiawy to thc price for water pipe instailation or price �er
each tag steeve and valve, respectivcly.
C.Related Speci�rcation Sections include, but are no# necessarily limitad to:
]. Division 0— Bidding Requirements, Contract Farms, and Conditions of the
Contract
2. Division I— GeneraI Requirements
3. Section 33 04 4Q — Cleaning and Acceptance Testing of Water Mains
4. S�ciion 33 D5 10 — Utility Trench Excavation, Ezn.badmenfi and Backf"ill
5. Section 33 D5 30 — �.oeation af Existing Utilities
6. Section 33 11 OS —�olts, Nufs, and Gaskets
7. Section 33 71 1 D— Ductile Iron Pipe
1.2 PRICE AND PAYMENT PROCEDLTRES
A. Measurement and Payrr�ent
Connection to an existing unpressurized Fort Worth Wat�r Distributian Systam
Main that does not require the City to tal�e part of the water system out af service a.
Measurement
1) This Item is considered subsidiary to the water pipe being installed.
h. Paymant
1) The work per%rmed and the materials furnished in accordance wit17. this
Item are subsidiary to the unit price bid per linear foot of water pipe
complete in plac�, a.tad na other eompensation will be allowed.
2. Connection to an existing pressurized Fort Worth Water Distribution System Main
that i•equires a shutdawn of some part af the water system a. Measurement
I) Measurement for this Item sha11 be per each connection completed.
b. Payrrient
CiTY QF FQRS WORTf-� 2021 WATBR MAIlV LEAK
STANDARD CONSTRUCTION SPECIFICATIOIV DOCUMENT5 REPAIK CbN'["ILACT
Revised February 5, 2D13 City Project No. 1�3327
a3 �2a5-z
CON�TBC`TION TQ �XISTING WATER MAINS
Page 2 of S
1) The wQrk performed and the materials furnished in accardance with this
Ite�n sha11 be paid foi at the unit price bid per each "Connection to Existing
Water Main" installed far:
a) Various siz�s of existing water distribution �nain
c. The pric.e bid shaIl include all aspects of making the conzaection inciuding, but
not liinited to: 1) Preparing submittals
2) Dewatering
3) Exploxatory excavatioii (as needeci)
4) Coordination and notification
5) Reinobilization
6) Temparary lighting
7) Pnly�thylene encas.ement
Sj Make-up pieces
9) Linings
IO) Pavetn�nt removal
I 1) Excavation
12) Hauling
13) Disposal oiexcess material
14} CIean-up
15} Cleaning
16) Disinfectipn
17) `I'�sting
3. Conn.ection to an existing pressurized Fort Worth Water Distribution System Main
by Tapping Sleeve and Valve: a. Measuremant
1) Measurement for this Item shall be per �ach connection comp.leted.
b. Payinent
1) The vvork perfprmed and ihe materials furnished in acc.ordance with
this Item sliall be paid for at the ut7it price bid per each "Tapping Sleeve
and Valve" installed far:
a) Various sizes of connecting main
h) Variou5 sizes of �xisting water distributian main
c. The price bid shalI include all aspects of making the cannection including, but
not limited ta: 1} Preparing submitials
Z) Dewatering
3) Exploratory excavation {as needeci) 4) Coordination and notifica#ion
5) Tapping Sleeve and Tapping Valve
6) Remobilizatioza
7} T�mporary lighting
8) Polyethylene encasemen#
9} Make-�p piecas
10) i,ini�gs
1 I ) Pavement removal
12) Excavation
CTI'Y �F PQRT WORTH 2O21 WA'FEIi MAIN LEAK
STANDARD CO�TSTRUCTIO�T SPECICTCATION DQCUM�.NTS IZEPAIR CQNTItACT
Revised February 6, 2013 City 1'roject No. 1�3327
33 12 25 - 3
CONN�CTfON Tp EXISTING WATGA MA1NS
Page 3 oF8
13) Hauling
14) Disposal ofexcess material
15) Clean-up
16} Cleaning
17} Disinfection
18) Testing
]..3 R�FERENCES
A. Refer�nce Standards
1. Reference standat'ds cited in this Specification refer to the current reference
standard published at the time of the latest revision date logg�ed at the end of this
Spaciiication, unl�ss a dat� i� specifically cited.
2. American 5ociety of Mechanical Engineers (ASME}:
a. B 16.1, Gray Iron Pipe k'langes and rlat�ged Fittings Classes 25, 125 and 250)
ASTM �nternational (ASTM):
a. A36, Standard Specificatzon for Carbon Structural Steel.
b. A193, Standaxd Specifcation%r Alloy-Steel and Stainless Steel Bolting for
High Temperature or High Pressure �e�•vice and Other Special Purpose
Application.s
c. A194, Specif�cation for Carbon and Alloy Steel Nuts far �olts %r Hi�h
Pressure or High Temperat�re Service, or Botli
d. A242, Standar� Specification for High-Strength Low-Alloy 5#ructural Steel.
e. A2$3, Standard Specification for Low and Intermediate Tensile Strength Carbon
Steel Plates.
f A28S, Standard Specification for Fressure Vessel PIates, Carbon Steel, Low- and
Intermediate-Tensil� Stz'ength.
g. B1 I7, Standard Practice fQr Operating Sa1t Spray (�ag) Apparatus.
h. D240Q, Staridarci Classification System for Rubber Products in Autotnotive
Applicatians.
4. American Water Works Association (AW WA);
a. C200, Ste�l Water Pipe - 6 IN and Larger.
b. C207, Steel Pipe Flanges for Waterwor�s Servic� -- Sizes 4 IN thraugh 144 IN.
c. C213, Fusion-Banded �poxy Coating for the Interior and Exterior of Ste�l Water
Pipelines.
d. C223, �'abricated 5tee1 and StainIess Steel Tapping Sleeves.
5. American Water Works Assnciation/American National Standards Institute
(AW WA/ANS�:
a. C 1DS/A21.5, Polyetlaylene �ncasement for Ductile-Iz•on Pipe Systems.
b. C111/A21.11, Ruhber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings.
c. C115A21/1S, �'ianged Ductile-Iron Pipe with Ductile Iron or Gray-Iron Threac3ed
Flar�ges.
6. NSF International (NSF}:
a. 6I, Drinking Water System Camponents — Health Effects.
CI`TY OF FQRT WOItTH 2O21 WATE121VIAIN LHAK
ST:4NDARD CONSTRUCTTON 3PECIPICATIp�1 DQCUMENTS I�PAIR GONT'RACT
[tevised Eebruary 6, 2Q13 City Project No. 103327
as �zzs-4
CONNECT[OI�T TO SXTSTING VJA,TER pt�AINS
Page 4 of 8
7. Manufacturers Standardization Society Qf the Valve and �'itting I�-�du�try Inc.
(MSS}:
a. SF-60, Connectiilg flanga ]oint Betwean Tapping �leeves ai�d Tapping Valves.
1..4 ADMINISTRATIVE REQUIREMENTS
A.Pre-installation Meetings
1. Required for any cant�ectians to an existing, pressurized 16-inch or larg;er City
water distribution system inain that r�quires a shutdawn of sotxie part of the water
sysiem
2. May also be z-equired for connections that involve sh�Etting wat��' se:rvice offto
certain �critical business.es
3. Schedule a pre-installation meeting a minimum of 3 weeks prior to prapos�d time
foz� the wark to occur.
4. The meeting shall include the Con.tractor, City Inspector and City Valve Crew.
5. Review wprk proc�dures as submitted and any adjust�nents made for current field
conditions.
6. V�z-ify that all valves and plugs to b.e used hav� adequate thrust restraint ar
blocking.
7. Schedule a t�st shutdown with the City.
S. Sclaedule the date fnr the connection to the axisting system.
B, Scheduling
]. Schedule wark to rnake all conr�ectio��s to �xisting 16-inch and larger inains:
a. Durir�g #he peri�d itom November through April, unless otherwise approved by
tlae City
b. During normal business hours fi•otn Monda�r tluough Friday, unless otherwise
approved by �he City
2. Schedule City Valve Crew by 1:p0 �'.M. a minimum of 1 business day prior ta
planned disruptian to the existing water system.
a. I�� fhe event that other water system acti�ities do not aIlokv the existing main to
be dewatered at the requested iia�e, sched��le work to allow the connectia�n at an
alternata time acceptable to t�e City.
1) If water main cannot be taken nut af service at the originally requested
time, coordination will l�e required with the City ta discuss r�seh�duling
and compeiisation for �nobilizatinn.
2) No additional payznent will be provided if the schedule was altered at fhe
Contraetor's request.
1.5 SUBMITTALS
A.Submittals sha11 be in accordance with 5ectian D1 33 4Q.
E.AlI subrrfit�als shall be approved by the Gity p:rior to delivery and/or fabrication for
specials.
C17'Y OF �'4RT WQRTH 2621 WATER MAIN LEAK
STANDARD COAISTRUCTION SPBCIFICATiO�fV IIOCUIvIENT3 AEPAIR COFVTRACT
Revised February 6, 2013 Gity f'roject No. 1033Z7
�a izzs-s
COI�NECTIOIV T� �XISTINCr WATER MAII*I�
Pa�e 5 of 8
1.6 ACTION SUBM�TTALS/IIVFORMATYONAL SUBMITTALS
A.Product Data, i� applicable
1. Tapping 51.eeve noting ihe pressure rating and coating system supplied including:
a. Dimensions, weights, material list, and detailed drawings
b. Ma�cimum tarque recommended by the mariufaeturer for the valve by size
B. Submittals
l. Provide a dek�iled sequanee af wQrk for 16-inch, ar larger, connections if requir�d by
City that ineludes:
a. Results of exploratoz'y excavation
b. Dawvatering
c. Frocedur� for c.onnecting to the existing water main
d, Time period %r compl�ting. wark from when the wafer is shut down to when the
maiii is back in service
e. Testing and repr�ssurizatipn proce.dures
2. Welders that axe assigned to work on connection to concr�te cyiinder or steel pipe
must be certified and provida Welding Certificates, upon request, in �ccordance
��tn AwwA �aao.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL St]BMITTALS [NOT YJSED]
1.9 QUALXTY A�SURANCE [NOT USED]
1.�0 DELIVERY, STORAGE, AND HANDLING
A. Starage and Handling Requirements
1. Protect parts so that no damage az deteXioration occurs during a prolanged delay
from fihe ti�e of shipment until installatian is completed.
2. Protect all equipment ana parts against a.ny damage dut•ing a pro�onged period a# the
site.
3. Protect the finished surfaces oi all exposed flanges using wooden flanges, stxongly
built and securely tsalted thereta.
4. Pro#ec# finished iron or st�el surfaces not painted ta pr��ent rust and corrosion.
5. Prevent pIastic and simiSar brittle items fram being exposed to direct sunlight and
extremes in temperature.
6. Secure and maintain a location to store the material in accordance with Section Ol
66 00.
1.11 FIELD [SITE] CONDITI�NS �NOT US�D]
1.12 WARRANTY
A. Manufacturer Warranty
1. Mariufacturer's warz'a�aty shall be in accordance with Division L
CI'il' OF FORT WQRTH 2D21 WATEIi MAI1V I.�AK
STANDARD CpNSTRUCTTOI�I SPECIFICATION I?QC[JMENTS REPAIR CONTItACT
Revised �ebruary 6, 2Q 13 City Projsct No. 103327
3a i2as-6
CONNECTION TO EXISTING WATER MAliVS
Page 5 of 8
P.A,RT 2 - PRODUCTS
2.1 OWNER-FURNISHED [o�] OWNER-SiIPPL�ED PRODUCTS [NOT U,SL+�D�
2.2 EQUIPIVIENT, PRODUCT TYP�S AND MATERIALS
A.Manufacturers
1. Only tl�e manufacturers as li�ted by the City's 5tandard 1'roducts List will be
consxdered as shown in Section Oi 6Q 00.
a. The manufactu��er must camply with this Specification and related Sections.
2. Any product that is not listed on tfie Standard Products List is considered a
suhstitufion and shall he subtnitted ii1 accordance with Section OT 25 00.
B.Deseriptian
1. Ragulatory Requirements
a. 3'apping Slee�es shall rneet ar eXceed AWWA C223 and t�e r�quirements of#his
Specifcatinn.
b. Al] valve components in contact with potable water shall canform to the
�•equiretz�ents of NSF 61.
C.Tapping SlaeveMaterials
1. Body �
a. Body: Carbon Steel p�r ASTM t�283 Grade C, ASTM A2$5 Grade C, ASTM
A36 Steel or equal
b. Finish: fu5ion bonded epoxy coating to an average 12 mil thiekness, Fusion
appfied per AWWA C213.
c. All buried tapping sleeves shall be provided vrritla palyethylene �ncasement in
accordance with AWWA/ANSI C105/A21.5.
1) Polyethylena encasement shall be in accordance witl� Section 33 11 10.
2. Flange
a. Carbon Steel pez ASTM A36 in accordance with AWWA C20'7 and ASME
B16,1 Class 125.
b. Recessed for tapping valve per M,SS SP-50
3. Bolts and Nttts
a. �'langed Ends
1) Meet requirements of AWWA C1 �5 or AWWA C207 depending oil pipe
materia�.
2) Provide bolts and nuts in accordanae with Secti�n 33 1 I 05.
4. Gaskets
a. Pravide gaskets in accordance with Section 33 11 O5.
Test Flug
a. 3/a-inch NPT carbon steeI with square head and fusion bonded epoxy coating
2.3 ACCESSORiES [NOT USEI)I
2,4 SQURCE QUALITY CONTROL [NOT US�D]
C1TY OF I'OZiT WORTH 2O21 4VATER MAIN LEAK
3TANDARD CONSTRUCTION SPECIPCCATION DpCUMENTS 12EPAIR CONTRACT
Revised February 6, 2013 City Yroject No. 103327
331225-7
CONTIECTI01� TO EXISTING WATER 1VdAINS
Page ? of 8
PART 3 - EXECUTION
31 INSTALLERS [NOT USEDJ
3.2 EXAMINATxON
A. Veri�catian of Conditions
l. Verify by exploratory excavation, if needed, thaC existing wate�' main is as depicted in
the Drawings and that the location is suitable For a connection to the e�sting water
raain.
a. Exca�ate and backfiIl trencI� for the exploratory excavatian in accordance �vith
33 OS 10.
2. Verify that all equipment and materials are auailab�e on—site prior to the sl�utdown
of tk�e e�sting main.
3. Pipe lines shall b� completed, tested and authorized for connection to the existing
system in accordance with Section 33 04 40,
3.3 PREPARATION [NOT U��D]
3.4 INSTALLATZON
A. General
1. Upon disrupiion oithe existing water main, cbnt�nue work untiI the cnnnection is
complete and the existing water main is back in service.
B.Frocedure
1. �xpose the proposed connectian point in aecordance wit� Section 33 OS 10.
2. Dewater the existing water line so the chlorinated water is nat unlawfully
discharged.
3. Maintain the water that may bleed by existing valves or plugs during installation
within #he wark areaYo a re�asonable ]evel.
a. Control the water in such a way that it does nat interfer� with the prnper
instalIation of the connection or create a discharge of chlorinated water.
�: If any discharge of chlorinated water occurs, discharg;ed water shall be
deehlorinated in accordance with Section 33 04 40
� Cut and remove existing water main in order to nnake the connection.
H: Verify t�at the existing pipe lin� i� suitable for the praposed cannection.
�: Place tr�nch foundation and bedding in accordance with 33 OS la.
$: In the event that a tapping s4eeve and valve is used, the coupan from the existing
water main shali be subtz�itted ta the City.
� PrevenY embedment, backfill, soil, water ar other debris form entering the pipeline.
k& Establish thrust restraint as provided for in the Drawings.
� Clean and disinfect tile pipeline associated with the connection in accordance with
Secfion 33 04 40.
�,? Piace embedment to the top of the pipe zone.
-I� Request #hat the City. Va1ve Crew re-pressurize the pipeline.
CITY OF FORT WORi'H 2O21 WATERIvIATN LEA1C
STATIBAKD CON5IRUCTION SPECIFICAT[ON DOCUME[�TTS REPAiR CONTRACT
Revised February 6, 2U13 City Yrajectl�o. 103327
331225-8
CONNECTION TO BXTSTIIVG WATER MAINS
Paga 8 of 8
�q- Directionally flush the connecfian in accordance with Section 33 04 40.
-1� Reyuest that City Valve Crew open all remaining valves.
3.S R.�PAIR/R��TORATION [NOT US�D]
3.6 RE-INSTALLATTOI�i [NOT iTSED]
3.7 �IELD loR] S�TE QUALITY CONTROL �NOT IIS�D]
3.$ SYSTEM STARTUP [NOT US�D]
3.9 ADJUSTING jNOT USED]
3.10 CLEANING [NOT USED]
3,1] CLOS�OUT ACTIVTT�S [NOT USED�
3.12 PROTECTION [NOT i7SED]
3.13 MAINTENANCE �NOT USED�
3.1� ATTACHMENT� [NOT USEDj
END OF SECTIDN
Revision I�og
DATE NAME STJMMARY OF CHANGE
12/20/2Q12 D. Jolinson 2•z•C.3 and 4— Added reference to Seetion 33 11 OS and removed bolt, nut and
gasket inaterial specification
2/6/2013 D. 3.4.$.4 Modifed to refer to 5ection 33 04040
Towtxsend
CITY 4P FQ�T WORTI� 2021 WATER MAIN LEAK
STANDARD CONSTRUCTION SPECT�CCATION DOCLJ1tii1EN'f5 REPAIR CONTTiACT
Revised Fehruary 6, 2013 City Prnjeot No. ] 03327
347113-1
TRAPFIC CO3�!'I'ROL
Page 1 oP6
�I
��
I
2
3 PARTI- GENERAL
� l.l. SUMMARY
S A. Section Includes:
G
7
8
9
l0
ll
12
l3
14
15
16
17
I8
I9
20
2I
22
23
24
25
26
27
28
29
30
31
32
33
SECTION 3� 7113
TRAFFTC CONTROL
1. Installatzan of Traffic Control Devices and preparation of Tra��c Cantrol Flans
B. Deviatians frat� this Gity of Fort Worth Staz�dard Specification
1. Trafiic Control -- The contractor will be reqn�red to obtain a"Street Use
Permit" {Q1--55-2� prior ta starting wark. As part of the "Street Use Permit",
a traffic cantral plan fs required. The contratfior s�all he responsible for
providing traffic control during the construction of each work order cousistent
with the provisions set farth �n the latest edition of the "Te�as Manual on
Uniform Trafiic Control Devices" (TMUTCD).
IInless o�b.erwise included as part of the wark oXder, the contractor �hall
subntit a traf#ic control plan (duly sealed, signec3 and dated by a Registered
Professiana� �ngineer (P.E.) in the Sta#e of Texas), to the City Traf�ic E�gineer
at or before the start of each work order. The P.E. preparing t�te traffic
control plan may utilize standard traff'ic reroute configurat�ons posted as
"Typieals" on the City's Sazzsavv websi�e. �ilthough the vvprk will not begin
until the traf%c control plan has been r�viewed and approved, the can�ractor's
tirne will hegin in accordance wi�h the timeframe mt�tually estab]ished on the
issued work order and speci%ed in "Sammary of Work" (�1�ll-00).
Wark shall not l�e perfarmed on certain streets / locations during "peak traf�c
periods" as determi�ed by the City Traffie Engineer and in accordance with
the appIicable provisio� of the "City of Fort Worth Traf�c Control Handbaok
for Construction and Mainten�nce Work Areas".
Given the unique nature of this contract Traf�c Control has been categorized
by type of street 1 traffic densi#y. The category that the Traffic Control �its in
(Residential or Arferial / Industrial} will be �tutually established by the City's
Project Manager, Traffic Engineer and Confractor prior to the start of each
worlc order issued. Payment for Traf%c Cflntrol shal[ cover the c3e�ig�,
installation and maintenance of the Traf�c Control plan and devices required
at the app�oP�riate unit price bid.
34 C. Related Specification Sections include, bttt are not necessarily limited to:
3S 1. Di�ision D— Bidding Requirements, Contract Forms and Conditians of the Contract
36 2. Divisian l— General Requir�iments
37 1.2 PRICE AND PAYMENT PROCE.DTTRE�
38
39
40
A. Measurament and Fayment
1. Insta�lation of Traffic Control Devices
a. Measurement
CITY OF PORT WORTH
STANDARD COAIST[tUCTION SPECTFICATION DOCUIViE[�iTS
Revised November 22, 2d 13
2021 WA'I'�R IvIAIN LEAK
REPAIR COAI`I'RAC'1'
City Project Na. ]03327
347113-2
TRAFFIC CdNTROL
Page 2 of 6
1
2
3
4
S
6
7
S
9
10
11
]2
13
14
15 �
16
17
IS
1�
20
21
22
23
2�F
25
z6
27
28
29
30
3J
32
33
34
35
36
37
38
39
40
�l
�
3
1) Measurement foz Traffic Contral Devices shall be per month fnr the Ptoject
dura.tian.
a) A month is defned as 30 calendar days.
b. Payment
1) Tk�e work performed and materials furnished in accordance wit.� this Item
and measured as provided undar "Measurement" shaIl be paid fpr at the
unit price bid for "Traffic Control".
c. The price bid shall include:
1) Traffic Controi impl�anentation
2) Installation
3) Maintenance
4) Adj�as�nents
5} Replacements
6} Remo�al
7) Police assistance during peak hours
Poxiable Message Sigr�s
a. Measurement
1) Measttrement far this Item shall be per week far the duration of use.
b. Payment
1) The work perform�d and materials furnished iii accordance to this Item and
i�easured as provided under "Measurement" shall be paid for at the unit
price bid per weelc for "Portahle Messa�e Sign" rental.
c. The price bid shall include:
1} Delivery of Portabie Message Sign to Site
2) Message updating
3) Sign movement throughout construction
4) Rettu•n ofthe Portabie Message Sign post-constructian
Preparation of Traf�'ic Control Plan betails
a. MeasurexrRent
1) Measurem�nt for this Item be per eaeh Trat��"ic Control Detail prepared,
b. Payment
1) The woxk perforined and materials iurnished in accordance with this Item
shall be paid for at the unit price bid pei• each "Trai�Zc Control Detail"
prepared.
a The price bid shall include:
1) Preparing the Traff c Coiitral P1an Details for closures of 24 haL�rs or
Ionger
2) Adherenc� to City and Tea�as Nlaxlual on tlniform Traffic Control D�vices
(TMUTCD)
3) OE�taining the signature and seal of a licensad Texas Professional Engineer
4j Incorporation of City comments
42 I.3 REk'ER�NCES
43 A. Reference Standards
44 I. Reference s#andards cited in this Speciftcataon refer to the current reference
45 standard publi�h�d at the time of the latest revision date lagged at the end of this
46 Specificatlon, unlass a date is speciftcaIly cited.
47 2. Texas Manual on Unifornn Traffic Control Devices (TMUTCD).
CITY OP FOIZT WORTH 2O21 WA'lER MA1N L�AK
STANDARD CONSTRUCTION 3PECIFTCATIbN DOCUMENTS REpAIR CONTRACI'
Revised Navemher 22, 2073 City Prvject No. 103327
3A�71 i3-3
TRA�'FIC CONTR�L
Page 3 of 6
��
.,��
I
�
1
2
3
4 l.4
3. Item 502, �arricades, Signs, and Trafiic Handling of the Texas Department of
Transportation, Standard Specifications far Construction and Maintanance af
Highways, Streets. and Bridges.
ADNIINiSTRATIVE R,EQYILREMENTS
S A. Coordination
6 1. Cozatact Traff'�c Services Di�ision ($17�392-7738) a minimum of 48 hours prior to
7 implementing Traffic Control withi� 540 feet of a traffic signal.
8 B. Sequencing
9 1. Any deviations to the Traiiic Conirol Plan included in the Drawings must be first
10 approved by the City and d�sign Engineer before implei�aentation.
11 1.5 Si1BNIITTALS
12 A. Pravide the City with a currer�t list of qualified flaggers befot'e beginning flagging
13 activities. Use only ilaggers o�1 the qualified list.
l4 B.
l5
16
17
18 C.
19
Obtain a Street Use Permit frorr� the Street Management Section af the Traffic
Engineering Division, 311 W. 10`h Street. The Trafiic Control Plan (TCP} for the
Pra�ect shal1 be as detailed on the Traffic Control Plan Detail sheets af the Drawing set.
A capy of this Trafiic Control PIan sha[1 be submifted wiih fihe Street Use Permit.
Traffic Control Plans shall be signed and sealed by a licensed Texas Professional
Engineer.
ZO D. Cantractor shall prepar� Traffic Control Plans if required by the Drawings or
21 Spacifications. The Coz�tractor will be responsible �or having a licensed Te�as
22 Pr�fessiQnal Ei�gineer sign and seal the Traific Cai�trol P1an sheets.
23 �. Lane cIosures 24 ho�.�rs or langer shall require a site-specif c traf�c contr6l plan.
24 �'. Contractor reaponsible far having a licensed Texas P�'ofessional Engineer sign at�d seal
25 changes to the Tra�tc Control Plan(s} developed by the Design Engineer.
26 G. Design Engineer will furnish standard details for Tz'affic Contral.
C1TY OF POR'F WORTH
5TA7�17ARD CON3TRUCITDN SPECTFCCATIDN DOCU:MENTS
Revised November 22, 2013
2021 WA'FEIi MAIN LEATf
FL�PAIIi CONTRAC'I'
City Project No. 103327
3471 13-4
TRA}�FIC CONTRQL
Page a ofG
1 1.6 ACTION �SUBMITTALS/INF012MATI�NAL SUBMiTTALS [NOT USED]
2 1.7 CLOSEOUT SUBM�TTALS [NOT USED]
3 7..8 MAINTENANCE 1V[ATERIAL SUBMITT'ALS [NO'�' IIS�D]
4 1..9 QUALITY ASSY]ItANCE [NOT U�SEDj
S 1.�0 DELIVERY, STORAGE, AND HANDLING [NOT USED]
6 111 �'IELD [SITE] CONDITZON� [NOT USED]
7 �.�2 WARRANTY [NOT i7SED]
8
0
10
PART 2 - �'RODUCT�
2.1 OWN�R-FURNISHED �axl OWN�R-S[JPPLIED PRODUCTS [NOT USED]
2.2 ASSEMBLIES AND MATERIAL,S
11 A. Description
12 1, RegulatoryRequirezj-�ents
13 a. Frovide Traffic Control Devices that confarm fo deta'ils shown on the
1� Drawings, tl�e TMUTCD, and T�OT's Campliant Work Zone Trafiic Contt•ol
15 Device List (CWZTCDL),
15 2. Mate��ials
17 a. TraFfic Contxol Devices mt�st meet all r�flectivity requirements included 1n �he
18 TMUTCD and TxDOT Specif cafions — Item 502 at all times during
14 constru�tzp�.
20 b. Electronic message boards snall be provicfed iq accardance with the TMUTCD.
2I 2.3 ACCESSORIES [NOT USED]
22 2.4 SOURCE QUALITY C4NTR�L �NOT USED]
23 PART 3 - EXECUTION
24
25
31 �XAMINATION [NOT USED�
3.2 PREPARA,TION
26 A. Protection of In-Place Conditions
27 1. Protect exisfin.g trafiic signa] equipment.
28 3.3 INSTALLATxON
29 A. �allow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on
30 the Drawings and as directed.
31 B. Install Traffic Control Devicas straight and plumb.
32 C. Do not inake changes to the locatinn of any device or i�nplement any other changes to
33 the Tt'affic Control PIan without the approval af the Engineer.
C1TIr DF FpRT WORTH 2D21 WA'TER MAIN LEAK
STANDARD CQNSTRUCTION SPECIFICATfO1V AOCUMENTS K�.PAIR CONTRACT
Ravised November 22, 2013 Cit�+ Project No. 103327
347V 13-5
TR.4FFIC CONTROL
Page 5 oF6
I 1. Minar adjustments to meet field constructability and visibility are allowed.
2 D. Maintain Traffic Control Devices by taking carrective actian as soon as passible.
3 1. Corrective action includes but is nat Iimited ta cleaning, replacing, straightening,
4 cavering, or remaving Devices.
5 2. Maintain the Devices such ihat they are praperly ppsitioned, spaced, an.d legible,
6 and that retroreflective characteristics ineet requiremeiits during darkness and rain.
7 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal
8 and state laws {by faiIing to furnish tiaa neeessary flagmen, waniing d�vices, barricades,
9 lights, signs, �r other Qrecautionaty measures for the protection of persons or property}, fiha
1 q Inspector may order such additional precautianajy measures be taken to proteei persans
11 and property.
12
13
14
15
lb
17
18
14
20
21 J. If at any time the existing traific signals become irioperable as a result of canstructian
22 aperations, the Contractor shall provide partable stop signs with 2 orange flags, as
23 appr�ved by the Engineer, to ba used for Traif c Control.
�`. Sttbject to the approval of the Inspectar, portions af this Project, which are not affected by
or in conflict with the proposed method of h��dling traffic or utility adjustments, can be
canstructed during any phasa.
G. Barricades and signs shall be placed in such a�x►anner as to not interfere withtiie sjght
dtstance of drivers entering ihe highway fi'am driveways or side streets.
H. To facilitate shifting, barrzcad�s and signs used in lane closures ot• Yraffic s#aging may
be erected and mounted on portable supports.
I. Lane elosures shall be in accoz'dat�.ce with the appro�ed 'I'rat�'ic Control Pla.ns.
1. The support design is subject ta the approval of the Engine�r.
24 K. Cantractar shall make arrangern�nis for police assistance to direct traffic if traffic signal
25 turn-ons, street Iight pole installatian, or other construction will he done during peak traffic
26 iimes (AM: 7 a�n -- 9 a�m, PM: 4 pm - 6 pm).
27
28
29
3fl
31
32
33
34
35
36
L. Flaggers
1.
2.
Provide a Contractor representative who has been certifi�d as a flagging instructor
througl� courses offared by the Texas Engineering Extension Service, the American
Traffic �afety Services Associatian, the National Safety Couneil, or athet• approved
organizations.
a. Provide Yhe ce�ti�icate indicating course completion when reques#ed.
b. This representative is responsible for training and assuri��g that all flaggers are
qualified to perform flagging duties.
A qualified flagger must be independently certified by 1 o#'the organizations 3isted
above or trained by the Cantractor's certified flagging instructor.
Flaggers must be courteous and able to effectively cotn�unicate w�th the public.
37
38
39
4. When directii�g traffic, flaggers must use standard attire, flags, signs, and signals
and follow the flagging procedures set forth in the TMUTCD.
40 5. Provide as�d maintain flaggers at such points and for such periods of time as may be
41 required ta provide for the safety and conveniez�ce af public travel and Contractor's
42 personnel, and as shown on the Drawings ar as direeted by the Engineer.
43 a. These flaggers shall be located at each end of t�►e lane closure.
CITY OP POIiT WQItTH 2O21 WATE12 MAIN LEAK
STANDARD CONSTRUGTION SPECIFICATTO[�T DOCUMSNTS REPAIR CONTItACT
Revised November 22, 2013 City Project �To. 1 p3327
34 71 13 - 6
TItAFFIC CpNTROL
Page 6 of 6
] M. Ramoval
2 1. Upon completion of Work, remave fronn the Site a11 barricades, signs, canes, tights
3 and oth�r Traf�c Contt•ol Devices used for work-zone traffc handling in a ti�nely
4 manner, unless otherwise shown on tlae Drawings.
5 3.4 REPAIR / ItESTORATION [NOT USED]
6 3.5 R��ZNSTALLATiDN [NOT U�ED]
7 3.6 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
8 3.7 SYSTEM STARTUP [NOT USED]
9 3.8 ADJUSTING [NOT USEDj
10 3.9 CLE,r�NING [NOT US�D]
] I �1p CLOSEOUT ACTIViTXES [NOT US�D]
12 3,11 PROTECTION [NOT USED]
I3 3.32 MAIN�ENANCE [NOT i3��D]
14 3.13 AT I'ACHMENTS [NOT USED]
15
16
DATE
11/22/13
I7
[►►\�1�
S. Arnold
END QF SECTION
Revisian Lo.g
SUMMARY OF CHANG�
Added polica assistance, requn•enient for when a•site specific TCP is reqtrired
C1TY OF PORT W�RTH 2p�] WATER MAIN LEAK
5T'ANbAftD CON�TRUCTIQN SPECIFICATION DOCUMEN'i'S R&PAIR CONTRACT
Revised November 22, 2013 City Project No. l D3327
APPENDIX
GC-4.01 Availability of I,ands - None
GC-4.02 Subsurface and 1'hysical Conditions - None
GC-4.04 Underground Facilities - None
GC-4A6 Hazardous Environmental Condition at Site - None
GC-5.Q6.D Business Equity Division Compliance
BE Specifications -- Specia� Instructions far Offerors
BE — Utilization Farm
BE — Prime Coniractor Waiver Form
BE — Good Faith Effo�rt Farm
BE — Joint Venture Eli:gibility Form
.j
GC-6.07 Wage Rates
2013 Prevailing Wage Rates (Heavy & Highway Construction Projects)
GG6.Q9 Permits and LTtilities - None
GC-6.24 Nondisc�'imi nation - None
GR-OI 60 00 Praduct Requirements - None
CiTY OF FORT WaItTH
STANDARD CON3TRUCTip1� SPECIFICATION DOCiTMENTS
ReYised .Tu1y 1, 2011
2Q21 WATER MAIN LEAK
IREPAIR CONTFtACT
City Projeaf No, 103327
�C�4.0� ��a�l�b�l��� �f I��nds
�C�CIS �A�-� ][�E]H"�C �[�T'TE�T�I�T��I,rY �1LAT�TK
CITY OF F�RT W�KT`H 2O21 WATER MAIN LEAIC
3TANDARD CON5712UCTION SF�CIFICATIpN DOCLlMENTS REPAIR CQNTRACT
Revised.July 1, 2011 City Projecti No. 103327
�-��4e�� Su�s��f��e �nd 1Ph�,�gca1 �ond�ti�ms
'�']E��S 1�.�GE 1L1ElE'7C Il��[`�EI�T'�`][ONAI�ILY ]�LAl�T�
CITI' OP FORT WOR'iH 2O21 WATERMAII�i LEATC
ST�ARD CONSTRUCTIOI+T SPECIFICA'TION llOC[fN1ENTS REPAIR CQNTRACT
12evised 1uly l, 2411 Ciry Prnject No. 103327
G-C�4o04 �Jnde�g����ncl F��i�l�i�a.es
�'I�[[�S PAGIE I���"1� �TlTTEl�T��ONALILY ]�]L.��TI�
CITY OF FORT WORTH 2D21 WA'I�R MAIN LEAK
STANI�ARD CO3Y5TRUCTION SPECIFTCAT1071 DOCUMEt�ITS 4tEPAIIt CONTRACT
Revised 7uly 1, 2011 City Projectida, IU3327
GC�4v�6 ]FIaz��°do�s J�n�ironme���� �ondit��rn �t Si�e
1
�,
�'�37[S ]P.A��� 1�E�T IT�T']C�E�'�1��l�TA]LL� ��AI�T][�
C1TY OP FORT WbRTii
STANDARD CONSIRUCTION SPECIFiCATION I�OCUMENTS
Revised ]uly 1, 20I i
2021 WATER 1VIAIN LEAK
CLEPAIR CONTRACT
City Praj ect Na. 103327
GC�6a�GoI)1Vii�o�i� and VVome� ���.ed l�usi�ess
lE�te�pri�e �ox����iance
�
�
�E Specifica�ion� �— Speci�l �mst�°uc�io�� fo� �ffe�r�r�
]��E — �Ttil����xo� Fo��.
]�]E — l�ri�� �ont��cior �VV�Ilver ]�'or�
�E — �ooc� l��i�� lEffort Fo��n
�,
��
]�E — �o�n� Vemt��� Ei�gi'b' '� ]Forr�
CITY OF FORT WORTI-I
STANii�ARD CONSTRIJCTION SPECI�IGATibN DOCUMEAiT5
Aevised 7uly 1, 201 l
2021 WATER I+�]AIN L�AIC
REPAIItCONTRACT
City Project No. ! 03327
I
�o�T �10�.��.�
��
�ii��r of Fo�-t IIIIo�#�
Br�sin�s� �qui��} Div��ior� �pec�fi�a�i�n�
�P��l�0.L 1�V��l�U�Tl�I�� F�F� �FF���f��
A�PLI�A►710�J D� F�OLI�If
IiF ki:� total doit�s va1::2 a� �ii� Cft� fu�IdBCf Contracik if �iUu,uuO o: �;,;;��, thci� a rsusiA��a� �qui�'y canvaci�.:y� goal
i: appii�able, a� C"�•�si�t��s1 �,c}uity Firi��s f�#er� �b {_€�;�E:�iid PA�r�+�rily•, ��n;:,r��; l��r�aia::r�,, o�,:%si:.J �_��:cr:,�ss €i..�e.rpri�e�
� ��� i 4M1� ['� F 7 .
�V4��.r F � 11`#����FY 7
IG I,� #he ;�c���r;y n[ �a7e C;ity c�i Fort Woritr Co er�s,�re 1ha lu�� and t�yu��a�tite ���Gcapa�ion o# E3��slnt�ss ��r�lty
�irrns �vher� a�1�li�;r�[?I$, �.1 �he Q�n�i.krerrn�nk r�i tall gpnd� �nd servlces_ All fC[}41GFF}�1l�:rrtS �sfc� regu3sal�n� sl��ted
in Iht� tfiiy's, rurrent �tosl��ess �quiky Or�inance hl��, �=;�-�ra- i 1-"��.�'.}:; aa���ly to lfris ��d.
P��l�ll�i��� E(�UITY G��iL
T�;� �!f�+�S �i�i��� f�U31 fSl: �1315 ��Cf�'v: !6 � _�6 �f Kr.� .;.�{:. ta�t� .'�}L��' v �I'it, t . `1".2±..
r�,f i_�il�•r:t!ly `,a�,t'v��i -�G;r Gity�s a8E .:�vl �an 1�} , r. ���'_-_I i�; : S� I��_ ba� U�;� v��l is- �_�� �lic� �_�:;-�•,.i�:,
A L3��s�i�ess F��rGky f'rime Co+11r;�c:ko� r.�ri c�u��1 il's self-1��rt�rnra��c�o sarvi�:[�s lt�V�t�rdk rneeiir�g Ikte �t�sir�ess E� r,���ily �nal irrr
fh� �5SI�I1B[i �AlEfS CCs�1n14�IICy r,4�R5 Cs�i ih�iir h4iBE �r� WBE r�nd�iU�atic�n. !f t�r� C��t�si,�t�sss F{�to1y P�an1e Go��Ri��3CiClf C6nn4C
,�li���rfnrrii �II r�i �I�ie wnrk, i� ���al ba acc�,uun;abl� tor �sik�r.ranlra��;lir�g ti��11f r�ffki�ied Busi���ss LqtGiEy �Irm� lc� nic�,� ti�a o�€���N
{�aal,
��I�I��IA�V�� �� �ID ���G�FI�ATtON�
C7n Clty i� �n�terr cc�nir,�cls �'100,000 �r �Gr�rre wt3��e a��us�r��s;as F;r���ily c��;�r��k Is ��t�rll�ci, C�f���OCS 8fS req�al�c�r� ko r;c�,nply witl�i
Ihv inaent �ri �f�e C�ay's C�us;:�ess �quisy ��;�inanc� hy n�e�+iny r.,�� exUeedln� lfle a�]c]Ve Ssekec� got�C 1Fir����kga� or�r. af tlke
fc7i3owrncl +�}ek�5�:is; '�. �usi�ess �quity stahe.ontea�ting p�rEi�ip�tion, ar, �. �orn�nercial u����rl f���ict���i serviees
perFormed hy tlti4 �wasincss �q�9ly Prirr�e to courtt �ovuards Ihe goal. ae; ;�. �v�,�i�3atic�+� �� �usi��ess �€�ui#y �r��e
sen�ieas and BuSE�ies� Ec�ulty �ub�nn�raotEng parkieiE�.�t`ran. a�r, d. �uSan�Ss E€�t��ty Jo���t Ven#ure {�a�k�c�pato�i3, ar� �.
C�bOd �9i�FY ��fOr'E dOCllfi1�11Ed[lOK1. Or; �i� ��im� ��ivRa� dUCUlT�Cn�3kaOrf.
�LlBI�!]TTAL �� ��QUIF�E� D�CUM�NTI�T�O�
Tiic Uii�i�3tiOrf R1�ii 5h�tl bE dtl� �S 41s� lirne s�xncifisd k� ii5� solicTt�#ion. Tfi� s�S�siU���e £�iocurnenk'; mu�t ��
rt:�c:s�ivc3cl hy �17e f't�rch��sln� Drv�s��r���, �u�t���;� ll��c tiix�e a�lacal2d, In t�tder for th� er�tir� �id to Le cve�si�err�a�r�s��r�s,va
[a 117� s��eci:ic�kior.s ��he of#e��c}r sha�l cir.ii�+�� �f�� 8usiness �qtiii� dac�mee�latrars In p��sprr �o� crr�aii IP desig��afad
witirin F�ro,+.ecl specifit�atior�s� to i��e �pprapriake niTr��loy« oi t�ri: P�,rcl��aslnc� �}«+is�on and oh2ain a���1ke11im+� rC:�';e�pl. Such
r���iE1k shall �e e+�i�tnce th�; 117a �ity received irtie dc+c:un«n��kro�� u� 1he llrne alaocet�d, �o�u�x�o�ts aro te� b�
rece�ve�! nv la#vr ths�r� �:�3d p.rr�., 0�1 t�re s��orrd �ixy busir�ess clay aftar #1�a �id o�a��ir�g date, exc�usive of #he hicl
�p�nin� d�ke. F�xe[I_cc�P3�+s vrill �ot brs?�e�c�ted. Ex�et�ti�rM: �FA, ICA. and �q�� �ar-c�j�cls, d�curr��t�ts wi�l be
stirhrnitted ta tNe Gily �roject N9ar�agar if pu�licly �i� or to tfte Q��elnN��r iF ��Nvateiy Y1i[!.
7#�e Qiferor �x��st 8e�b�nit orte of tfie InElowi��� dae��mel��alFon;
i. Ui+l���t�a€� �vrrr�, ir i�F�� go:�i i� ;G�ek or exc:eeded,
�. �u:�ti �.��a�r �lfort F�Fis3 t���c� ��ti�i�r,�iR�,n Ft�reFl, a;�cludii�� supp�rf`r�r� �ac�mentallr,n, if p�r�it:IFr�[tos, fs less tl7an sia�od qaaE,
c}; n�a Busl��ess E�uity par#ici�a��ors Is aw�om�,lE�ltiod,
3. i�ren�� �o��C�'�r.lor L^J�3i���r Fur�r�, �a3cluc�ir�� s�appnrlln� docursre�tlalfori,if lhe�L��Eefor will perfarm all s4ibco+�kr�r.Cin�lsuppii��.
�i�po�#u�1lll�s,
4. J��„��� Ve���t:r� f or��s. If grral �s rri�i ur exc�e�ie[J wiih a,�airst Venku�c.
TY��3�� f�rrns ca�t b� �ourtid at�-�ir�e at: #t�t s:lla �s.foriw�rthtexas.c�ov���o`e�#F��►so�r�esf
FAIL.URF TO C�]iYir �Y �r1d1�`Fl TF+r: C:17Y'S $USINES:s E(;�iii�tif ORDiivE►�i�i:. VUI�L�. I��SL1�� 1� THE $I[� BEING
��ii�i5iu�i�c�L� MOM-RE�PONSiV� T0� S�'�4ir4i,�'Y1ClN�.
�i3.i�iir�E TO �utsnril7 T#�� �Cc�l}iKtL� �i.iaii�iE�� ���I i Y D�[:i.inntrvli,-�TI��i 1i+r'i�� F��S�M�.T IN TH� Bir7 sstiiaU
G�[tiSIL�t1�Ed lHC7T1-1+(C�i�V�lfS�lf�. k� StC.i�nlD fr'ai�E.i�ci- �`v'iLl� ntaii�.T ��I Tti-i� �l=���Ci ��iNG DIS�u�+�L��iE�i
FO� +�� ���c��au c:��F �sivr Y�i4n. At�i ��=�=kKkK`;+ M Fir`tt� �wii.u�tta TO �Ul1PIPL'r', Yii�'�i�i�ri A�iV�-`f �A� ���iu�,
� u 7i-i�: CI�Y'� �Siiaii�tSa� E�iiaTY fii�uiltinPi�:� 1f+iil�. Re:i�.lT IAC Th�: �FFFR�F� REfi1[� �ONSi���iED i��h-
kik�F'Ul11�IVt AfV� V4fIAY aISGZUALI�Y'1 [-iE DFh�KtK 'li�° 7C.1 � x�AKS �ROflfl EilUUllv� UY�i C;I1 Y 131��.
A�� ques#kons, jJ�$2kS�2 COI1t�C� �IlE] Sii9�ikCS9 E�LIiL� �IVfSIQ11 �t ���Tk J�J�-�GT�.
F.���a�'tmr�n# o� f]Iv�rslly �r�ti 1r7cius�on
F3uskness E_�u�ly l�iulalon
�rna,�� DVI�#_L��Oifire�forkwortE�zr�x�s,g�r�
i�hssr�e� {81 rj 3��-�07�}
�;i�ix,r�vc [F l!{I f �'_>fk� I
��
��
��
�
�
a
�
�
'[]
C
7
lL
�
CG
Gi
'ii
Ga
�
N
� �
� �
� �
� ��
� �
[�6
� �
w �
�
�
�
�
li..
�'F
�
L
{{�
�
�
�
W
N
47
,�
�
CC
�
'Q
CO
�
�
�i
�
�
�I
a
Li]
�
� W
��
l,�L �
� �
� �
�
�, (.}
U
�
,.L-i
�
O
�
��
+�1
�
�
�
Q}
�
�
�
�
�
�
��
�
�
i"`
�
w
�
�
�,
a
�
m
�
x,
G
7
�
�
�
�
�
m �
� �
ti �
4 �
��'y fO�
V V
�
CC}
�
O
: �
f4 Cj,�
�
� �
.l.i' �1
�
� `�
�
� �
� �
� �
�a
i m
�� Y
7
� �
� �
U�
�
�
�
�
�
�
�
�
}"`
U
�u
�
�
a
�
�
�
�
x'7 �
C W
� �
�� �
�
{r]
�
��
�
�
�
�
� �
� �
el}
16
�
❑
�
�
�
q}
�
G
��
E
4
Z
f�
R7 �
� [3 �
❑ � �
� �
� _�
� �
❑ � �
� �
�
�S
�
CJ
�
�
� C
� �
� �
� �
x �
� �
G!
� �
a�. o
�4 �
�4 �
.�c �
,� '�
�3 �.
�
�
� �
� �
�l. �
� �
� �
'{
�
�
z
�
�
u
�
�
r�
�
�
:�'
C7
N
�
N
4(j
�
�
�
�I
� _
�
N
C''j
�
�
�
Cr�
C
�
a
C[p
e
�
�
.�
�
�
�
��
C
�
�
N
C
ua
�
{�
�
�}
�
�
'r�
LL}
�
�
O
i
�
�
�
'�
t
�
�
�
�
a
47
�
.�
❑
�
�
�
O]
C
_�
�
�
�
�
�
�"7
�
�
�
ul
U�
ll}
C
_�
�
ia
�
�
�!
O
C
4}
0]
�
�
t!>
�
�
�
Q}
�
,�
7
�
�
�
�J
�
C
�
�
If}
�
�
�
❑
�
7
�
�D r.
i
.� IU
+l� �.74
ii {5�,
� I��
n ��
�' n
� 'Fs
Vl �
>
{J
X
a� �
_ �i
� '�
C"
� �
a� ,
� `s�
ri �
� ti
�1.= r�
n� a.
w, �
N =
T1 ;
G} �
�4 �
� U
vs =
..3 �
� ay
� �l
� ��F
� �F
�� oi
41 {.'� I
t [[7
�
O i}
� C
�Y {i}
f] �
LJ �
f tiF
,C �
L
� �
{4 O
C �
� ?{ I
fl 4LIr
'� UI
� �
p n
rn �c�
;�a i�
m �r
4. 01
r� �
�� ,�
� w
L p
� �
A
Ly 4i
� �
fi� �].
L] �
� �
�y C
U �
� C
g �
� �5 �
h.l ;�M 'J.I
J � �
C �j �
� � p
�� � w=
e � �
G
� � �
� � �
.� � �
�� �
� � a ;
s
u+��
'd �
�� C
�z
�—.�
� �5 �
i:
.� � �
�c. � c
�
�
��
_ �:
_� ��
15 �
iq '�
�:I
C �
i� �i
i4 �
f,i �
�,7 L}
7 —
w �
K Z-.
K1 L'
C ��
o �
� �r
Y� �
r 'c
��
� ,�
C� ,�
��
�
� '�
Fu
Y,-
U �{h
c �
4 �
G
1U �
N �
��
in
� �
k
'b �
b
C �y
� �
4�� ��
0
� G
� �.
�Y
�¢ C
L�h �
� �
� E
AS �
� i
��� C
C �
� �
C �
�
� �
��
so �
ro �
� �
� �
m �
O�
i
{r � C
'��.�'i .4 []
m
�} � �
1i ��' 't.�
Qi -r}` io
� r:.0
� � �
���
� �
� - �
:� � iU
r`� ' n n
y o
.� K �
��
�
C � C
�� O
� � ;�
� � �
� � �
� o '�
�^ � �
�
�
C
U
e'}
dJ
il.
�
��
{�
3
�
�
�
rn
�
,� v;
m .�
.[; �
�
in c]
� �
C �
� ��
� �
GF �
f �
�
� �
�]
� �
� �
o �
,!] �
.� 'e
II? �
N '�
� {
Fs
� +U
�' W
� �
� �
C � �G:
ds m
��
y--'
c �"
.�
� �.
G!
a� �
a
❑ `�
v,
d� ;�-
.� }
f�` f}
7
F�
C
m �
o �
°7 ��
� �
� �
�
� U
� �
� �
Lk.
� �
�� �
E €,)
� �
� �
��
� �
aa —
,N I�`.I
N�
��
' _ �„
���
� ��
c �'
� Y
� �
� � �� ��
� ��� �� ��
� _ � � � �
� "ui�7 �� F � �m
i ;ry dl � b � � a
� i�] qi � � g O x �' �
� � � � � +h � � v
�.1 {F] � � r � � � � �
r� i4�y 4 � L,qs � �u�
�.' �S7 � n � � � �
� � ti =y +n A7 :s G °s
ar iri [] � EC4 ��� �� r;
� � �9 � {} � � � �
}, � � � �,
D � � +� � �Y� �� � �
e � CO +Q C]. � rj
,�� �j�t„ ��,"'E
�� "�� � �,�
� �, � ,� o� � �v �
�4F �� 6i �
3
o� t,1 � � � a � �' .
0.5 i^' a .'. [q � -
� +U � �7 ,�+ O `� a] g �
�_� t[.R, r�y� o ��za
� R�'J d} y� 4F m�� .�
�� � �
� � � � N � � � GI 11
W c +yi �' .� m �[4 ,,,_ � u�
� ao N �� {n
1� � i4 y �Q
�� SO sY � itlF ifi p} 3 S7.
� Y`Cn � � W C �
O,� C7 � c r C:.l �
{} fl
�C S] r p � � �
� ia �in — 8} � '`�'- � �3
� U �^ op � fl" �} �� c E�
� � r U� � �' t � `,�
�' � � �
� [: C �U � � . C 47
� � Y.F � � � O �4 �
� � �} � {�y � L �� � '�
so� `-" �_: �a� � �',�,a
CJ �
.o � � � A. C {�j .�i � '�
� � � � � � � ��
�e s., Ua �s �.
} ,_ � � {.} Y.. � �� �
O � � � � � m �
a t7 w� v�, 3 u� � T
� d {� f{r��r}y C � � LL� � �
� � �� � 7 y+ `y SU {} �
�� 7 Vi l] W 7�
4 {� � � C �-' � L � �
�� � _- o
U.F � � Vr .� 3 � . �
C�1 � �} f � g � � {S �
tlF � � � � � G � 4
� � � � �� � C� �
� � y � E u�.r � R .��., � �r
� � �� vs � w � � � a�
�Q � '{J Y � � � j �
t� c m y
� C � � � � � U .�K
� Ci.....3��6J�
V � Q
� � �f � o �L � a � Q
�� �ra�. �
as 4+ c � � ^ �c
�L � sr u E Z a� ���
� k° — � '� c 19 " � m
� �+� UP 4i � �"
�� � �� � ��� � �
� �77 �j � L. �
C [] � y �
� "� +h � �` � j .L�-
U �
�� E�kr �; �' rn rn� �
� � � Sq � � rn N � �,
� iy � e� �� w SlJ rn�
�� ��€� ����
�i� TV��m��- ���'�,,
� 'S,`'I %y �] � � '� G � �
� � 7 � {L � � � � �
N
F O. �
� ij �n � rn � er, " � ` � m
�� ���eai �L�`�rn
�,,G ��� �' � �'41u�
� � �t �� � � �,���]
{6 � C H �j !7l � [9 � N
� � � � .� -� _r' ,� a �
u,, o � ���yyy' c
� '� t � � �� � � �� � �¢
�i CL w�� S G3 C] u} �' � S3
�
��
J
1'
.� �
� i�
tw
�
� �
� 1
�
O
�
�
�
�
�
+N
�
�
.�
�
4"
�
�
�
�I
��
� �
a �' F.-
'� N ' 7 5- U
Oj .ta aj en 't
+A Qt 07
`P f'7 C G {`
n� � ; rW
c� � � �} � "
[i �,� � �} r fl
y r U] 4 U� �
Ps} � £L � � v�
��n�; ��.�'
i} W C' {j .�
il
s � � � � n
��.'`m at
i u? � z7 � �
4'. � S r ff] .
� Ci � N U] RF
U
[= 4 Ql
.,J �n �
a �n u +o ws
a`-� ��
a �
�� �; y�, � �� .}
� {t1 � 4} �. �F
1? �. y, � � �,
'�' (] � � . cu 3
� � C � k= �
u� �� '�'�
�
z� �a � � � ��
; ��
dl W � � �� v
` � 4] u rn
� C
0: .L7 ' } . �
�: � � ��
`�: ii � C7J �t
� ,�. U �? ai
��L � d' � _Ct
� �y zz _c
� �� w� ia � n
OL � C C � ti �i
� � � � c� W .�
� E . �? " �'' Y C
� 'f1 3
0.5 '� C� LJi Q� � []
, 5 C` �7 � �' � i'i
�ia'i `�ti � yo
�, Cy �' ,.��,� c t
�s�+���' �'p
� '�
w '� fi �' p (it N
,� ra _� � � 3 l"=
C� `+%' Q � � `� IY
� � � � �
J i�_ {`� � N S. �'
di � �, � �, �
v� �
;c ��� � c �w
Q} u �� �" Qi � f/,I
af E �4' ��
� ����� � �
� � � � � u} �
c'• � � �` � �' v
� c �.E= � �
� �� �t- v; �'� �, t'.
Q� �_ � a; � �
��' � r � � � .
2, SO `��+ C 4y � �
U} � Q} � �
� i� y
E � w �� � `o
,r ,� u� 5a m � �
� �� �� r� �� �
G = � � � � � �
�i� � 4.} ._. U {j �� C
�? � £, � C o Lj ,_`a
� ry�,} Q] �1 � � S5 G
' C � t.
ffs � q m� � L n�
� �: .'- �a �� � ,� ��
+' a � ir tl. n �
� w � ,r
ti -� .�' r,� .�-''-� � .�
�� � �Li�7 i C
�3i'y �
4 Fj .[� �S/J r_ W � %i
4F ilj J V1 }. 'i
� u}�o�c� C L �
' 4 � •� � u.i � VJ
G+ �a m � � � � iii
r.: ai �_ �: at {� � n
v�, � c a> �, ,w! �
4; � �:� �
� � ,� �: ,� � ° k
D
� C
� �
N �
� �
•� C
m
N �
� �
� �
�� �
{tl
N
�
19
O
rn
a7 �,
� �
'� �
� �
�. a
� �
D ,�
.�" � �
Ct
�� �
� �
� � :�
,� � �
C ��
m '�} �
� 3
L
�+ y
z
� {'
C �
!
r.Y� � ,� � �
C
� � � �
IJ I� �
w
� L"
� �
w �
❑ � @
a
� �vF
�a e
� �� ��,Q �
� � � �}
� � � �
�
�
� �
C
[!]
�. � C�.� �
[Q [C Q L'
� � � �y� �
w C� � IW {}
° ❑�❑L�
�_._ —._ �
��� U} �
� � �
L � �
� � � +-'
�
O � � � i�
c� �� �
G1 � � �� a
C
� �' '� Ui
� � �� �
� 4 � Y �
� � � ❑ '�
� �p� u�
� � a � o
+n ;; � � a
� �� W
.� '�
m �
UF
4 Q7
s� N
� �
e �
� � � �
Q
� '� +� �
U.I �
� W � �
� � � �
CG � � �
� � �
d
� � ��
�-I '� Q
�x
� I W
� � �� �
� �
�
+y -
x �+
�r �
a� �
{3 �
�
� �
� �+
oi a
�
�
�
�
d
� .,
� -�
0
� ll�i
� {' ��y
ry� N �k
T � . C
�
� � � �
� � �
a�
SA C
� �
� 'K
� 9F
�j E �
�._� � iu
t �
� � � �
� Q � �
u�7�❑
C+}
�
�
�
�
� �
� � � � '
� � H t7 L
� � � � �
_.E��unn
� �
�
C � �
'E �� {7
� f �}
�' T 7 d
� � �
as
{R C
� �
w
L �
I� � �
u ; �°
C �
� � � �
1O �
� !C '� {�
❑❑❑�
�
U
�
�
�
C3
� � � � "'
� � q`}
�
� a � � �
�j L� ❑ ❑ E� a
w �
�� ,�
� �
� �
� �
i� �
� � �� �
z u� � z r� �S �
� a 1oi � � � �
� � � � � � �
A i� � +s H � �
� ti � �x G
� � Q � Q
ti � � �
PJ � � � QF
[1.. r,y � +h �
� � � � � � �
m � � �,i � e � �.- �
� �a
o � � .c� o � � s°E n
c) � d a Eu �i m� a w -[�--.
���+
;� c�
� �
� O
��
.� u�
� �
w �
f �
J
`� k}`}
�� �i
� ��
=a
U
¢
�
�
�
�
�
�
�
:�
�
�
�
,�
N
N
�
�
•�
3
�
�
_�
C
t
�
�
C
C9
W
�
C
�F
c�
�
�
�
�
�
�
�
�
�
�
�
�
�
CJ
��
�� �
� �
C :� �
� 1Li � 'r
4t
L� {�
� � '�.
❑❑ ❑
�
itF �
�" �
41
1L �
� � 'i�Sj
� ��
m � � �
� a ¢ �s
� ❑ l� �J
�
�
�
�
� �
�
r,� �
� � � � ��
� � � x ��
� � z �.. �.
; �❑❑Q
t�o � 5 ;
C
� �, i'
N �
� � �ro �
� � � �
� �� �
4�
� �
� `�
l L qy
� � �
tiG
i�¢: {{�q]�
0} .f} (S5 7
({5 " '
� � � � }
� ❑ � �J
�
�
�
�� �
�
�" � � o �
� � �
� � � � �
� �❑� ��
�-
� � �
4' �C �
S6 �
� �
�z � �w �
� � � �
L� � �
u�
iJ C.�
� �
# �5
tL �
�� C
� 4_�i
C ��S
� i9 G t]
� r� �
�4 �
�- � �
� � � �
�
�
�
�
� �
�
ca �' � �
y,
� � � �
�� � "
� c� z � o
� ����
��
��
��
�k
� •.�
�� �
� �' a
� � �
� �
� � i.�
F� � �{�
� � I
W � � p
ay
F-� ��
W
LL �
� �
�} tll
lf7 r
� �
17! �
[C �
��
� �
� �
� V
Q d
� �
W �
� �
� �
Z
�
.�
Lr.
�
07
4�
U
4 �
c � V]
C3 � #
O �
� �
� � �
� �+r F-
� �
� �
� �
� �
� � �..
� _ m
"+1� �o o �0 �
m 4 �w t�
# �
� �
U} Q
t� �
� �
��- -� -
� �
4
i�tl
� �}
�
� � �
� a� �
� � � ,., ;9
m
� � � � o
m � n. w c�
�
a
a
3
tl}
V
��
�
�
O
�
�
�
V
�
Z
�
Z
�
�
�
�
�
1 �
� C} {�
C
�+ � -� +L
� +� m �
� {l�
� � +: t�
[� � L�
au
74 C
sv
iU €}
� �
� � �
� � �
� �
� � � ��
� I� I� �
�
�
�
�
� �
.� �
m � � o
� � � � �
�
r q
� � ���
�
�
a
�
�
�
�
� O �
O l} �
O
� � d
a
�
F- � in
� �
l4
� GF
N �
� � .. �
�_ �
5 .. � � :°
�a
� � � E �
� � a ur C]
4r �
O
� 4}
� a
'� � �; _ �
� � ., �
�Ua � o '� �
00 � � u�, c°�
� S
�J c�
O �
�; o
�3 �
s� �
y� a
ka :.�
��
� ��
r �
ui �
� �
�� 8_
�.a
• �.
�
�
�
�
N
�
C
.�
�
�
�
�
�
�
r�
� � � �
U7
in �
� �
� �
� �
� �
w �
rn � �
� � �
�� � U
� � � �
� �, as p�
� �
� � a �
u� � O
� � � Gf9
a � ° u�7
�
� � � �
� � � �
: � � 1�1
�n � � �
� � �C
� � � a
L
� � � �
� � ii�! LL
� � � �
�� W � 4d
� � , �j
� �
�
� c �A �
� � o �
U t� 2 �
� �+- w �
O � � �
� 3 � �
o a o �
� � �
J
� i ro �
CI �1 ❑ �
(SS i� i� �
i--• � � �
�
O �
o,��
� � � �
c�
,� � � _�
� � ��
� _� � �
7 �} Qy ��
i�l �''� �
v, � �� �
� � � �
47 � cp �
� .� �
� � � �
�
m � � �
4S � L} �
r' � -.-
a--' Cj N
c
O � � �
sG Cl} 4., �.
O � � G1
���-�u
�
�s �� �a
� � �
_° � G �
i.Y �} � �
� � �
+-. !� � {9
O � Qj �
� � � �
�
+� � f �
� � � W
�
����'�'.
�a� �.
� � .� �
� � �_ �
� �,�a
° '� � �
� � �
�� � �
� Q � �
� � � �
.� ra o +�
� � a�
� � � �
�ri��_
�����
� � � �
� �
� q 4 �
� � � .�
O O _� �
'.�. w- ... C1
� � � e
� � 6 C
.-. o
� � � � �
[4 � � C
r-
Q � � � 45
� � � � a3
.� � � � �
� � ti � �
� � � � �
� � m �, c�
�+ �`u =•�
� �
� +�- � � [�]
�i � � � �
Q. 4ti � *�-' �
���� �
r� $��
Vi
e � �
❑ � � _y� �
.� � � � �
� a � �
ti �
� � � � �-.
,.� � � � e
O
� � � �1 C
� � �� �
� o � d) ,c
� 91 �4 d
� �' � L
� � � � �
� e17 4 � Q�
Q1 �1 � ,i� 4
+� ����
� � '� N
Sv yt �
� � � � �
�; {4 � � �
� � � � �
� q�� �t�r+
�� i � � �
� � � � U �'
� .� � a �y c�
� � � � +�+ �+
� � 4 � � �
�
{�1 � �77 � � �
� � Q' � ��., m
� � S� C � �
N
7, {� � � � �
�y �� �. il Q1 T
� � Q} -� � ,�
� �• �_ . [] �
� � � � � �
� � �r � � �
� �,� �� �
'� ,s� � � o �
o � � � � °
�
� � � � � g
a ° � i � �,
� � � � m �
� � +i c �
� � m � �
� � � � a
� � cy � � �
� .� � � �
� � � � � �
�., � � co �
��� � � �
'4.• � � � {.} �
C� � °� t� -v+ �
�i a� �_
� � y Ck � �
� 45 �
� � � � � �
�
*� ia � '� � �
'� }� � � �� ,iU
��� ���
o w � ak � '�,
� � � �� �
.�-" U '` �
� �
O � ,� � q�} �
a� �
�' .s� � �' � m
� � � � m �
�y �
�� � c7� m
�� � � � � t`n
� � �
� � } � � �
� �
� �.� �.� G
N � � t '�4 D
m �d�r c.[i'.s�c
L
�
a
t
�
U7
�
e
�
C
iJ
�
�
!Y��
w
�
�
N
�
�
S9
�
U
:°
�
�
�
� �
� �
� �
� 'O
� �
4 .� �
� W �
�
� �
ta �,
� �' �3
'� � �
� � �
, � �
� � c� �4
� � � �
� � � � �
� F U Q i3
�t��T �ORTH.•
�I��f p� �O�'t �fQCt�'1
B��ir���� Equi��r Di�ri�ian
Prime �or�#r���ar Wa�►rer �orm
RRIMEfQFF�ROR
G�RhPf�NY NAM�=
3'3�OJP�T NAME;
���1 �11I�t�r Ni�in L.e��C F����ir ��ntra��#
�l�.y's ��o��Ra�� �qu4ly �oal; plFarur'S eu�IMes6 �qul[y �raje�t �i
� A�n °�n
A�TA[�I-k��hk� ��
F�'a�c � of 1
_�I}�;cic ,�ppllcaE�3� hi�x ta de�i:raalu Prlino� �
��-�i�;}4 �I�� 4~, 'I � I.. .�.}
�: 'llI'1�L"7i , ' .
�ia a�.rE
���u�t �, ��2�
�RO.l�CT N42A�€R
������
I# bath an�wers to th�s form are YE� �o nn! com�siet� 1�Ti�C:�-IMFh�T �� (�ood Fait#� �ffori Farm}. AU q�Gestior,s can
4l��s fnrrr3 ���u�t be cor��p2�,terJ and �rovid� a d��ailed exp�an���an, if fh� �r��w+�r �o ��kher q�ies;ian is iVO, Shcn y�u
r�7ust �orrspl�5tc A�A�HMFf�T �1 �, TI��S fofn� ��3 �rn1y �p�lic�%f� if botl7 at�swefs ar� y�s.
� 1 4.' i.. - -�.- -• �na., a4,
�Bt.�YB t0 COIl1�3�Lt� te..S �OTffl IFI 3[., $71t1��t�+ t�n� b� receivecil �o-y t�e� �tii����Siki{�L.iivisi��l ���, �a��;r ���an 2:u"�
p.rei., �+n t?�e secand_�ity_�usiness_tl�y ait�r oi� op��yin�, �xc�::��i�re �i� ti�� �i�� aN�r���� datt, v,rill re.�al;t �n
the F�i�d L•�;;�g cansi�lered n€���-re��as�sEv� tcr lai�d s���cifcdi�:�.:.-s. �x4���xi. n= ��=A� I�.�. �n�i CDB�G prajeci�,
dti�urtne�t� wiii k�� sti�mit�ed ta t�hs �ity Rrc�s,�t ����a�er fi �����cfy ��� or to t�xe C��elop�r if �arivatc�y #��d_
VUfll you perform t�is �n#�r� contract vuitho��t subco��tract�rs7
If y�s, plessa �,ro+�acl� a detaile 1 axplanaticFl thai p�a���s hasod o� ih� s��e �nct ��op�: crf Rl�i�
p��joct. tt�is �s yaur r�ofr�1�� h�,�in�2;� p� �rkir:e �n[i provid� a€� o{�eratao��al prafite of �+our business.
W3�1 y�u p�rFarr� tF�i� �ntir� �o�titra�t witliotit supplie�s?
� YE�
� �10
� Y�S
If y�s. Pteas� �rv�+ido � d�ka,�od �xpl�,�7.��1��1 lhpk �rs��es has�� oli the sii? ae�d s�opc af this
pfa�e�#, this :s youf n�rma3 busine�ss prac�ice 4�nd �rovi�ip� �n in�+�rrtory praPila of yo�fr ��siness. � NO__
Tk�e PrimelOf�eror f�rthe� a��ees to prov:de, elir�3c31y to RYke �ily �a�o+7 requ��#, carnplete :a�€I ac�urate
I�foTrn�liori r���rcling ��t�al w�rk p��fo.rmed b}� all sub�ontfavt�rs, i��Ult�di�g B�sln�ss �q�i�r�r furs arx �hGs conl��c�,
Che �aV��FeG3t ther�of ��1� a��y pro�ose� �h�t,g�5 ic� I�r: r��igin�l n��sFe��ss �yu;4y �irm arrangements submii#�d wrkh
khFs �i�i 7h� I�rir��������ror arso agfees to allot�r �an audik andf�r examFr��tic�n af any boaks recoras aird �iies 17eSd
by lhair wom�any i��k �+�ilE ���rs���iiat�a il7s ackua� wcrk �i��i+��nred by tn� [3usiness Ec���iiy f�rms �:�+ khis ����ir�ct.
by �rs �uU�nri�ed �ff�cer ar e��pl�yee a# the ��zy. Any inle�i��Ral �r��lor ka5awi��g ��7i�repr�s�r.tatdarr n` tscks will
be groun:is for [�imii���fr�� kh� c;c,�7fr��! ar d�b�m7en! fr�m {:i�y wo�k far a�erio� a� nat less tlian �i�rc�r: (3) Years
and !of inittatint� actian �rnder l=ederal, �4a4� ar �.o��k I�ws ��nc�r�ing f�l�t� sk�Esn�ei�ts_ #�ny fa�l�r� to comp]y w�th
t},is ordin�r,ce creas�s � m�taria�� br�acl� o# coilxract an� may rasult in a detemlinat;bn �` ��+ brr�s�aons�'�I� Prwm�f
O€feror and bart�d frorrr participating in �liy wark for ���ri�ad o� 1;���e n�� �ess tihan orse {'1 j Year.
{4iiHi�ri��rJ �Ic�n;vtsir�*
Till�-
Ci,irr�r+ity f�arlre
ArJdress
CIiYfStlale�ll�7
F�rinRad �igrraltue
C:c,n4e�l Nanre;sf �i;feran!)
F�h�ite Nr�m�or
Emnit �ddk��s
Qat�
8�slnesa �qully C�Ivlslan Elfecllva {19lO1d202i
Eiflall. DVIN_8�+72�c��ioKwol�i�laxa5,{]nv
Phnne: (817} 39�-N74
�L►�� �����,•�
FFtIR1 E�i7 FFER pR
C�i.7�ii�Y fJlih'IE;
�I�� O� �DCi �Oi'��t
�LI�MEIB�� �C�LIl�jf �iVl$10[�
�c�od Faith Ef�c►rk Forrn
PRQ,���T P#{�Rd�;
���� V1I�#�r M��r� L���C F����ir ��ntr���
AT�`A�I•GN1ENi 'I �
�ay� '� 04 d
Chvck �ppltltak��e lsort la doscrlba
AYImefQ}iean�s GE�l�I�icai�on
��;�� � .',} h ,�= . r.�
� p�ii .' � � k,�l'+I� ' 'I'' ,
�[R PA�E
Aligusl �r, �0�1
9uslness Equity Goal. Oi*eror's �usFns�ss �qt�ity Gnnl �ammit�nnnR; ��i0.1��
� �,� a,� � �33��
li #�� O#f2.�e dic� r��t meet a� ex�eed ti�e B���ness Equi�y ��a! #ot tF:a� �i��jecf, the PrimelQf[erar ���usl Co�i��a��tE
Lllnr �VFi��.
If �he �rEr��el�F���or'S ���#h�t� vf Co�n��lian�� wi�� ��e B��ir��SS E[�ui�y ��al �s b�s�tS
u�on d�it���strati�rt �f �"�aod F�ith ��#pfk", t�e �rim�fOff�r�r will Iti�ve t�e h�rB�n �f
c��'rectly and �C�ura�ely ��re��riflg ��d s�ibi�itkin� �h� dv�ume€�ta�iqn reqtiit�d by #h�
�ity. �oEnplia�ce yv4th each it�m, 'i #hr�i 'I� �elow, sha�E sa#isfy tF�e �oot� �ait� �ffort
requar�me�� �bseait pr�o# of fr��id, inte�it�onal �rld�or knvw4rsg mi�re�sr��e�7tat4�r� �� th� f�c#s
�r t��t,el�tior�al [liscr�rnEe�ati�€� I�y the Pr�rn�fOffervr.
Failu« t� GU�Yl�7iei� tr�i� #orm, i,� i4.s eRti��ty wif�: supporkie�� docume�tat��r.. a�d received �y tk�e
�u�c�asi�i� Gi�����.�ti r,� 1uio�` t: .�CI i'U4 �'i.n:ll. Gil ��"12 Sci,.u�4� lwlij� �ii.iai:.ca� (�aj� 8fi�2d �11('.� Gj�E:liii�i Ciii;iiiSiJ�
�f laiti� openl�i� [�R�G} 3i�++il Fesiuit in t�2 ��d L'G;��y ��nsi�e�ed �i�i�-����vil:;iy� t� �i� S.�JGCIiI4QL'1vP�.`7t.
txcep[ic:,i; c:F�, i�.A, anol GDBC prajeci�, �iU[:�J�IICIIIs wii� �e submizi�+�! t� Ek�e Gii�r groj�c# Managed if
put�i'reiv u«� o- t�a #�:a �eve�.;u�; if u�i�a��iv bic�.
'�.� �lease Ifst eac� ai��l every s�#���i�tracti��c� at�cl�c�r s� pk�er o�+�ort����it for tl�e cor��plet�on or lhis
�r��o�ect, re�arc�Eess of whet#�er it is ta !�� prav��let€ �y a 8usiitess �c{r�i�y f�rin or nai�-Susir�ess
�c�ui�y �srn�, �i7� �10T L�ST NANf�� QF FIRMSI. �n al1 project�, t�t� Prirr��fQf�er�t m�Msk list �acY�
�ub�o�t#r��#in� �ntf �r suppl�er ap�ofk�nit�+ r��a��less af tl�r,
��f�cqlv� �iJ0ir�02�
(Use a�#r!r#�oraa! slr�#�, �� rx��c�ssary�
arr�c����r��
���� � �f �
�.� Obtain a�urf���k �n�i rr�or� #h�n E+r�r, (�j �x�onE�s olrl from t�e h��i opeiti dste} list of Busir�ess Equ�ty
suhcantracto�s andlor suppller� #rnrri ii�� �ily�5 BE15111$5S �L�tli�]f DkVIS1011.
�� �E5
� ��
oate ot l.�st�ny
3.} Drd yo� soli�il bid� Fra�if ��slo�ess ��u�ty firms, vrt4hin lhe suk�cae�tracti��y ar�cfl�r sE�p�s3i�r ar�as
F�re►ri�us�y �istecf, at least let3 cate�idar d�y� ��ri�r to hitl ���oi�i��;� Ixy telepl��i�e, exc�tislve of #he day ��xe
bids �re o�>ened�
� Y�5 ��f y$s, �ltacl� Il�l lo C��cludrt ttadlo o� �u�fe�es� �qul�� �irm, a� cont�e.Rorl. �rh�nff n4rmhur ar�tl dntn �nsl Ilann af con�aet,�
Li k+f0
�.j Did you solicEt �ids frorr� �u��r���s ��;uity €ir�€�s, wikhin tlie s��cor�tractiiig and�or sup�lfer areas
previously I�sted, at leasi t�n ��I�x}d�r �I�ys pfiio� to b�d op�nl�tg by f�x, excl�isive af l��e day the bids are
0����3er1?
�j �r�� {[� y��, atlach ]��l to Irfciud�r �s5ina of Bu�li,�,:;s �c�uily Rirn�, fax ntmnk+e� and nale ��,af �Ir�� n� ��r�la�t, Cn atldlkian, i[ 1he 1ax Is
��--� r�+�tu{}�t{j �& 411�d�IlYQF811Efi, Chon lftal "u�idolJvarolsla cnnfirrsrailarti" re��rSwar! �n�sl �n prlroled tlir��Rly irom t�n f�r.�im31fl !or
R�i14F d4G�Ff�l01ti1PtIQ11, FSIILf7'0 t4 SU�74711� Gk�MtIPYfi�t�6Y� r2�1NJoY "{��adtaliyef��1�� hOfillrrnalinn'� do�urn�3�[atiaoa may rpndeF thf�
� �p fi�FE nan.Yasponsivr.,j
5.} Did yo� soficlt Yxids frorr� �4�sin�ss �c�uity firrris, within the st���or�kracfiny andfi�r s�p�lier areas
prevfo�isly lis�ed� at le��k tekl �al��zd�i' �iays pri�e t� h9d ope��in� hy ei�a�l, excl�sive of tl�e day the bids are
ap�r�ed7
�gg �I� yos, :i!t�rlr er��sYl coniirrrtaClu�� ta �r�cia�d� n,rr�e af �usan�as �qi�ity lirm, datc ar�� timo, li� additto�, 9i an
' �natill I� ratitrne�i �s t�ns�r��wt�rahle. lhen IhPR "oar�doliVarab90 invssagr" roc�rEp� r�ru�! �e prlrr�ed dlrecliy fram lhv
�r�r,dll sy�stem �or pr��xar documensa�lon. Faklura tu subs�ilt c��rl�r,nauun ar�drar "lindelMvrrahle rn�tss�ga"
��� do�trm�n[ata�� rtt�y fnnsiar khe CtFE ��o��•rasporss�uo,J
N�� { t:' 111� t��r�B me#hads iden�ifieti duti.�2 ai8 a�cepta�i� T�,C 501lCiiliia�.l �`iiiia, .�C1Cj �aLrA ,�,eIQCiBi�
ni��i��� miis# he �sppii�ti k�r tl�� appiicabCG 4���tract. 7�:e �rirr�elE]nG�cs r�usi €i�u�������� tna� eii�«r �t
i�uat tiiv� ti1i�`.Gie��,iiri hN�l'E lila�c'4 laa:Eig tw� a� k#�e tF�ee rt��lMGu£ QS t�c�� �t IEa�� G112 5'I.iCC.eSSTU� C�D11F8Ct YIiQ�
411q�e �siii� oo� �# t€�2 tFiKee meinods 4n ard�; ko deemec� �esW���siw� tc� t�.e Gnod �aii� �iruft requi�e�me�►i.
N07�� 71�� �r��ne�Gffe�:,� �utii r:c���ia�t ttia ���t��� �usines� �quit�,� lis,t speciiir tc ��ch
SU�3CDtitt',an��i:►LI c'1f1C� Supplic� G��u��iiiii�.y+ tO �]e' 113 Gc7[n�7��aftCc^. til/iLi+ [�11B5tYOlt� ��iiiU $.
6.y D€d y��i provid� ��lans and s��ci�icati�ns ko �oton��al Busii�oss Eqr�ity fir�t�s?
�' Y�s
� f�o
7,� aid yot� pfovide tl�e infor���ailon re�arding khe lo�atfan of pEans a��d s�secificati�ns in �rder to assist
tk�� Busir�ess Eq�iky f€rxns7
� Yes
� h10
��r���G� �ara����s�
ATTACHM�N7 'I �
Page 3 of 4
8.} Dici you �arepare a yu�tatEon #�r tl�e 9usi�e�s �q�lk.y f�rms �� ��tl ai� €��or�sfservices s�xecif3c ta �he�r
skE1i �e#�
�„ Y4S ;If yos. a�laci� alr �aRlas oF qqaiallons,j
� ��
�,} W�s the cvntact inFarmation on any of the liskiaz�s n�t valirl?
�If yc+s, �skaah ihe� Ir�f#rma#inn �haq wes nnt �+R[isl ��i o�d4r f�� Rhe �uglr�ess �sEu�ly p3wi�i#n Io �d�ireF9
�LS l�ie r.esrFeCtlans oieeded_}
Q iV0
1�.} ��htxrit d�cr�rttientatioio if �usi�iess �quit}r F�rrn� yu�tes were re�ected. The doc�rnent�tEort su��rtxitfed
sl���lcl E�e krti lf�e iar�ns forxris nf a�� aific�avit� �t7�l�rde � ciet�F3�d ex�xlatraEioi� of why #f�e ��staress �r��tty firms
was ret�ctecl a�td ar�y su��or�ing r}q��m�r�#atiori tt�� Prin�efOfferqr w�sl�es ko k�e c���sidered by tl�e �kxy. In the
ever�t o# � L�orra fide dis��ule co��cerM�i�tig c{t�ote�, the Prime{Offer�r will �Srr�+xide f�r c�ai�f3der�tial ii�-camera
access tc� ar� iTtsrxectian ar arsy r�l�van� ciocurrserikatlon txy �Ity p�rsqtrneL
P�ease I�s� aaf��'i��ora�1 s�reets, rl rte�essar . atra� afta��.
�am �n t�ar��e TaEe hane �ankact P�rsan Scb Q o� Wo�k Reason f�r R� ��kio�7
ADDI��ONAL ihlFORMATI�xd'
�lease �r�vitle ac�difi�nal i�sf�rma#ton you #e�� will r�r���er expEain your goad a�id �o�ties[ ���for�s to obtain
�Usl�3css �q4aiky firil� pa�tf�i���i��� an #his �rox��l�.
Th� Prim�JOff�ror f�ir#her agrees to p�'ovid�, dir��tly to #�e Cit}r ����n r�quest,
co�r�{�let� ar�d �c��,ra�e i�#�rma�ioM� regardir�g ac�+�al wor�C }��rfor�ned a� thi� cor�tr��t,
th� payir�ent ��i�r��� �r�d ar�}� �rap�sed �h�r��es #o �lie orig�nal ��ranc�einer�ts s��initt�d
wi�l� t�i� I�id. 7he �ri��iel�f�e�or a4s� agree� tc� a�la� ar� audit ant#�or e�ca�nina�ion o� ar��r
�ooks, r��ord� ancl files 1ief�l b� their �ompa�y tl�at wiil s�k�s��ntiat� t�e act�al work
performe�l aa� kt�i� contract, ��r an au#horized of€���r or ��p�o�ee o� the �ity.
A prim�l�fferor who int�ntior�a�ly and�or kr�owin�ly rr�isre�r��ants m�terfal �ac�s shall be
�ebarr�d for a p�rl�d �f k�tn� �� r��t I�ss tl�ar� �F�ree ��) year�.
Er�o��i�� ��ra��so��
A�TACHM�N7 9�
P7go 4 �f �
Tlie urwtier�ig�r��d c�rtifie� k�at tli� �nfarM�natior� �r�vicl�d �i3d th� B��in�s� Ec�ui�y firt�s
list�r� was�wer� contacEe�l in good #a��th. I# i� ���td�r��oori tl�at any ��sir�ess E��tiit�r fir�rr�
list�d i�r AtEac�me�� 'I �+�+iil k�� �oxitact��i and tY�� re�sor�s for not u�iN7g tl3em wrli ��
verifi��l hy the �ity"� Busi�e�s E�x,it}r Diuision.
A�tisar��e�i 8�gr��tur�
�'itle
��inpany Narn�
Acldrass
CitylSk�te�Zip
f3usii�ess �q�ity �ivisi�n
�mail: DI�l�I B�Ul�ice�€orhvort#�texas,gov
F'I��ne� �8�ij �92�2574
Printod S�gnat�r��
�o�ta�t �fair�e �itt� Title ��� tiif�orort#)
PC�one #Vu��i�er
�maiE Address
Date
�
�#Fccllve 01l49+�021
1��� T■1.���rlo� .fuln;Va�kurc
— � C'['I'Y [.)l�' 3+'�}��'I' �'4�{?�t,k,�_� F}t„���� ai�3
.lnir�l_,1�t��kl:�arer,��ty�;lit�� rcx�•��,
,•{i�+�Ji{'til�f1JJ.\ fJ!!f5'f I1i`.JJlS'F4'�J'{'t�; rr,c.�. "�'�'r'.1 " J�lfrlf iJfl{l��i�ff�7li'�
��,�,��o€'c`��r��t�o,���.c� ���� V'V�t�r N��i� l.�ak f�����r�or����ct ..
A.li�in, uei�liue &mn ins�.i Fr. cuh7Gsl4�r;l �1r�Cf��-I1 I5f{5�['4[
l�!��'iRi�,I�C'a'ssf.'.::s �li����l��,,; 3i]���1
I
I. .�os�� ��eui�u�e i�sfoe�m��ion:
,��sri�� Va'�rkkw+'e Narne;
.I{�3n� Vc��lurc r!aldr�ss:
�'±j{r�,���i,•��l.�lt� 1
��L:�CSI�iiS11L'= — — �:-]lltl4�"
��x;
f[�ciitify 1�7e fi+��rts tE7�t co��7�r�se �lie joi��i vcitiurc�
I�'1r.���:re a!:�ac� i uxfr �r ;:!acefs rf aa�rl�Uona1 s�rose is ra�r�rrea �a �vnv�d� datarie:� ex�ttnr�afiar�s bl u�7rXr t0 bC+ �1a+YoFmed bY �a r.�a fu rro currr��lsr�g t�ae
!r�t Yr�lturf�
Huci�ax+a I•,�a�;�}�� �iNl-IiUSlllNiu
l�ir�n �;,rr�e: 1'.{�1l41ti_ F'��IYIL �YAFIIC: _
�ttl'iIIIL�'i �'rJ711 SLI:;LiS455 �'lILl4
C'uut�i�:[ h;31uc: �C'unLu_I Alm11c'
fGSr�ill�is #StF�inr�s
�4{{[� I C.�S �S�C� I l:.Y.i
Trlepl�,siic F:L\' ��.'ILL4I5f1J5C' — —'...I I'31'
1' Illil�%
f'crIiGCNilorl �Ixtus:
�2,�mc. ul' �'�riaC}�iu� r7,�;�ncy=
�:-ll�ll�'
2. ��npe o� ►��c,rlc ��e�fortuecl I��' t1i� .lnrnt �f en��re:
j� 17c�eiti�xr tl�e sco�e of �rork af Ix��� ���asi��ess I�;r���9�3• �rrn
�
[}erFerihr thc s�u��e of �varlc a{ Ikre utFn=i�usi�tifiss ���uil}� tir'i7�;
E Ffc�,�live 61 J01 +7421
� I
J
Jc+IR1 Verl2r,ire
1='�ge 2 of 5
,i. V4'hal i� ti�r ��rx�cri�ts�nr of'J3�si��es� !?qui�}� �r�z� �a.�rli�i�ra�licx�� crn I�tii� J��i��t v�i�t4�re cu�sn#i��� 1���v;4rcls fh�
�11"�I;��'� r{l'.1�'r
�. Aii:MclM :� ���}P3' of il�e,fic�i:i� ►�cr�t�irc �ge�c�r��r�js.
.�7. � .ISI Cllfll �1Ull�f1lS �t' {liYll[�rshi� e�f ,joinl ��ej�t�r�: �f�f� ,��,r r:fr,�rjaJ�rfe• �f �f�+s- ifJfr,r�r,��irar„� r,s ��r-arri�e+� irr�r�i,�f vr.+,�rr�•r
«�;1r�,kJ r��!/
1'r„#�� �ikcl Ins.� sharin�;
C;u��iRr�l �:csit[rilauCtt�n�, in�li�dang
Cq Lk I �] [Il� Clt'
�>C1tcr ri}���licsb3c otivE�crtiiii}r in��rc�ts;
�"r�c� City"s Q�isir�ess Equ��y DivEsl��� w��l raview y�ur �+�inf ve��tur� saG�rr7is�io�+ ar�d +n+�ll I�a�+�
fit�ai a�pr�val 4f tl�e �usirt��� �q��f#y �erceR��a�e a��3i�d towa�d li�e goa� f�r ti�e pr�jmcC fist�d on
thrs 4�rr�.
fV(?`I'�:: Fro[� �nd ��ter l�3� da�e of �r�jeC:k �lNe�rd. if �n�+ of th9 �?�flifii��rltS. �31� if�diVidtl�lly deFi�e�l 5�o�x�s OF�w�rk Or
k#�[� dol]�r am:.u�+isJp�r��r.9�ges �ha€�ge fr�m Ihe ori��nally a��proved in€or�nati�n, kh�i� k�e narlicl�anls rnus�
�nform fhe {;ity's E3��in�s5 ��uity Oi�asian ir77mec.EE�l�ly ��rr �ppro�+�l h��ty +�n},a�:if+e�l cl7dn�� o�
d�ilrt�#icrn �hall p� � �ri�.�i�ri�xC brea�l� af contract and may result in �4ebannenf �n accard +,vith the �race�ur�s
outlir�od in the �i#y's ESusiness =q�iky �{�i���ca,
�(l�ci�+m Rylolr�azl
fi. Ic�����ify irs u.�mc. r�sc[�, s�x ���xrl fir�ri [�a�e in�li�•idizs��x {witlti titles};vl�t� sirs• �•cspna:cyl�le ri�i• t��c ��7�•-c�,�ds�y
euikns����r�en� un�l �lecitiin� mul:in�; ��f #hr j{tiinl ;�enl��r�.
,l�ilikl �/fli1111ta
�'a9e 3 oF 3
�
�}
J
�rrt��av���
�f 17�. undcr:�i�,�rua �f�r�T:� �Imt il�c r'��regni�a� st:�tcm�rG�s �r� Ge4��: �t�d crr��re�,� ei7c� i�tclude all mr�te��al i����nrn���li;,n
�s��c�s�:try 1n 3�k���tity ��Gcl cx�,�,31�1 i�lr�: ��cr�rF� �r�il {x�)cr�11C��1 t)f��3c�ni�t# ve�}iurc, �'lie�Eycrki�nrc, tEie �uydcrs€�,nc�l sF�aiE
a�,r�� to p3�o��ic�� tc� tl��e .jt,i<<l v�.i7<<�rc t€t� wt�.���tl ss;a��r 4�€' �vork, ciccisst}�;-u�alc�n� r::s�,t�!i5�;.�ili�ics ;�nti payo�i��ias
I�crcin,
`rh�. Ciiy ,i;�t] f�tiCB'4`�: 11�� ��i�.l�s [u ���4�;�e�f ;u�y ���l�li�ic�ttaf ir,ic.Errr�Kuian �leri�iecj ucti���s�ry su 41�:ernsiE�e� i��kki�
,I�,iiil *�en[�u�� i,4 cli�.il,l�:, 3��tyii�ir��. �cs rt�srE?cr.��r .{�tc��s�r �;rs}r�icic ��yuest�:e! ii�ii�rint�i�c,ir �viiis�n tlie tim:: �4,�:c;ilic;! 1�
�rut�iuls i�f�3' �CIlliffltilE{}fi CFE [ElC k:il�',lE7lElE}� �]I't}�:�55_
�� I'll= 1111[t�i'S[Lti,"fICtiI !#�Tl"�:L'. tD �}4 I'�ll l I il4F{�915. onfeerie�vs �vi��, o���iers a��cl �xa3ii��r�t3�.sr7 �rr` kE�e 1�r.ss�k�. l��:t+l'i�ti ,jflc�
silcs sat Ilrc ��r�n1 V�iiflll�4' �ky :ifl}' i141II1{}I'I��i� �'l:JrR�['��:rl<<������� ��f tttc {'€ty nf E��rq W;�r[Eti, ]�t,ilt�i� �n cc��ziPi}-
�}�i1�7 �Itis }��ovisis:�n sf7t�ll rt.�t3€t it� I�l�: C�117i]i33E1011 OF �C11Y C011iCilCk, �VIlEC�3 111r�V UC 21�4ai!'CE�[� SM1ICI�F 11]� �7]'�?VStillslk�
i7f'T�1kSJC1111( VEII[�FI'C'ti C�1�;ff}1IIt�+ .Rllij 111.3Y LIII�I.L[C i�til1011 t�i�der FC�CI'3�, �iillL' 3111j�(7G' �.4}C8� �BLI`S�{.FL'4�I11IL17�C5
c�c}nw��nin�* ��lsc Slzl�c'll]C17�4 O!' 44'I�jEUi 135i5E{',4]E'c��fklt'l�]L711 �TI ��7fi15.
--------- ------------ ----------------�•----------..
Ni�ue �il' L�.c�ineks d=�kuHy Fim7 h�Uur. ul' huu.PvSinr.xG �'t�u�ly Fiiii�
�`%�aLllS� f�� �}54'I�tl
��lriudlli�' 1Fk � fs5'r�-;;
�'i �f��•.: �'�i:lllr I�", 4 �55':?f
tiigii u�,�re c.;'t);4��cr
� � + 114*
:1:�lC
�t'S�� Of
4it tl2is
d�v oF`
�J.I�Ic iil �lk'IiCI
tii�rc�l�uc nl'S]umcr
I'iiii[t�l �I.ic:c ul'tlkk�isrr
tii;n�•,lic: nr i i•,5�}rr
I ; r _�
:1JC�
��}1 il I'1 i6�i # I�}SI
C�uitiy oi
. �i1 . be�'orc G�3r ap�acar�d
ai��
tu mc �,t�rs��r�oEEy kitou�n air�C 3vho, beiitg ciuly� s�vcrrn, �licE c.�ec4�tic �17e I�oa�c�uin� �!'tiduvit ar�d ciid st{��e Lhat ll�ey ��e��
�3'C14}�I"1�+ i.111��1U]'II�{� �C1 4.'i44lI�Q I�lfS 11l�l��Vlt i.lil{� I�IL�'�C1 i1� �I14'.ir I�r{:� �c� tfn41 cleec�,
ixlulary P4�1�lae
N7�ni hlnme
�Oi111'}' �}19LF�1C
5��t-ro��uio
Co�n�niskini2 Expir�:s _
I�u,sin�ss Lq�it�' 3)CVI5EL?15
��nsas�; F)Vl?r'_�lk.�]E�t�ce���}�orl��r{�rfi�t�xas.�ov
PEtcsne: (�;17) :�{)2Y?b74
�5 �"�y
=#iBCilve d1 M}i!?Q21
GC-6.07 �V��e l�ates
��13 P�ev�ilirn� �V�ge ]E��tes
(I�eavy � I�[ig���� Co�st�uc�ion �roject�)
�
CITY OF FORT WORTH
STA]dDARD CO�+TSTRUCTION SPECIFICATION DDCUME3+TT5
Revised July 1, 201 l
2p21 WATER 1F+IAIN LEAK
REPAIR CqNTRACT
City Projec# No. 103327
2013 PREVAILING WAGE RATES
(Heavy and Highway Construetion ProjectsJ
CLASSIFICA�ION D�SCRIPTION
As�ahalt Distributor bperator
Aspnalt Paving Machine Operator
Asp�alt Raker
Broom or 5weeper Operator
Concrete Finisher, Paving and Structures
Concrete Pavement �inishing Machine Operator
Cancrete Saw Operator
Crane Operator, Hydraulic 80 tons or less
Crane Operator, Lattice Boom 80 Tons or Less
Grane Operator, Lattice Boom Over 80 Tons
Crawler Tractor Operatar
Electrician
Exca�atar Operator, 50,p�0 pounds or less
Exca�aYor Operator, Over SD,OQfl pounds
Flagger
Farm Builder/5etter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
�oundation Drill Operator, Truck Mounted
Front End Loader Operator, 3 CY or Less
Front End Loader Operator, Over 3 CY
Laborer, Corrimon
Laborer, Utility
Loader/8aekhoe Operator
Mechanic
Milling Machine Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Raugh
Dff Road Hauler
Pavement Marking Machine �peratnr
Pipelayer
Reclaim�r/Pul�erizer Operatar
Reinforcing 5t��1 Worker
Roller Operaiar, Asphaft
Raller Operatar, Other
5craper �peratvr
Servicer
5mall Sfipform Machine Qperator
Spreader Box Operator
Truck Driver Low.boy-Float
7ruek priverTransit-Mix
Truck Driver, Single Axle
Truck Driver, Single or Tandem Axle bump 1'ruck
Truck Drive�-, Tandem Rxle Tractor with 5emi Trailer
Welder
Work Zvne garricade Ser�icer
Wage Rate
$
$
$
$
$
$
$
$
$
�
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
�
$
$
$
$
�
$
$
$
$
$
15.32
13.99
12.69
�.1.74
14.12
16.Q5
14.48
1$.12
17.27
�Q.52
14.07
19.80
17.19
16.99
10.d6
].3.84
13.Ib
17.99
21.07
13.69
14.72
1D.72
12.32
15.18
17.6$
��.�z
17.19
16.02
12.25
13.63
1.3.Z4
11, 01
16.18
13.08
11.51
12.96
14.58
15.95
14,73
16.24
14.14
12,31
1Z.62
12.86
14.84
11.68
The pavis-Baean Act pre�ailing wage rates shown for Heavy and Wighway consiruction projects were determined by
the United States Department ofi Labor and current as of 5eptember 2013. The titles and descriptions for the
classificaYlons listed are detailed in the AGC of Texas' Standard Job Classificatlons and I]escriptions for Highway,
Heavy, Utilities, and Industrial Constructipn in Texas.
Page �. of 1
y
�C-6.24 �T�r�d�sc�-im�n�tio�
'�'1�I�S ]���]E �1E1�"�' 1[�T�'�El�TT��IITAL�Y 1�1L��TI�
,�,
�
.
I�
cITY o� roxr wox-rx
STANDARD CONS'I`RUCTION BPECIFICATION DOCUMENTS
Revised July I, 2011
2021 WATEA MA�f iEAK
REI'AIR COAITRACT
City Prnject No. 103327
�l��Ql 60 0� �rod�aci l�equirernents
'�'��S PAG]E L]E]�"�J�' I[l!T'Y'J��'1�"�OI�TA]�I.��' �]LA1�T�
��,
�
crrY ar �oxT �voRTx
STi1N]7ARD CONSTRUCTI()hI SPECIFICATIdN DOC[JMENTS
Revised 7uly 1, 2011
2U21 WA'T'�R MAIN LEAK
It�PAIIt CQNTRACT
City Praj eet Nn. 1 U3327