PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic...

305

Transcript of PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic...

Page 1: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance
Page 2: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance
Page 3: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

PROJECT MANUAL FOR THE CONSTRUCTION OF

Water Main Replacements Contract 2016

City Project No. 100435

Betsy Price David Cooke Mayor City Manager

John Carman Director, Water Department

August 2016

Page 4: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

Adopted September 2011

CityofFortWorthStandardConstructionSpecification

Documents

Page 5: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 00 00 - 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS

Page 1 of 6

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 2, 2016

SECTION 00 00 00 TABLE OF CONTENTS

Division 00 - General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents

Page 6: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 00 00 - 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS

Page 2 of 6

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 2, 2016

Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Division 02 - Existing Conditions 02 41 14 Utility Removal/Abandonment Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 17 23 Pavement Markings 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates Division 33 - Utilities 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 25 Connection to Existing Water Mains 33 12 40 Fire Hydrants Division 34 – Transportation 34 71 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s Buzzsaw site at: htps://projectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20-%20Construction%20Documents/Specifications Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02 41 15 Paving Removal Division 03 – Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions

Page 7: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 00 00 - 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS

Page 3 of 6

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 2, 2016

31 37 00 Riprap Division 32 - Exterior Improvements 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 25 Curb Address Painting 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 30 Combination Air Valve Assemblies for Potable Water Systems

Page 8: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 00 00 - 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS

Page 4 of 6

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 2, 2016

33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethlene (SRPE) Pipe 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A – Controller Cabinet 34 41 10.02 Attachment B – Controller Specification 34 41 10.03 Attachment C – Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements

Page 9: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 00 00 - 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS

Page 5 of 6

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 2, 2016

END OF SECTION

Page 10: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C)

Page 1 of 1

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

SECTION 00 05 10 1

MAYOR AND COUNCIL COMMUNICATION (M&C) 2

3 4 5 6 7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

END OF SECTION 23

Page 11: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 05 15 - 1 ADDENDA

Page 1 of 1

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

SECTION 00 05 15 1

ADDENDA 2

3 4 5 6 7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

END OF SECTION 23

Page 12: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 11 13 - 1 INVITATION TO BIDDERS

Page 1 of 2

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 23, 2015

SECTION 00 11 13 1

INVITATION TO BIDDERS 2

RECEIPT OF BIDS 3 Sealed bids for the construction of Water Main Replacements Contract 2016, City Project 4 Number 100435 will be received by the City of Fort Worth Purchasing Office: 5 6 City of Fort Worth 7 Purchasing Division 8 1000 Throckmorton Street 9 Fort Worth, Texas 76102 10 until 1:30 P.M. CST, Thursday, September 29, 2016, and bids will be opened publicly and read 11 aloud at 2:00 PM CST in the Council Chambers. 12 13 GENERAL DESCRIPTION OF WORK 14 The major work will consist of the (approximate) following: 6” – 24” water mains and water 15 services. 16 17 OPTION TO RENEW 18 The City has the right to renew this contract for two (2) one-year terms/expenditures of 19 $1,000,000.00 under the same terms, conditions, and unit prices. The City shall give at least sixty 20 (60) days notice prior to the expiration of this contract, determined as one year from the date of 21 execution, or of an option period, or a like notice at such a time as there is less than $10,000.00 22 left unexpended. 23 24 PREQUALIFICATION 25 The improvements included in this project must be performed by a contractor who is pre-26 qualified by the City at the time of bid opening. The procedures for qualification and pre-27 qualification are outlined in the Section 00 21 13 – INSTRUCTIONS TO BIDDERS. 28 29 DOCUMENT EXAMINATION AND PROCUREMENTS 30 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of 31 Fort Worth’s Purchasing Division website at http://www.fortworthgov.org/purchasing/ and 32 clicking on the Buzzsaw link to the advertised project folders on the City’s Buzzsaw site. The 33 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 34 suppliers. The contractor is required to fill out and notarize the Certificate of 35 Interested Parties Form 1295 and the form must be submitted to the Project 36 Manager before the contract will be presented to the City Council. The form can be 37 obtained at https://www.ethics.state.tx.us/tec/1295-Info.htm . 38 39 Copies of the Bidding and Contract Documents may be picked up from Fort Worth Water Dept., 40 Design Services Section, 927 Taylor St., Fort Worth, Texas, 76102. 41 42 There is no cost for the Bidding and Contract Documents. 43 44 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 45 City reserves the right to waive irregularities and to accept or reject bids. 46 47 48 49

Page 13: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 11 13 - 2 INVITATION TO BIDDERS

Page 2 of 2

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 23, 2015

1 2 INQUIRIES 3 All inquiries relative to this procurement should be addressed to the following: 4 Attn: Adolfo Lopez, City of Fort Worth 5 Email: [email protected] 6 Phone: (817)392-7829 7 AND/OR 8 Attn: Jim Deeter, City of Fort Worth 9 Email: [email protected] 10 Phone: (817)392-7803 11 12 ADVERTISEMENT DATES 13 September 1, 2016 14 September 8, 2016 15 16

END OF SECTION 17

Page 14: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 21 13 - 1 INSTRUCTIONS TO BIDDERS

Page 1 of 10

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised August 21, 2015

SECTION 00 21 13 1

INSTRUCTIONS TO BIDDERS 2

3

1. Defined Terms 4 5

1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 6 - GENERAL CONDITIONS. 7

8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings 9

indicated below which are applicable to both the singular and plural thereof. 10 11

1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation 12 acting directly through a duly authorized representative, submitting a bid for 13 performing the work contemplated under the Contract Documents. 14 15

1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20

1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23

2. Copies of Bidding Documents 24 25

2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28

2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31

32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34

3.1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39

3.1.1. Paving – Requirements document located at; 40 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-41 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving%42 20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQUIREM43 ENTS%20FOR%20PAVING%20CONTRACTORS.PDF?public 44 45

3.1.2. Roadway and Pedestrian Lighting – Requirements document located at; 46 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-47 %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving%48 20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQUIREM49 ENTS%20FOR%20PAVING%20CONTRACTORS.PDF?public 50 51

Page 15: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 21 13 - 2 INSTRUCTIONS TO BIDDERS

Page 2 of 10

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised August 21, 2015

3.1.3. Water and Sanitary Sewer – Requirements document located at; 1 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20-2 %20Construction%20Documents/Contractor%20Prequalification/Water%20and%23 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20preq4 ual%20requirements.doc?public 5 6

7 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 8

seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 9 45 11, BIDDERS PREQUALIFICATIONS. 10 11

3.2.1. Submission of and/or questions related to prequalification should be addressed 12 to the City contact as provided in Paragraph 6.1. 13 14 15

3.3. The City reserves the right to require any pre-qualified contractor who is the apparent 16 low bidder(s) for a project to submit such additional information as the City, in its sole 17 discretion may require, including but not limited to manpower and equipment records, 18 information about key personnel to be assigned to the project, and construction 19 schedule, to assist the City in evaluating and assessing the ability of the apparent low 20 bidder(s) to deliver a quality product and successfully complete projects for the amount 21 bid within the stipulated time frame. Based upon the City’s assessment of the submitted 22 information, a recommendation regarding the award of a contract will be made to the 23 City Council. Failure to submit the additional information, if requested, may be grounds 24 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 25 notified in writing of a recommendation to the City Council. 26 27

3.4. In addition to prequalification, additional requirements for qualification may be required 28 within various sections of the Contract Documents. 29 30

3.5. Special qualifications required for this project include the following: 31 32 The Time of Completion of each individual work order in an essential element of this 33 contract. Each work order issued will have the maximum allowed number of calendar 34 days allowed for the completion of that specific work. 35 Single or several Work Orders may be issued at one time. The Contractor shall initiate 36 work within seven (7) working days of the date the Work Order is issued to the 37 Contractor, and continue work on the Work Order until it has been completed, not 38 including paving. The Contractor shall furnish and supply sufficient equipment and 39 personnel to complete the Work Order in the amount of time provided for in the Work 40 Order. Should the Contractor fail to start any Work Order within the time specified, he 41 shall add the necessary work crews and equipment to prosecute the work to complete 42 the Work Order or Work Orders in the time provided therefore. Should the contractor fail 43 to complete an individual work order in the given amount of calendar days as specified 44 on each individual work order, liquidated damage charges will be subtracted from the 45 final pay estimate of that particular work order. The estimated amount for each particular 46 work order will be used for determining the amount of damages charged per calendar 47 day of time exceeding the specified amount. 48 49

4. Examination of Bidding and Contract Documents, Other Related Data, and Site 50 51

4.1. Before submitting a Bid, each Bidder shall: 52 53

Page 16: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 21 13 - 3 INSTRUCTIONS TO BIDDERS

Page 3 of 10

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised August 21, 2015

4.1.1. Examine and carefully study the Contract Documents and other related data 1 identified in the Bidding Documents (including "technical data" referred to in 2 Paragraph 4.2. below). No information given by City or any representative of the 3 City other than that contained in the Contract Documents and officially 4 promulgated addenda thereto, shall be binding upon the City. 5 6

4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local 7 and site conditions that may affect cost, progress, performance or furnishing of the 8 Work. 9 10

4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 11 progress, performance or furnishing of the Work. 12 13

4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 14 contiguous to the Site and all drawings of physical conditions relating to existing 15 surface or subsurface structures at the Site (except Underground Facilities) that 16 have been identified in the Contract Documents as containing reliable "technical 17 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 18 at the Site that have been identified in the Contract Documents as containing 19 reliable "technical data." 20 21

4.1.5. Be advised that the Contract Documents on file with the City shall constitute all 22 of the information which the City will furnish. All additional information and data 23 which the City will supply after promulgation of the formal Contract Documents 24 shall be issued in the form of written addenda and shall become part of the 25 Contract Documents just as though such addenda were actually written into the 26 original Contract Documents. No information given by the City other than that 27 contained in the Contract Documents and officially promulgated addenda thereto, 28 shall be binding upon the City. 29 30

4.1.6. Perform independent research, investigations, tests, borings, and such other 31 means as may be necessary to gain a complete knowledge of the conditions which 32 will be encountered during the construction of the project. On request, City may 33 provide each Bidder access to the site to conduct such examinations, investigations, 34 explorations, tests and studies as each Bidder deems necessary for submission of a 35 Bid. Bidder must fill all holes and clean up and restore the site to its former 36 conditions upon completion of such explorations, investigations, tests and studies. 37 38

4.1.7. Determine the difficulties of the Work and all attending circumstances affecting 39 the cost of doing the Work, time required for its completion, and obtain all 40 information required to make a proposal. Bidders shall rely exclusively and solely 41 upon their own estimates, investigation, research, tests, explorations, and other 42 data which are necessary for full and complete information upon which the 43 proposal is to be based. It is understood that the submission of a proposal is prima-44 facie evidence that the Bidder has made the investigation, examinations and tests 45 herein required. Claims for additional compensation due to variations between 46 conditions actually encountered in construction and as indicated in the Contract 47 Documents will not be allowed. 48 49

Page 17: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 21 13 - 4 INSTRUCTIONS TO BIDDERS

Page 4 of 10

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised August 21, 2015

4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 1 between the Contract Documents and such other related documents. The 2 Contractor shall not take advantage of any gross error or omission in the Contract 3 Documents, and the City shall be permitted to make such corrections or 4 interpretations as may be deemed necessary for fulfillment of the intent of the 5 Contract Documents. 6 7

4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 8 9

4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous 10 to the site which have been utilized by City in preparation of the Contract 11 Documents. The logs of Soil Borings, if any, on the plans are for general 12 information only. Neither the City nor the Engineer guarantee that the data shown 13 is representative of conditions which actually exist. 14 15

4.2.2. those drawings of physical conditions in or relating to existing surface and 16 subsurface structures (except Underground Facilities) which are at or contiguous to 17 the site that have been utilized by City in preparation of the Contract Documents. 18 19

4.2.3. copies of such reports and drawings will be made available by City to any Bidder 20 on request. Those reports and drawings may not be part of the Contract 21 Documents, but the "technical data" contained therein upon which Bidder is entitled 22 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 23 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 24 responsible for any interpretation or conclusion drawn from any "technical data" or 25 any other data, interpretations, opinions or information. 26 27

4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 28 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 29 exception the Bid is premised upon performing and furnishing the Work required by the 30 Contract Documents and applying the specific means, methods, techniques, sequences 31 or procedures of construction (if any) that may be shown or indicated or expressly 32 required by the Contract Documents, (iii) that Bidder has given City written notice of all 33 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 34 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 35 etc., have not been resolved through the interpretations by City as described in 36 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 37 and convey understanding of all terms and conditions for performing and furnishing the 38 Work. 39 40

4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 41 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 42 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 43 Documents. 44 45 46 47 48 49 50 51 52

Page 18: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 21 13 - 5 INSTRUCTIONS TO BIDDERS

Page 5 of 10

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised August 21, 2015

5. Availability of Lands for Work, Etc. 1 2 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 3

access thereto and other lands designated for use by Contractor in performing the Work 4 are identified in the Contract Documents. All additional lands and access thereto 5 required for temporary construction facilities, construction equipment or storage of 6 materials and equipment to be incorporated in the Work are to be obtained and paid for 7 by Contractor. Easements for permanent structures or permanent changes in existing 8 facilities are to be obtained and paid for by City unless otherwise provided in the 9 Contract Documents. 10 11

5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are 12 listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary 13 right-of-way, easements, and/or permits are not obtained, the City reserves the right to 14 cancel the award of contract at any time before the Bidder begins any construction work 15 on the project. 16 17

5.3. The Bidder shall be prepared to commence construction without all executed right-of-18 way, easements, and/or permits, and shall submit a schedule to the City of how 19 construction will proceed in the other areas of the project that do not require permits 20 and/or easements. 21 22

6. Interpretations and Addenda 23 24 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 25

City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 26 received after this day may not be responded to. Interpretations or clarifications 27 considered necessary by City in response to such questions will be issued by Addenda 28 delivered to all parties recorded by City as having received the Bidding Documents. 29 Only questions answered by formal written Addenda will be binding. Oral and other 30 interpretations or clarifications will be without legal effect. 31 32 Address questions to: 33 34 City of Fort Worth 35 1000 Throckmorton Street 36 Fort Worth, TX 76102 37 Attn: Adolfo Lopez, Fort Worth Water Department 38 Fax: 817-392-2527 39 Email: [email protected] 40 Phone: 817-302-7829 41 42 43

6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 44 City. 45 46

6.3. Addenda or clarifications may be posted via Buzzsaw at <Insert Link to Documents>. 47 48

Page 19: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 21 13 - 6 INSTRUCTIONS TO BIDDERS

Page 6 of 10

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised August 21, 2015

6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 1 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 2 Project. Bidders are encouraged to attend and participate in the conference. City will 3 transmit to all prospective Bidders of record such Addenda as City considers necessary 4 in response to questions arising at the conference. Oral statements may not be relied 5 upon and will not be binding or legally effective. 6 7

7. Bid Security 8 9 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 10

(5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 11 the requirements of Paragraphs 5.01 of the General Conditions. 12 13

7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 14 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 15 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 16 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 17 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 18 other Bidders whom City believes to have a reasonable chance of receiving the award 19 will be retained by City until final contract execution. 20 21

8. Contract Times 22 The number of days within which, or the dates by which, Milestones are to be achieved in 23 accordance with the General Requirements and the Work is to be completed and ready for 24 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 25 attached Bid Form. 26 27

9. Liquidated Damages 28 Provisions for liquidated damages are set forth in the Agreement. 29 30

10. Substitute and "Or-Equal" Items 31 The Contract, if awarded, will be on the basis of materials and equipment described in the 32 Bidding Documents without consideration of possible substitute or "or-equal" items. 33 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-34 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 35 City, application for such acceptance will not be considered by City until after the Effective 36 Date of the Agreement. The procedure for submission of any such application by Contractor 37 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 38 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 39 40

11. Subcontractors, Suppliers and Others 41 42 11.1. In accordance with the City’s Business Diversity Enterprise Ordinance No. 20020-12-43

2011 (as amended), the City has goals for the participation of minority business 44 and/or small business enterprises in City contracts. A copy of the Ordinance can be 45 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 46 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 47 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture 48 Form as appropriate. The Forms including documentation must be received by the 49 City no later than 5:00 P.M. CST five (5) business days after the bid opening date. 50 The Bidder shall obtain a receipt from the City as evidence the documentation was 51 received. Failure to comply shall render the bid as non-responsive. 52 53

Page 20: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 21 13 - 7 INSTRUCTIONS TO BIDDERS

Page 7 of 10

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised August 21, 2015

11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 1 or organization against whom Contractor has reasonable objection. 2 3

12. Bid Form 4 5 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 6

obtained from the City. 7 8

12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 9 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 10 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 11 price item listed therein. In the case of optional alternatives, the words "No Bid," 12 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 13 written in ink in both words and numerals, for which the Bidder proposes to do the 14 work contemplated or furnish materials required. All prices shall be written legibly. In 15 case of discrepancy between price in written words and the price in written 16 numerals, the price in written words shall govern. 17 18

12.3. Bids by corporations shall be executed in the corporate name by the president or a 19 vice-president or other corporate officer accompanied by evidence of authority to 20 sign. The corporate seal shall be affixed. The corporate address and state of 21 incorporation shall be shown below the signature. 22 23

12.4. Bids by partnerships shall be executed in the partnership name and signed by a 24 partner, whose title must appear under the signature accompanied by evidence of 25 authority to sign. The official address of the partnership shall be shown below the 26 signature. 27 28

12.5. Bids by limited liability companies shall be executed in the name of the firm by a 29 member and accompanied by evidence of authority to sign. The state of formation 30 of the firm and the official address of the firm shall be shown. 31 32

12.6. Bids by individuals shall show the Bidder's name and official address. 33 34

12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 35 indicated on the Bid Form. The official address of the joint venture shall be shown. 36 37

12.8. All names shall be typed or printed in ink below the signature. 38 39

12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 40 which shall be filled in on the Bid Form. 41 42

12.10. Postal and e-mail addresses and telephone number for communications regarding 43 the Bid shall be shown. 44 45

12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 46 Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance to 47 State Law Non Resident Bidder. 48 49

Page 21: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 21 13 - 8 INSTRUCTIONS TO BIDDERS

Page 8 of 10

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised August 21, 2015

13. Submission of Bids 1 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at 2 the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to 3 City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with 4 the City Project Number, Project title, the name and address of Bidder, and accompanied by 5 the Bid security and other required documents. If the Bid is sent through the mail or other 6 delivery system, the sealed envelope shall be enclosed in a separate envelope with the 7 notation "BID ENCLOSED" on the face of it. 8 9

14. Modification and Withdrawal of Bids 10 11 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 12

withdrawn prior to the time set for bid opening. A request for withdrawal must be 13 made in writing by an appropriate document duly executed in the manner that a Bid 14 must be executed and delivered to the place where Bids are to be submitted at any 15 time prior to the opening of Bids. After all Bids not requested for withdrawal are 16 opened and publicly read aloud, the Bids for which a withdrawal request has been 17 properly filed may, at the option of the City, be returned unopened. 18 19

14.2. Bidders may modify their Bid by electronic communication at any time prior to the 20 time set for the closing of Bid receipt. 21 22

15. Opening of Bids 23 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 24 abstract of the amounts of the base Bids and major alternates (if any) will be made available 25 to Bidders after the opening of Bids. 26 27

16. Bids to Remain Subject to Acceptance 28 All Bids will remain subject to acceptance for the time period specified for Notice of Award 29 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 30 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 31 32

17. Evaluation of Bids and Award of Contract 33 34 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 35

to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 36 and to reject the Bid of any Bidder if City believes that it would not be in the best 37 interest of the Project to make an award to that Bidder, whether because the Bid is 38 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 39 meet any other pertinent standard or criteria established by City. City also reserves 40 the right to waive informalities not involving price, contract time or changes in the 41 Work with the Successful Bidder. Discrepancies between the multiplication of units 42 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 43 between the indicated sum of any column of figures and the correct sum thereof will 44 be resolved in favor of the correct sum. Discrepancies between words and figures 45 will be resolved in favor of the words. 46

47

Page 22: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 21 13 - 9 INSTRUCTIONS TO BIDDERS

Page 9 of 10

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised August 21, 2015

17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 1 among the Bidders, Bidder is an interested party to any litigation against City, 2 City or Bidder may have a claim against the other or be engaged in litigation, 3 Bidder is in arrears on any existing contract or has defaulted on a previous 4 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 5 Bidder has uncompleted work which in the judgment of the City will prevent or 6 hinder the prompt completion of additional work if awarded. 7 8

17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 9 other persons and organizations proposed for those portions of the Work as to which 10 the identity of Subcontractors, Suppliers, and other persons and organizations must 11 be submitted as provided in the Contract Documents or upon the request of the City. 12 City also may consider the operating costs, maintenance requirements, performance 13 data and guarantees of major items of materials and equipment proposed for 14 incorporation in the Work when such data is required to be submitted prior to the 15 Notice of Award. 16 17

17.3. City may conduct such investigations as City deems necessary to assist in the 18 evaluation of any Bid and to establish the responsibility, qualifications, and financial 19 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 20 organizations to perform and furnish the Work in accordance with the Contract 21 Documents to City's satisfaction within the prescribed time. 22 23

17.4. Contractor shall perform with his own organization, work of a value not less than 24 35% of the value embraced on the Contract, unless otherwise approved by the City. 25 26

17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 27 responsive Bidder whose evaluation by City indicates that the award will be in the 28 best interests of the City. 29 30

17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 31 contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than 32 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 33 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain 34 a comparable contract in the state in which the nonresident’s principal place of 35 business is located. 36 37

38 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to 39

be awarded, City will award the Contract within 90 days after the day of the Bid 40 opening unless extended in writing. No other act of City or others will constitute 41 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 42 the City. 43 44

17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 45 46 47 48 49

Page 23: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 21 13 - 10 INSTRUCTIONS TO BIDDERS

Page 10 of 10

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised August 21, 2015

18. Signing of Agreement 1 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 2 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 3 Contractor shall sign and deliver the required number of counterparts of the Agreement to 4 City with the required Bonds, Certificates of Insurance, and all other required documentation. 5 City shall thereafter deliver one fully signed counterpart to Contractor. 6

7 8 9

END OF SECTION 10

Page 24: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 35 13 - 1 CONFLICT OF INTEREST AFFIDAVIT

Page 1 of 1

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised March 27, 2012

SECTION 00 35 13 1

CONFLICT OF INTEREST AFFIDAVIT 2

3

Each bidder, offeror, or respondent (hereinafter also referred to as “you”) to a City of Fort Worth 4 (also referred to as “City”) procurement are required to complete Conflict of Interest 5 Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure 6 Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the 7 Bidder has on file with the City Secretary the required documentation and is eligible to bid on City 8 Work. The referenced forms may be downloaded from the website links provided below. 9 10 http://www.ethics.state.tx.us/forms/CIQ.pdf 11 12 http://www.ethics.state.tx.us/forms/CIS.pdf 13 14 CIQ Form is on file with City Secretary 15 16 CIQ Form is being provided to the City Secretary 17 18 CIS Form is on File with City Secretary 19 20 CIS Form is being provided to the City Secretary 21 22 23 24 BIDDER: 25

26 _____________________________________ By: ___________________________________ 27 Company (Please Print) 28 29 _____________________________________ Signature: ______________________________ 30 Address 31 32 _____________________________________ Title: __________________________________ 33 City/State/Zip (Please Print) 34 35

36

END OF SECTION 37

Page 25: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 41 00BID FORM

Page 1 of 3

TO:

2.1.

2.2.

2.3.

2.4.

2.5.

2.6.

a.

b.

c.

d.

Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and willprovide a valid insurance certificate meeting all requirements within 14 days of notification of award.

Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosedindividual or entity and is not submitted in conformity with any collusive agreement or rules of any group,association, organization, or corporation.

"coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract.

The Purchasing Manager

1. Enter Into Agreement

1000 Throckmorton StreetCity of Fort Worth, Texas 76102

c/o: The Purchasing Division

2. BIDDER Acknowledgements and Certification

The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the formincluded in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documentsfor the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents.

FOR:

City Project No.:

Water Main Replacements contract 2016

100435

In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS andINSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.

"fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition.

Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.

"collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels.

Bidder has not solicited or induced any individual or entity to refrain from bidding.

Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph:

"corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process.

SECTION 00 41 00BID FORM

CITY OF FORT WORTHSTANDARD CONSTRUCTION SPECIFICATION DOCUMENTSForm Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls

Page 26: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 41 00BID FORM

Page 2 of 3

a.

4.1. 365 days

4.2.

a.

b.

c.

d.

e.

f.

g.

h.

6.1.

6.2.

Month Day, Year

The Bidder acknowledges that the following work types must be performed only by prequalified contractors andsubcontractors:

Water Improvements

3. Prequalification

4. Time of Completion

The Work will be complete for Final Acceptance within

Prequalification Statement, Section 00 45 12

Conflict of Interest Affidavit, Section 00 35 13

5. Attached to this Bid

The following documents are attached to and made a part of this Bid:

This Bid Form, Section 00 41 00

Proposal Form, Section 00 42 43

Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph5.01 of the General Conditions.

by the entity named below.

$0.00

days after the date when thethe Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.

Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement.

This Bid is submitted on

Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. Inthe space provided below, please enter the total bid amount for this project. Only this figure will be readpublicly by the City at the bid opening.

Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37

MWBE Forms (optional at time of bid)

*If necessary, CIQ or CIS forms are to be provided directly to City Secretary

Any additional documents that may be required by Section 12 of the Instructions to Bidders

6. Total Bid Amount

It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below issubject to verification and/or modification by multiplying the unit bid prices for each pay item by the respectiveestimated quantities shown in this proposal and then totaling all of the extended amounts.

7. Bid Submittal

Total Bid

CITY OF FORT WORTHSTANDARD CONSTRUCTION SPECIFICATION DOCUMENTSForm Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls

Page 27: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 41 00BID FORM

Page 3 of 3

Title:

Company:

Address:

Email:

Phone:

(Printed Name)

(Signature)

Printed Name Here

Corporate Seal:

Addendum No. 2:

Receipt is acknowledged of thefollowing Addenda:

State Here

Address Here

Title Here

By:____________________________________________

Respectfully submitted,

City, State Zip Code Here

State of Incorporation:

Your Email Address Here

Your Phone Number Here

Addendum No. 1:

Address Here or Space

Addendum No. 3:Addendum No. 4:

Initial

END OF SECTION

Company Name Here

CITY OF FORT WORTHSTANDARD CONSTRUCTION SPECIFICATION DOCUMENTSForm Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls

Page 28: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

1. 0170.0102 100 Ea. Work Order Mobilization 01 70 00 $ $Per Each:

_________________________ Dollars and _____________________ Cents

2. 0170.0103 10 Ea. Work Order Emergency Mobilization 01 70 00 $ $Per Each:

_________________________ Dollars and _____________________ Cents

3. 3311.0061 200 Lf. 4" PVC Water Pipe 33 11 12 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

4. 3311.0161 800 Lf. 6" PVC Water Pipe 33 11 12 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

5. 3311.0261 1600 Lf. 8" PVC Water Pipe 33 11 12 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

6. 3311.0361 400 Lf. 10" PVC Water Pipe 33 11 12 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

7. 3311.0461 400 Lf. 12" PVC Water Pipe 33 11 12 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

8. 3311.0461 500 Lf. 16" PVC Water Pipe 33 11 12 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

B ‐ 1

Page 29: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

9. 3311.0561 200 Lf. 24" PVC Water Pipe 33 11 12 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

10. 3311.0051 100 Lf. 4" DIP Water 33 11 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

11. 3311.0151 100 Lf. 6" DIP Water 33 11 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

12. 3311.0251 100 Lf. 8" DIP Water 33 11 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

13. 3311.0351 100 Lf. 10" DIP Water 33 11 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

14. 3311.0451 100 Lf. 12" DIP Water 33 11 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

15. 3311.0551 100 Lf. 16" DIP Water 33 11 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

16. 3311.0551 100 Lf. 24" DIP Water 33 11 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

B ‐ 2

Page 30: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

17. 500 Lf. 16" Pretensioned Conc. Cylinder Pipe $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

18. 500 Lf. 24" Pretensioned Conc. Cylinder Pipe $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

19. 3305.2002 50 Lf. 4" Water Carrier Pipe (DI w/ SS Casing Spacers)

33 05 24

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

20. 3305.2002 50 Lf. 6" Water Carrier Pipe (DI w/ SS Casing Spacers)

33 05 24

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

21. 3305.2002 50 Lf. 8" Water Carrier Pipe (DI w/ SS Casing Spacers)

33 05 24

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

22. 3305.2003 50 Lf. 10" Water Carrier Pipe (DI w/ SS Casing Spacers)

33 05 24

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

23. 3305.2004 50 Lf. 12" Water Carrier Pipe (DI w/ SS Casing Spacers)

33 05 24

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

B ‐ 3

Page 31: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

24. 3305.2005 50 Lf. 16" Water Carrier Pipe (DI w/ SS Casing Spacers)

33 05 24

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

25. 3305.2005 50 Lf. 24" Water Carrier Pipe (DI w/ SS Casing Spacers)

33 05 24

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

26. 3305.1002 50 Lf. 16" Casing By Open Cut (Welded Steel) 33 05 22

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

27. 3305.1003 50 Lf. 20" Casing By Open Cut (Welded Steel) 33 05 22

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

28. 3305.1004 50 Lf. 24" Casing By Open Cut (Welded Steel) 33 05 22

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

29. 3305.1005 50 Lf. 30" Casing By Open Cut (Welded Steel) 33 05 22

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

30. 3305.1006 50 Lf. 36" Casing By Open Cut (Welded Steel) 33 05 22

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

B ‐ 4

Page 32: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

31. 3305.1102 50 Lf. 16" Casing By Other Than Open Cut (Welded Steel w/ Grout)

33 05 22

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

32. 3305.1103 50 Lf. 20" Casing By Other Than Open Cut (Welded Steel w/ Grout)

33 05 22

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

33. 3305.1104 50 Lf. 24" Casing By Other Than Open Cut (Welded Steel w/ Grout)

33 05 22

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

34. 3305.1105 50 Lf. 30" Casing By Other Than Open Cut (Welded Steel w/ Grout)

33 05 22

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

35. 3305.1106 50 Lf. 36" Casing By Other Than Open Cut (Welded Steel w/ Grout)

33 05 22

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

36. 3312.3001 20 Ea. 4" Gate Valve 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

37. 3312.3002 25 Ea. 6" Gate Valve 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

B ‐ 5

Page 33: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

38. 3312.3003 25 Ea. 8" Gate Valve 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

39. 3312.3004 10 Ea. 10" Gate Valve 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

40. 3312.3005 10 Ea. 12" Gate Valve 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

41. 3312.3006 5 Ea. 16" Gate Valve w/ Vault 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

42. 3312.3006 5 Ea. 24" Gate Valve w/ Vault 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

43. 3312.3101 5 Ea. 4" Cut-in Gate Valve 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

44. 3312.3102 5 Ea. 6" Cut-in Gate Valve 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

45. 3312.3103 5 Ea. 8" Cut-in Gate Valve 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

B ‐ 6

Page 34: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

46. 3312.3104 5 Ea. 10" Cut-in Gate Valve 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

47. 3312.3105 5 Ea. 12" Cut-in Gate Valve 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

48. 3312.3106 1 Ea. 16" Cut-in Gate Valve w/ Vault 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

49. 3312.3106 1 Ea. 24" Cut-in Gate Valve w/ Vault 33 12 20 $ $Per Each:

_________________________ Dollars and _____________________ Cents

50. 0241.1301 5 Ea. Remove 4" Water Valve 02 41 14 $ $Per Each:

_________________________ Dollars and _____________________ Cents

51. 0241.1302 5 Ea. Remove 6" Water Valve 02 41 14 $ $Per Each:

_________________________ Dollars and _____________________ Cents

52. 0241.1303 5 Ea. Remove 8" Water Valve 02 41 14 $ $Per Each:

_________________________ Dollars and _____________________ Cents

53. 0241.1304 5 Ea. Remove 10" Water Valve 02 41 14 $ $Per Each:

_________________________ Dollars and _____________________ Cents

B ‐ 7

Page 35: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

54. 0241.1305 5 Ea. Remove 12" Water Valve 02 41 14 $ $Per Each:

_________________________ Dollars and _____________________ Cents

55. 0241.1351 2 Ea. Remove & Salvage 16" Water Valve 02 41 14 $ $Per Each:

_________________________ Dollars and _____________________ Cents

56. 0241.1351 2 Ea. Remove & Salvage 24" Water Valve 02 41 14 $ $Per Each:

_________________________ Dollars and _____________________ Cents

57. 3311.0001 10 Tn. Ductile Iron Water Fittings < 16" Dia. 33 11 11 $ $Per Ton:

_________________________ Dollars and _____________________ Cents

58. 3311.0001 10 Tn. Ductile Iron Water Fittings 16" Dia. & Larger

33 11 11

$ $Per Ton:

_________________________ Dollars and _____________________ Cents

59. 1 Ls. 16" Conc. Cyl. Pipe Fittings (per attached list) $ $Per Each:

_________________________ Dollars and _____________________ Cents

60. 1 Ls. 24" Conc. Cyl. Pipe Fittings (per attached list) $ $Per Each:

_________________________ Dollars and _____________________ Cents

61. 3312.0001 20 Ea. Fire Hydrant 33 12 40 $ $Per Each:

_________________________ Dollars and _____________________ Cents

B ‐ 8

Page 36: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

62. 3305.0101 20 Vf. Fire Hydrant Stem Extension 33 05 14 $ $Per Vertical Foot:

_________________________ Dollars and _____________________ Cents

63. 0241.1510 5 Ea. Salvage Fire Hydrant 02 41 14 $ $Per Each:

_________________________ Dollars and _____________________ Cents

64. 3312.1002 1 Ea. 1" Combination Air Valve Assembly for Water

33 12 30

$ $Per Each:

_________________________ Dollars and _____________________ Cents

65. 3312.1002 1 Ea. 2" Combination Air Valve Assembly for Water

33 12 30

$ $Per Each:

_________________________ Dollars and _____________________ Cents

66. 3312.1002 1 Ea. 3" Combination Air Valve Assembly for Water

33 12 30

$ $Per Each:

_________________________ Dollars and _____________________ Cents

67. 3312.6002 1 Ea. 4" Blow Off Valve 33 12 60 $ $Per Each:

_________________________ Dollars and _____________________ Cents

68. 3312.6002 1 Ea. 6" Blow Off Valve 33 12 60 $ $Per Each:

_________________________ Dollars and _____________________ Cents

69. 3312.6002 1 Ea. 8" Blow Off Valve 33 12 60 $ $Per Each:

_________________________ Dollars and _____________________ Cents

B ‐ 9

Page 37: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

70. 3312.4001 1 Ea. 6" x 4" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

71. 3312.4002 1 Ea. 6" x 6" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

72. 3312.4003 1 Ea. 8" x 4" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

73. 3312.4004 1 Ea. 8" x 6" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

74. 3312.4005 1 Ea. 8" x 8" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

75. 3312.4101 1 Ea. 10" x 4" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

76. 3312.4102 1 Ea. 10" x 6" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

77. 3312.4103 1 Ea. 10" x 8" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

B ‐ 10

Page 38: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

78. 3312.4104 1 Ea. 10" x 10" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

79. 3312.4105 1 Ea. 12" x 4" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

80. 3312.4106 1 Ea. 12" x 6" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

81. 3312.4107 1 Ea. 12" x 8" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

82. 3312.4108 1 Ea. 12" x 10" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

83. 3312.4109 1 Ea. 12" x 12" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

84. 3312.4110 1 Ea. 16" x 4" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

85. 3312.4111 1 Ea. 16" x 6" Tapping Sleeve & Valve 33 12 25 $ $

Per Each:

_________________________ Dollars and _____________________ Cents

B ‐ 11

Page 39: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

86. 3312.4112 1 Ea. 16" x 8" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

87. 3312.4113 1 Ea. 16" x 10" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

88. 3312.4114 1 Ea. 16" x 12" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

89. 3312.4114 1 Ea. 16" x 16" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

90. 3312.4203 1 Ea. 20" x 8" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

91. 1 Ea. 21" x 8" Tapping Sleeve & Valve $ $Per Each:

_________________________ Dollars and _____________________ Cents

92. 3312.4209 1 Ea. 24" x 6" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

93. 3312.4209 1 Ea. 24" x 8" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

B ‐ 12

Page 40: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

94. 3312.4209 1 Ea. 24" x 10" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

95. 3312.4209 1 Ea. 24" x 12" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

96. 3312.4209 1 Ea. 24" x 16" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

97. 3312.4212 1 Ea. 24" x 24" Tapping Sleeve & Valve 33 12 25 $ $Per Each:

_________________________ Dollars and _____________________ Cents

98. 50 Ea. 3/4" Water Tap to Main $ $Per Each:

_________________________ Dollars and _____________________ Cents

99. 100 Lf. 3/4" Copper Service Line $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

100. 50 Ea. 1" Water Tap to Main $ $Per Each:

_________________________ Dollars and _____________________ Cents

101. 100 Lf. 1" Copper Service Line $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

B ‐ 13

Page 41: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

102. 3312.2004 100 Lf. 1" Private Water Service 33 12 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

103. 3312.2002 50 Lf. 1" Bored Water Service 33 12 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

104. 50 Ea. 1 1/2" Water Tap to Main $ $Per Each:

_________________________ Dollars and _____________________ Cents

105. 100 Lf. 1 1/2" Copper Service Line $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

106. 3312.2104 100 Lf. 1 1/2" Private Water Service 33 12 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

107. 3312.2102 50 Lf. 1 1/2" Bored Water Service 33 12 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

108. 50 Ea. 2" Water Tap to Main $ $Per Each:

_________________________ Dollars and _____________________ Cents

109. 100 Lf. 2" Copper Service Line $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

B ‐ 14

Page 42: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

110. 3312.2204 100 Lf. 2" Private Water Service 33 12 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

111. 3312.2202 50 Lf. 2" Bored Water Service 33 12 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

112. 25 Ea. Class A PVC Meter Box (Furnish & Set) $ $Per Each:

_________________________ Dollars and _____________________ Cents

113. 25 Ea. Class B PVC Meter Box (Furnish & Set) $ $Per Each:

_________________________ Dollars and _____________________ Cents

114. 10 Ea. Class C PVC Meter Box (Furnish & Set) $ $Per Each:

_________________________ Dollars and _____________________ Cents

115. 2 Ea. 1" Multiple Service Branch $ $Per Each:

_________________________ Dollars and _____________________ Cents

116. 2 Ea. 1 1/2" Multiple Service Branch $ $Per Each:

_________________________ Dollars and _____________________ Cents

117. 2 Ea. 2" Multiple Service Branch $ $Per Each:

_________________________ Dollars and _____________________ Cents

B ‐ 15

Page 43: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

118. 3304.0102 1500 Lf. 2" Temporary Water Services 33 04 30 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

119. 3312.2801 5 Ea. 3" Water Meter and Vault 33 12 11 $ $Per Each:

_________________________ Dollars and _____________________ Cents

120. 3312.2802 5 Ea. 4" Water Meter and Vault 33 12 11 $ $Per Each:

_________________________ Dollars and _____________________ Cents

121. 3312.2803 5 Ea. 6" Water Meter and Vault 33 12 11 $ $Per Each:

_________________________ Dollars and _____________________ Cents

122. 3312.2804 5 Ea. 8" Water Meter and Vault 33 12 11 $ $Per Each:

_________________________ Dollars and _____________________ Cents

123. 3312.2805 5 Ea. 10" Water Meter and Vault 33 12 11 $ $Per Each:

_________________________ Dollars and _____________________ Cents

124. 3312.0002 5 Ea. Water Sampling Station 33 12 50 $ $Per Each:

_________________________ Dollars and _____________________ Cents

125. 0241.1602 5 Ea. Remove Concrete Water Vault 02 41 14 $ $Per Each:

_________________________ Dollars and _____________________ Cents

B ‐ 16

Page 44: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

126. 5 Ea. Sprinkler System Backflow Preventer Relocation $ $Per Each:

_________________________ Dollars and _____________________ Cents

127. 5 Ea. Relocate 3/4" Water Meter $ $Per Each:

_________________________ Dollars and _____________________ Cents

128. 5 Ea. Relocate 1" Water Meter $ $Per Each:

_________________________ Dollars and _____________________ Cents

129. 5 Ea. Relocate 1 1/2" Water Meter $ $Per Each:

_________________________ Dollars and _____________________ Cents

130. 5 Ea. Relocate 2" Water Meter $ $Per Each:

_________________________ Dollars and _____________________ Cents

131. 10 Ea. Cut & Plug Small Water Service (3/4" to 2") $ $Per Each:

_________________________ Dollars and _____________________ Cents

132. 0241.1218 10 Ea. 4"-12" Water Pressure Plug 02 41 14 $ $Per Each:

_________________________ Dollars and _____________________ Cents

133. 0241.1218 5 Ea. 16"-24" Water Pressure Plug 02 41 14 $ $Per Each:

_________________________ Dollars and _____________________ Cents

B ‐ 17

Page 45: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

134. 3305.0109 1000 Lf. Trench Safety 33 05 10 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

135. 50 Lf. Water Main Extra Depth (> than 1') $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

136. 3305.0103 5 Ea. Exploratory Excavation of Existing Utilities (0' - 5' )

33 05 30

$ $Per Each:

_________________________ Dollars and _____________________ Cents

137. 3305.0103 5 Ea. Exploratory Excavation of Existing Utilities (5' - 10' )

33 05 30

$ $Per Each:

_________________________ Dollars and _____________________ Cents

138. 3305.0103 5 Ea. Exploratory Excavation of Existing Utilities (10' - 20' )

33 05 30

$ $Per Each:

_________________________ Dollars and _____________________ Cents

139. 3305.0116 25 Cy. Concrete Encasement for Utility Pipes 33 05 10 $ $Per Cubic Yard:

_________________________ Dollars and _____________________ Cents

140. 3292.0100 20 Sy. Block Sod Placement 32 92 13 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

141. 3292.0400 20 Sy. Seeding, Broadcast 32 92 13 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

B ‐ 18

Page 46: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

142. 3292.0400 20 Sy. Seeding, Hydromulch 32 92 13 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

143. 3292.0400 20 Sy. Seeding, Soil Retention Blanket 32 92 13 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

144. 3137.0101 20 Cy. Concrete Riprap 31 37 00 $ $Per Cubic Yard:

_________________________ Dollars and _____________________ Cents

145. 3137.0102 20 Cy. Large Stone Riprap, dry 31 37 00 $ $Per Cubic Yard:

_________________________ Dollars and _____________________ Cents

146. 3137.0103 20 Cy. Large Stone Riprap, grouted 31 37 00 $ $Per Cubic Yard:

_________________________ Dollars and _____________________ Cents

147. 3305.0203 100 Cy. Imported Embedment/Backfill, CLSM (Flowable Fill)

33 05 10

$ $Per Cubic Yard:

_________________________ Dollars and _____________________ Cents

148. 3305.0203 50 Cy. Imported Embedment/Backfill, Crushed Rock

33 05 10

$ $Per Cubic Yard:

_________________________ Dollars and _____________________ Cents

149. 50 Cy. Type B Concrete (#2500) $ $Per Cubic Yard:

_________________________ Dollars and _____________________ Cents

B ‐ 19

Page 47: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

150. 50 Cy. Type E Concrete (#1500) $ $Per Cubic Yard:

_________________________ Dollars and _____________________ Cents

151. 3213.0301 40 Sy. 4" Conc Sidewalk 32 13 20 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

152. 3213.0351 20 Sy. 4" Conc Sidewalk, Exposed Aggregate 32 13 20 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

153. 3213.0401 50 Sy. 6" Concrete Driveway 32 13 20 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

154. 3213.0451 20 Sy. 6" Concrete Driveway, Exposed Aggregate

32 13 20

$ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

155. 3216.0101 100 Lf. 6" Conc Curb and Gutter (Replaced) 32 16 13 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

156. 100 Lf. 6" Conc Curb and Gutter Attached to Conc. Pvmt (Replaced) $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

157. 3216.0301 20 Sy. 9" Conc Valley Gutter, Residential 32 16 13 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

B ‐ 20

Page 48: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

158. 3216.0302 20 Sy. 11" Conc Valley Gutter, Arterial/Industrial

32 16 13

$ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

159. 3201.0151 100 Lf. Asphalt Pvmt Repair, Water Service 32 01 17 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

160. 3201.0111 100 Lf. 4' Wide Asphalt Pvmt Repair, Residential

32 01 17

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

161. 3201.0112 300 Lf. 5' Wide Asphalt Pvmt Repair, Residential

32 01 17

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

162. 3201.0113 300 Lf. 6' Wide Asphalt Pvmt Repair, Residential

32 01 17

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

163. 3201.0121 300 Lf. 4' Wide Asphalt Pvmt Repair, Arterial 32 01 17 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

164. 3201.0122 300 Lf. 5' Wide Asphalt Pvmt Repair, Arterial 32 01 17 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

165. 3201.0123 300 Lf. 6' Wide Asphalt Pvmt Repair, Arterial 32 01 17 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

B ‐ 21

Page 49: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

166. 3201.0131 300 Lf. 4' Wide Asphalt Pvmt Repair, Industrial 32 01 17

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

167. 3201.0132 300 Lf. 5' Wide Asphalt Pvmt Repair, Industrial 32 01 17

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

168. 3201.0133 300 Lf. 6' Wide Asphalt Pvmt Repair, Industrial 32 01 17

$ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

169. 3201.0201 300 Sy. Asphalt Pvmt Repair Beyond Defined Width, Residential

32 01 17

$ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

170. 3201.0202 300 Sy. Asphalt Pvmt Repair Beyond Defined Width, Arterial

33 01 17

$ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

171. 3201.0203 300 Sy. Asphalt Pvmt Repair Beyond Defined Width, Industrial

34 01 17

$ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

172. 3201.0301 100 Sy. 2" Thick Extra Width Asphalt Over Existing Base

32 01 17

$ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

B ‐ 22

Page 50: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

173. 3201.0302 100 Sy. 3" Thick Extra Width Asphalt Over Existing Base

32 01 17

$ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

174. 3201.0303 100 Sy. 4" Thick Extra Width Asphalt Over Existing Base

32 01 17

$ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

175. 3201.0400 75 Lf. Temporary Asphalt Paving Repair 32 01 18 $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

176. 3211.0211 40 Sy. 6" Flexible Base, Type B, GR-1 32 11 23 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

177. 3211.0212 40 Sy. 6" Flexible Base, Type B, GR-2 32 11 23 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

178. 3201.0614 300 Sy. Conc Pvmt Repair, Residential 32 01 29 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

179. 3201.0616 300 Sy. Conc Pvmt Repair, Arterial/Industrial 32 01 29 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

180. 300 Sy. Conc. Pvmt Repair Beyond Defined Width, Residential $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

B ‐ 23

Page 51: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

181. 100 Sy. Conc. Pvmt Repair Beyond Defined Width, Arterial/Industrial $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

182. 3214.0300 100 Sy. Brick Pvmt Repair 32 14 16 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

183. 3214.0600 100 Sy. Brick Pvmt Repair (City Supplied Brick) 32 14 16 $ $Per Square Yard:

_________________________ Dollars and _____________________ Cents

184. 50 Lf. 6" DIP Sewer (Replc. At Variable Depth) $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

185. 50 Lf. 6" PVC Sewer (Replc. At Variable Depth) $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

186. 50 Lf. 8" DIP Sewer (Replc. At Variable Depth) $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

187. 50 Lf. 8" PVC Sewer (Replc. At Variable Depth) $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

B ‐ 24

Page 52: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

188. 50 Lf. 10" DIP Sewer (Replc. At Variable Depth) $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

189. 50 Lf. 10" PVC Sewer (Replc. At Variable Depth) $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

190. 50 Lf. 12" DIP Sewer (Replc. At Variable Depth) $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

191. 50 Lf. 12" PVC Sewer (Replc. At Variable Depth) $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

192. 50 Lf. 16" DIP Sewer (Replc. At Variable Depth) $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

193. 50 Lf. 15" PVC Sewer (Replc. At Variable Depth) $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

194. 25 Lf. 4" SDR for San. Sewer Service Replc. $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

B ‐ 25

Page 53: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ITEM NO.

BID LIST ITEM NO. QTY.

DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS

SPECIFICATION SECTION NO.

UNIT PRICE

TOTAL AMOUNT

195. 25 Lf. 6" SDR for San. Sewer Service Replc. $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

196. 25 Lf. 8" SDR for San. Sewer Service Replc. $ $Per Linear Foot:

_________________________ Dollars and _____________________ Cents

197. 50 Ea. Street Use Permit $ 100.00 $ 5000.00Per Each:

__ _One Hundred__ _ Dollars and _________No___ _____ Cents

198. 3471.0003 50 Ea. Traffic Control 34 71 13 $ $Per Each:

_________________________ Dollars and _____________________ Cents

TOTAL UNIT I BID $

B ‐ 26

Page 54: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

16” CONCRETE CYLINDER PIPE FITTINGS FURNISHED AND INSTALLED

SIZE TYPE OF FITTING BID COST

16” 3° BEVEL $

16” 5° BEVEL $

16” 11-1/4° BEND $

16” 22-1/2° BEND $

16” 45° BEND $

16” 67-1/2° BEND $

16” 90° BEND $

16” CLEANING WYE $

16” DISHED HEAD PLUG $

16” SPLIT BUTT STRAP CLOSURE $

16” x 16” CONC. TO D.I. ADAPTOR $

16” x 6” M.J. OUTLET $

16” x 8” M.J. OUTLET $

16” x 10” M.J. OUTLET $

16” x 12” M.J. OUTLET $

TOTAL LUMP SUM $

Page 55: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

24” CONCRETE CYLINDER PIPE FITTINGS FURNISHED AND INSTALLED

SIZE TYPE OF FITTING BID COST

24” 3° BEVEL $

24” 5° BEVEL $

24” 11-1/4° BEND $

24” 22-1/2° BEND $

24” 45° BEND $

24” 67-1/2° BEND $

24” 90° BEND $

24” CLEANING WYE $

24” DISHED HEAD PLUG $

24” SPLIT BUTT STRAP CLOSURE $

24” x 24” CONC. TO D.I. ADAPTOR $

24” x 16” M.J. OUTLET $

24” x 12” M.J. OUTLET $

24” x 10” M.J. OUTLET $

24” x 8” M.J. OUTLET $

24” x 6” M.J. OUTLET $

TOTAL LUMP SUM $

Page 56: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 43 37VENDOR COMPLIANCE TO STATE LAW

Page 1 of 1

A.% Here

B.

By:

Title:

Date:

Printed Name Here

(Signature)

Title Here

Company Name Here

Address HereAddress Here or Space

are not required to underbid resident bidders., our principal place of business,

VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER

Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This lawprovides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractorswhose corporate offices or principal place of business are outside the State of Texas) bid projects for construction,improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by thesame amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain acomparable contract in the State which the nonresident’s principal place of business is located.

The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B.

Nonresident bidders in the State of

Nonresident bidders in the State of

State Here or Blank

statute is attached.

City, State Zip Code Here

SECTION 00 43 37

END OF SECTION

The principal place of business of our company or our parent company or majority owner is

BIDDER:

State Here or Blank

, our principal place of business,are required to be percent lower than resident bidders by State Law. A copy of the

in the State of Texas.

CITY OF FORT WORTHSTANDARD CONSTRUCTION SPECIFICATION DOCUMENTSForm Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls

Page 57: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 11 - 1 BIDDERS PREQUALIFICATIONS

Page 1 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

SECTION 00 45 11 1

BIDDERS PREQUALIFICATIONS 2

3 1. Summary. All contractors are required to be prequalified by the City prior to submitting 4

bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 5 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 6 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 7 Prequalification Application in accordance with the requirements below. 8 9 The prequalification process will establish a bid limit based on a technical evaluation and 10 financial analysis of the contractor. The information must be submitted seven (7) days prior 11 to the date of the opening of bids. For example, a contractor wishing to submit bids on 12 projects to be opened on the 7th of April must file the information by the 31st day of March 13 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s 14 Prequalification Application, the following must accompany the submission. 15

a. A complete set of audited or reviewed financial statements. 16 (1) Classified Balance Sheet 17 (2) Income Statement 18 (3) Statement of Cash Flows 19 (4) Statement of Retained Earnings 20 (5) Notes to the Financial Statements, if any 21

b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of 22 Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, 23 Certificate of Limited Partnership Agreement). 24

c. A completed Bidder Prequalification Application. 25 (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 26

Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 27 number visit the Texas Comptroller of Public Accounts online at the following 28 web address www.window.state.tx.us/taxpermit/ and fill out the application 29 to apply for your Texas tax ID. 30

(2) The firm’s e-mail address and fax number. 31 (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number is 32

used by the City for required reporting on Federal Aid projects. The DUNS 33 number may be obtained at www.dnb.com. 34

d. Resumes reflecting the construction experience of the principles of the firm for firms 35 submitting their initial prequalification. These resumes should include the size and 36 scope of the work performed. 37

e. Other information as requested by the City. 38 39 2. Prequalification Requirements 40

a. Financial Statements. Financial statement submission must be provided in 41 accordance with the following: 42

(1) The City requires that the original Financial Statement or a certified copy 43 be submitted for consideration. 44

Page 58: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 11 - 2 BIDDERS PREQUALIFICATIONS

Page 2 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

(2) To be satisfactory, the financial statements must be audited or reviewed 1 by an independent, certified public accounting firm registered and in 2 good standing in any state. Current Texas statues also require that 3 accounting firms performing audits or reviews on business entities within 4 the State of Texas be properly licensed or registered with the Texas 5 State Board of Public Accountancy. 6

(3) The accounting firm should state in the audit report or review whether 7 the contractor is an individual, corporation, or limited liability company. 8

(4) Financial Statements must be presented in U.S. dollars at the current 9 rate of exchange of the Balance Sheet date. 10

(5) The City will not recognize any certified public accountant as 11 independent who is not, in fact, independent. 12

(6) The accountant’s opinion on the financial statements of the contracting 13 company should state that the audit or review has been conducted in 14 accordance with auditing standards generally accepted in the United 15 States of America. This must be stated in the accounting firm’s opinion. 16 It should: (1) express an unqualified opinion, or (2) express a qualified 17 opinion on the statements taken as a whole. 18

(7) The City reserves the right to require a new statement at any time. 19 (8) The financial statement must be prepared as of the last day of any 20

month, not more than one year old and must be on file with the City 16 21 months thereafter, in accordance with Paragraph 1. 22

(9) The City will determine a contractor’s bidding capacity for the purposes 23 of awarding contracts. Bidding capacity is determined by multiplying the 24 positive net working capital (working capital = current assets – current 25 liabilities) by a factor of 10. Only those statements reflecting a positive 26 net working capital position will be considered satisfactory for 27 prequalification purposes. 28

(10) In the case that a bidding date falls within the time a new financial 29 statement is being prepared, the previous statement shall be updated 30 with proper verification. 31

b. Bidder Prequalification Application. A Bidder Prequalification Application must be 32 submitted along with audited or reviewed financial statements by firms wishing to be 33 eligible to bid on all classes of construction and maintenance projects. Incomplete 34 Applications will be rejected. 35

(1) In those schedules where there is nothing to report, the notation of 36 “None” or “N/A” should be inserted. 37

(2) A minimum of five (5) references of related work must be provided. 38 (3) Submission of an equipment schedule which indicates equipment under 39

the control of the Contractor and which is related to the type of work for 40 which the Contactor is seeking prequalification. The schedule must 41 include the manufacturer, model and general common description of 42 each piece of equipment. Abbreviations or means of describing 43 equipment other than provided above will not be accepted. 44

45 3. Eligibility to Bid 46

a. The City shall be the sole judge as to a contractor’s prequalification. 47 b. The City may reject, suspend, or modify any prequalification for failure by the 48

contractor to demonstrate acceptable financial ability or performance. 49 c. The City will issue a letter as to the status of the prequalification approval. 50

Page 59: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 11 - 3 BIDDERS PREQUALIFICATIONS

Page 3 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 1 the prequalified work types until the expiration date stated in the letter. 2

3 4 5

6

END OF SECTION 7

Page 60: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 12 - 1 PREQUALIFICATION STATEMENT

Page 1 of 1

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

SECTION 00 45 12 1

PREQUALIFICATION STATEMENT 2

3 Each Bidder for a City procurement is required to complete the information below by 4

identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s) listed. 6

7 Major Work

Type Contractor/Subcontractor Company Name Prequalification Expiration Date

Water Improvements

8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10

the table above are currently prequalified for the work types listed. 11 12 BIDDER: 13

14 _____________________________________By: _______________________________ 15 Company (Please Print) 16 17 _____________________________________Signature:__________________________ 18 Address 19 20 _____________________________________Title: ______________________________ 21 City/State/Zip (Please Print) 22

23

Date: ______________________________ 24

25

END OF SECTION 26

27

Page 61: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION

Date of Balance Sheet , Mark only one:

Individual

Limited Partnership

General Partnership

Corporation

Limited Liability Company

Post Office Box City State Zip Code Street Address (required) City State Zip Code ( ) ( ) Telephone Fax Email

Texas Taxpayer Identification No.

Federal Employers Identification No.

DUNS No. (if applicable)

MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO:

CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET

FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: “BIDDER PREQUALIFICATION APPLICATION”

Name under which you wish to qualify

Page 62: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION

Page 2 of 9

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is checked)

Has fewer than 100 employees

and/or

Has less than $6,000,000.00 in annual gross receipts

OR

Does not meet the criteria for being designated a small business as provided in Section

2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified.

MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling – 36-Inches – 60 –inches, and 350 LF or less Tunneling - 36-Inches – 60 –inches, and greater than 350 LF Tunneling – 66” and greater, 350 LF and greater Tunneling – 66” and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches – 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller

Page 63: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION

Page 3 of 9

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

MAJOR WORK CATEGORIES, CONTINUED

Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting

Page 64: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION

Page 4 of 9

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER

2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had:

(a) As a General Contractor: (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere?

CONTRACT AMOUNT

CLASS OF

WORK DATE

COMPLETED LOCATION CITY-COUNTY-STATE

NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER

*If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason.

Page 65: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 13 - 5 BIDDER PREQUALIFICATION APPLICATION

Page 5 of 9

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years.

NAME OF FIRM OR COMPANY DETAILED ADDRESS

11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization?

NAME

PRESENT POSITION OR

OFFICE YEARS OF

EXPERIENCE

MAGNITUDE AND TYPE OF

WORK IN WHAT CAPACITY

13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage.

Page 66: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION

Page 6 of 9

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

CORPORATION BLOCK PARTNERSHIP BLOCK

If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered

limited liability partnership? Vice Presidents File No. (if Limited

Partnership)

General Partners/Officers Secretary Limited Partners (if applicable) Treasurer

LIMITED LIABILITY COMPANY BLOCK

If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority.

Page 67: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION

Page 7 of 9

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

14. Equipment $_______________ TOTAL

ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET

VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL

Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment.

Page 68: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 13 - 8 BIDDER PREQUALIFICATION APPLICATION

Page 8 of 9

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

The equipment 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, model, and general common description of each.

Page 69: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 13 - 9 BIDDER PREQUALIFICATION APPLICATION

Page 9 of 9

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

BIDDER PREQUALIFICATION AFFIDAVIT

STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. _______________________________________________, being duly sworn, deposes and says that he/she is the __________________________________ of ___________________________, the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof.

Page 70: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW

Page 1 of 1

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

SECTION 00 45 26 1

CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 2

Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 3 provides worker’s compensation insurance coverage for all of its employees employed on City 4 Project No. 100435, Contractor further certifies that, pursuant to Texas Labor Code, Section 5 406.096(b), as amended, it will provide to City its subcontractor’s certificates of compliance with 6 worker’s compensation coverage. 7 8 CONTRACTOR: 9

10 _____________________________________ By: ___________________________________ 11 Company (Please Print) 12 13 _____________________________________ Signature: ______________________________ 14 Address 15 16 _____________________________________ Title: __________________________________ 17 City/State/Zip (Please Print) 18 19 20 THE STATE OF TEXAS § 21 22 COUNTY OF TARRANT § 23 24 BEFORE ME, the undersigned authority, on this day personally appeared 25 ___________________________________, known to me to be the person whose name is 26 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same 27 as the act and deed of ____________________________________ for the purposes and 28 consideration therein expressed and in the capacity therein stated. 29 30 GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____________day of 31 _______________________, 20__. 32 33 34

__________________________________ 35 Notary Public in and for the State of Texas 36

37

END OF SECTION 38

39

Page 71: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 40 - 1 Minority Business Enterprise Specifications

Page 1 of 2

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 9, 2015

SECTION 00 45 40 1

Minority Business Enterprise Specifications 2

3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business 9 Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated 10 in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 7% of the total bid value of the contract (Base bid applies to Parks 14 and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an 17 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed 18 responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 25 3. Good Faith Effort documentation, or; 26 4. Prime Waiver documentation. 27

28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 31 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 32 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in 33 the time allocated. A faxed and/or emailed copy will not be accepted. 34 35 1. Subcontractor Utilization Form, if goal is met or exceeded:

received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date.

2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal:

received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date.

3. Good Faith Effort and Subcontractor Utilization Form, if no MBE participation:

received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date.

4. Prime Contractor Waiver Form, if you will perform all contracting/supplier work:

received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date.

36

Page 72: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 45 40 - 2 Minority Business Enterprise Specifications

Page 2 of 2

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 9, 2015

1 5. Joint Venture Form, if goal is met or exceeded.

received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date.

2

3

4

5

6

Any Questions, Please Contact The M/WBE Office at (817) 212-2674. 7

END OF SECTION 8

9

10

11

FAILURE TO COMPLY WITH THE CITY’S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS.

FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS.

Page 73: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 52 43 - 1 Agreement

Page 1 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 2, 2016

SECTION 00 52 43 1

AGREEMENT 2

3 THIS AGREEMENT, authorized on ______________is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 (“City”), and ______________________________________________________________, 6 authorized to do business in Texas, acting by and through its duly authorized representative, 7 (“Contractor”). 8

City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10

Article 1. WORK 11

Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13

Article 2. PROJECT 14

The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16

Water Main Replacement, Contract 2016 17

City Project Number 100435 18

Article 3. CONTRACT TIME 19

3.1 Time is of the essence. 20

All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22

3.2 Final Acceptance. 23

The Work will be complete for Final Acceptance within 365 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25

3.3 Liquidated damages 26

Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof , Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City Five Hundred Dollars ($500.00) for each day that expires after the time specified in 34 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. 35

Page 74: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 52 43 - 2 Agreement

Page 2 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 2, 2016

Article 4. CONTRACT PRICE 36

City agrees to pay Contractor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of _______One Million______Dollars ($_1,000,000.00__). 38

Article 5. CONTRACT DOCUMENTS 39

5.1 CONTENTS: 40

A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42

1. This Agreement. 43

2. Attachments to this Agreement: 44 a. Bid Form 45

1) Proposal Form 46 2) Vendor Compliance to State Law Non-Resident Bidder 47 3) Prequalification Statement 48 4) State and Federal documents (project specific) 49

b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Form(s) 51 d. Payment Bond 52 e. Performance Bond 53 f. Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker’s Compensation Affidavit 56 i. MBE and/or SBE Commitment Form 57 j. Form 1295 Certification No. 58

3. General Conditions. 59

4. Supplementary Conditions. 60

5. Specifications specifically made a part of the Contract Documents by attachment or, 61 if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project’s Contract Documents. 63

6. Drawings. 64

7. Addenda. 65

8. Documentation submitted by Contractor prior to Notice of Award. 66

9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72

73 74

Page 75: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 52 43 - 3 Agreement

Page 3 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 2, 2016

Article 6. INDEMNIFICATION 75

6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its 76 own expense, the city, its officers, servants and employees, from and against 77 any and all claims arising out of, or alleged to arise out of, the work and services 78 to be performed by the contractor, its officers, agents, employees, 79 subcontractors, licenses or invitees under this contract. This indemnification 80 provision is specifically intended to operate and be effective even if it is alleged 81 or proven that all or some of the damages being sought were caused, in whole 82 or in part, by any act, omission or negligence of the city. This indemnity 83 provision is intended to include, without limitation, indemnity for costs, 84 expenses and legal fees incurred by the city in defending against such claims 85 and causes of actions. 86

87

6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own 88 expense, the city, its officers, servants and employees, from and against any and 89 all loss, damage or destruction of property of the city, arising out of, or alleged 90 to arise out of, the work and services to be performed by the contractor, its 91 officers, agents, employees, subcontractors, licensees or invitees under this 92 contract. This indemnification provision is specifically intended to operate and 93 be effective even if it is alleged or proven that all or some of the damages being 94 sought were caused, in whole or in part, by any act, omission or negligence of 95 the city. 96

97 Article 7. MISCELLANEOUS 98

7.1 Terms. 99

Terms used in this Agreement which are defined in Article 1 of the General Conditions will 100 have the meanings indicated in the General Conditions. 101

7.2 Assignment of Contract. 102

This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the City. 104

7.3 Successors and Assigns. 105

City and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108

7.4 Severability. 109

Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 112

7.5 Governing Law and Venue. 113

This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. 116

Page 76: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 52 43 - 4 Agreement

Page 4 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 2, 2016

7.6 Other Provisions. 117

The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 118 classified, promulgated and set out by the City, a copy of which is attached hereto and 119 made a part hereof the same as if it were copied verbatim herein. 120

7.7 Authority to Sign. 121

Contractor shall attach evidence of authority to sign Agreement, if other than duly 122 authorized signatory of the Contractor. 123

124

IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 125 counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties (“Effective Date”). 128 129 Contractor: City of Fort Worth By: Jesus Chapa By: Assistant City Manager (Signature) Date _________________ Attest:__________________________ (Printed Name) City Secretary (Seal) Title: Address: M&C ________________ Date: ________________ City/State/Zip: Approved as to Form and Legality: ___________________________ Date Douglas W. Black

Assistant City Attorney 130

131 APPROVAL RECOMMENDED: 132 133 134 ____________________________ 135 Christopher Harder, P.E. 136 Interim Assisstant Director, 137 Water Department 138

Page 77: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 61 13 - 1 PERFORMANCE BOND

Page 1 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

SECTION 00 61 13 1

PERFORMANCE BOND 2

3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6

7

That we, _____________________________________________________, known as 8

“Principal” herein and ____________________________________________, a corporate 9

surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10

“Surety” herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11

municipal corporation created pursuant to the laws of Texas, known as “City” herein, in the penal 12

sum of, _______One Million______ Dollars ($____1,000,000.00___), lawful money of the United 13

States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and 14

truly to be made, we bind ourselves, our heirs, executors, administrators, successors and 15

assigns, jointly and severally, firmly by these presents. 16

WHEREAS, the Principal has entered into a certain written contract with the City 17

awarded the _____ day of ________________, 20___, which Contract is hereby referred to and 18

made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 19

labor and other accessories defined by law, in the prosecution of the Work, including any Change 20

Orders, as provided for in said Contract designated as 21

Water Main Replacements, Contract 2016 22

City Project Number 100435 23

24

NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 25

faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 26

perform the Work, including Change Orders, under the Contract, according to the plans, 27

specifications, and contract documents therein referred to, and as well during any period of 28

extension of the Contract that may be granted on the part of the City, then this obligation shall 29

be and become null and void, otherwise to remain in full force and effect. 30

Page 78: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 61 13 - 2 PERFORMANCE BOND

Page 2 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 1

Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 2

Worth Division. 3

This bond is made and executed in compliance with the provisions of Chapter 2253 of 4

the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 5

accordance with the provisions of said statue. 6

IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 7

instrument by duly authorized agents and officers on this the day of 8

, 20 . 9

PRINCIPAL: 10 ____________________________________11 ____________________________________ 12 13 BY: ________________________________ 14 Signature 15 ATTEST: 16 17 ______________________________ ____________________________________ 18 (Principal) Secretary Name and Title 19 20 Address: ____________________________ 21 ____________________________ 22 ____________________________ 23 24 _____________________________ 25 Witness as to Principal 26 SURETY: 27 ____________________________________ 28 ____________________________________ 29 30 BY: ________________________________ 31 Signature 32 33 ____________________________________ 34 Name and Title 35 36 Address: ____________________________ 37 ____________________________ 38 ____________________________ 39 ____________________________ 40 Witness as to Surety Telephone Number: ___________________ 41 42 43 44

Page 79: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 61 13 - 3 PERFORMANCE BOND

Page 3 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

*Note: If signed by an officer of the Surety Company, there must be on file a certified extract 1 from the by-laws showing that this person has authority to sign such obligation. If 2 Surety’s physical address is different from its mailing address, both must be provided. 3 The date of the bond shall not be prior to the date the Contract is awarded. 4

5

Page 80: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 61 14 - 1 PAYMENT BOND

Page 1 of 2

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

SECTION 00 61 14 1

PAYMENT BOND 2

3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6

That we, _____________________________________________________, known as 7

“Principal” herein, and _________________________________________________________, a 8

corporate surety (sureties), duly authorized to do business in the State of Texas, known as 9

“Surety” herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 10

municipal corporation created pursuant to the laws of the State of Texas, known as “City” herein, 11

in the penal sum of_______One Million_______ Dollars ($___1,000,000.00__), lawful money of 12

the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which 13

sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors 14

and assigns, jointly and severally, firmly by these presents: 15

WHEREAS, Principal has entered into a certain written Contract with City, awarded the 16

_____ day of ______________________, 20_____, which Contract is hereby referred to and 17

made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 18

labor and other accessories as defined by law, in the prosecution of the Work as provided for in 19

said Contract and designated as 20

Water Main Replacements, Contract 2016 21

City Project Number 100435 22

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal 23

shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 24

of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, 25

then this obligation shall be and become null and void; otherwise to remain in full force and 26

effect. 27

This bond is made and executed in compliance with the provisions of Chapter 2253 of 28

the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29

accordance with the provisions of said statute. 30

31

Page 81: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 61 14 - 2 PAYMENT BOND

Page 2 of 2

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 1

instrument by duly authorized agents and officers on this the _________ day of 2

___________________, 20_____. 3

4

PRINCIPAL: _________________________________ _________________________________ ATTEST: BY: _____________________________ Signature ___________________________________ _____________________________ (Principal) Secretary Name and Title Address: _________________________ _________________________ ___________________________________ _________________________ Witness as to Principal SURETY: _________________________________ _________________________________ ATTEST: BY: _____________________________ Signature __________________________________ _____________________________ (Surety) Secretary Name and Title Address: _________________________ _________________________ __________________________________ _________________________ Witness as to Surety Telephone Number: ________________ 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety’s physical 7 address is different from its mailing address, both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10

END OF SECTION 11

12

Page 82: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 61 19 - 1 MAINTENANCE BOND

Page 1 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

SECTION 00 61 19 1

MAINTENANCE BOND 2

3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7

That we_____________________________________________________, known as 8

“Principal” herein and ____________________________________________, a corporate surety 9

(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10

“Surety” herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11

municipal corporation created pursuant to the laws of the State of Texas, known as “City” herein, 12

in the sum of________One Million________ Dollars ($____1,000,000.00____), lawful money of 13

the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum 14

well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, 15

administrators, successors and assigns, jointly and severally, firmly by these presents. 16

17

WHEREAS, the Principal has entered into a certain written contract with the City awarded 18

the_____ day of , 20 , which Contract is hereby 19

referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 20

materials, equipment labor and other accessories as defined by law, in the prosecution of the 21

Work, including any Work resulting from a duly authorized Change Order (collectively herein, the 22

“Work”) as provided for in said contract and designated as 23

24

Water Main Replacements, Contract 2016 25

City Project Number 100435 26

27

WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28

accordance with the plans, specifications and Contract Documents that the Work is and will 29

remain free from defects in materials or workmanship for and during the period of two (2) 30

years after the date of Final Acceptance of the Work by the City (“Maintenance Period”); and 31

32

WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 33

receiving notice from the City of the need therefor at any time within the Maintenance Period. 34

35

Page 83: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 61 19 - 2 MAINTENANCE BOND

Page 2 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 1

any defective Work, for which timely notice was provided by City, to a completion satisfactory to 2

the City, then this obligation shall become null and void; otherwise to remain in full force and 3

effect. 4

5

PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 6

noticed defective Work, it is agreed that the City may cause any and all such defective Work to 7

be repaired and/or reconstructed with all associated costs thereof being borne by the Principal 8

and the Surety under this Maintenance bond; and 9

10

PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 11

Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 12

Worth Division; and 13

14

PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 15

recoveries may be had hereon for successive breaches. 16

17

18

19

Page 84: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 61 19 - 3 MAINTENANCE BOND

Page 3 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 1

instrument by duly authorized agents and officers on this the day of 2

, 20 __. 3

4

PRINCIPAL: 5 ____________________________________ 6 ____________________________________ 7 8 BY: ________________________________ 9 Signature 10 ATTEST: 11 12 _____________________________ ____________________________________ 13 (Principal) Secretary Name and Title 14 15 Address: ____________________________ 16 ____________________________ 17 ____________________________ 18 _____________________________ 19 Witness as to Principal 20 SURETY: 21 ____________________________________ 22 ____________________________________ 23 24 BY: ________________________________ 25 Signature 26 27 ____________________________________ 28 ATTEST: Name and Title 29 30 _____________________________ Address:_____________________________ 31 (Surety) Secretary _____________________________ 32 _____________________________ 33 _____________________________ 34 Witness as to Surety Telephone Number:____________________ 35 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38

from the by-laws showing that this person has authority to sign such obligation. If 39 Surety’s physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41

42

Page 85: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 61 25 - 1 CERTIFICATE OF INSURANCE

Page 1 of 1

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

SECTION 00 61 25 1

CERTIFICATE OF INSURANCE 2

3 4 5 6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

END OF SECTION 22

Page 86: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

 

STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT

Page 87: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

 

STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT

 

  

TABLE OF CONTENTS  

Page  Article 1 – Definitions and Terminology .......................................................................................................... 1

1.01 Defined Terms............................................................................................................................... 11.02 Terminology .................................................................................................................................. 6

 Article 2 – Preliminary Matters ......................................................................................................................... 7

2.01 Copies of Documents .................................................................................................................... 72.02 Commencement of Contract Time; Notice to Proceed ................................................................ 72.03 Starting the Work .......................................................................................................................... 82.04 Before Starting Construction ........................................................................................................ 82.05 Preconstruction Conference.......................................................................................................... 82.06 Public Meeting .............................................................................................................................. 82.07 Initial Acceptance of Schedules.................................................................................................... 8

 Article 3 – Contract Documents: Intent, Amending, Reuse ............................................................................ 8

3.01 Intent.............................................................................................................................................. 83.02 Reference Standards...................................................................................................................... 93.03 Reporting and Resolving Discrepancies....................................................................................... 93.04 Amending and Supplementing Contract Documents................................................................. 103.05 Reuse of Documents ................................................................................................................... 103.06 Electronic Data............................................................................................................................ 11

 Article 4 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental

Conditions; Reference Points........................................................................................................... 114.01 Availability of Lands .................................................................................................................. 114.02 Subsurface and Physical Conditions .......................................................................................... 124.03 Differing Subsurface or Physical Conditions ............................................................................. 124.04 Underground Facilities ............................................................................................................... 134.05 Reference Points ......................................................................................................................... 144.06 Hazardous Environmental Condition at Site .............................................................................. 14

 Article 5 – Bonds and Insurance ..................................................................................................................... 16

5.01 Licensed Sureties and Insurers ................................................................................................... 165.02 Performance, Payment, and Maintenance Bonds....................................................................... 165.03 Certificates of Insurance ............................................................................................................. 165.04 Contractor’s Insurance ................................................................................................................ 185.05 Acceptance of Bonds and Insurance; Option to Replace........................................................... 19

 Article 6 – Contractor’s Responsibilities ........................................................................................................ 19

6.01 Supervision and Superintendence............................................................................................... 19

Page 88: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

 

6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitutes and “Or-Equals” ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royalties ........................................................................................................... 26 6.09 Permits and Utilities.................................................................................................................... 27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Site and Other Areas ....................................................................................................... 28 6.13 Record Documents...................................................................................................................... 29 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs ............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals.................................................................................................................................... 31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor’s General Warranty and Guarantee .......................................................................... 32 6.21 Indemnification ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination....................................................................................................................... 35

 Article 7 – Other Work at the Site................................................................................................................... 35

7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination................................................................................................................................ 36

 Article 8 – City’s Responsibilities................................................................................................................... 36

8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests................................................................................... 36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City’s Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37 8.09 Compliance with Safety Program............................................................................................... 37

 Article 9 – City’s Observation Status During Construction ........................................................................... 37

9.01 City’s Project Manager ……...................................................................................................... 37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations for Work Performed .......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38

Page 89: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

 

Article 10 – Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work .................................................................................................................................. 39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40

 Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement...................... 41

11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement ...................................................................................................... 45

 Article 12 – Change of Contract Price; Change of Contract Time................................................................. 46

12.01 Change of Contract Price ............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47

 Article 13 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48

13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13.03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................ 49 13.05 City May Stop the Work ............................................................................................................. 49 13.06 Correction or Removal of Defective Work ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51

 Article 14 – Payments to Contractor and Completion .................................................................................... 52

14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor’s Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Inspection ........................................................................................................................... 55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57

 Article 15 – Suspension of Work and Termination ........................................................................................ 57

15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60

 Article 16 – Dispute Resolution ...................................................................................................................... 61

16.01 Methods and Procedures ............................................................................................................. 61

Page 90: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

 

Article 17 – Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings...................................................................................................................................... 63

Page 91: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 1 of 63

 

 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY  1.01 Defined Terms  

A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms.

 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify,

correct, or change the Bidding Requirements or the proposed Contract Documents.  

2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work.

 3. Application for Payment—The form acceptable to City which is to be used by Contractor

during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents.

 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is

releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration.

 5. Award – Authorization by the City Council for the City to enter into an Agreement.

 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the

prices for the Work to be performed.  

7. Bidder—The individual or entity who submits a Bid directly to City.  

8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda).

 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid

security of acceptable form, if any, and the Bid Form with any supplements.  

10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City.

 11. Buzzsaw – City’s on-line, electronic document management and collaboration system.

 12. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.

Page 92: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 2 of 63

 

 13. Change Order—A document, which is prepared and approved by the City, which is signed

by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement.

 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and

chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed.

 15. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or

his duly authorized representative.  

16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas.

 17. City Manager – The officially appointed and authorized City Manager of the City of Fort

Worth, Texas, or his duly authorized representative.  

18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim.

 19. Contract—The entire and integrated written document between the City and Contractor

concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral.

 20. Contract Documents—Those items so designated in the Agreement. All items listed in the

Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents.

 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in

accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work).

 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve

Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.  

23. Contractor—The individual or entity with whom City has entered into the Agreement.  

24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition.

Page 93: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 3 of 63

 

 25. Damage Claims – A demand for money or services arising from the Project or Site from a

third party, City or Contractor exclusive of a Contract Claim.  

26. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.  

27. Director of Aviation – The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.

 28. Director of Parks and Community Services – The officially appointed Director of the Parks

and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.

 29. Director of Planning and Development – The officially appointed Director of the Planning

and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.

 30. Director of Transportation Public Works – The officially appointed Director of the

Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.

 31. Director of Water Department – The officially appointed Director of the Water Department

of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.  

32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined.

 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes

effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver.

 34. Engineer—The licensed professional engineer or engineering firm registered in the State of

Texas performing professional services for the City.  

35. Extra Work – Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work.

 36. Field Order — A written order issued by City which requires changes in the Work but which

does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award.

 37. Final Acceptance – The written notice given by the City to the Contractor that the Work

specified in the Contract Documents has been completed to the satisfaction of the City.

Page 94: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 4 of 63

 

 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has

completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents.

 39. General Requirements—Sections of Division 1 of the Contract Documents.

 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs,

Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto.

 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or

possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time.

 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,

and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction.

 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or

personal property.  

44. Major Item – An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less.

 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate

Contract Time prior to Final Acceptance of the Work.  

46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement.

 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the

Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents.

 48. PCBs—Polychlorinated biphenyls.

 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard

conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils.

 50. Plans – See definition of Drawings.

Page 95: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 5 of 63

 

 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with

the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time.

 52. Project—The Work to be performed under the Contract Documents.

 53. Project Manager—The authorized representative of the City who will be assigned to the

Site.  

54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project.

 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the

Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.  

56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays).

 57. Samples—Physical examples of materials, equipment, or workmanship that are

representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged.

 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required

submittals and the time requirements to support scheduled performance of related construction activities.

 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions

of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor’s Applications for Payment.

 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon

which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor.

 61. Specifications—That part of the Contract Documents consisting of written requirements for

materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project.

 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any

other Subcontractor for the performance of a part of the Work at the Site.

Page 96: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 6 of 63

 

 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information

which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work.

 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City

makes an Award.  

65. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor.

 66. Supplementary Conditions—That part of the Contract Documents which amends or

supplements these General Conditions.  

67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor.

 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,

manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems.

 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition.

 70. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,

Sunday or legal holiday, as approved in advance by the City.  

71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents.

 72. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal

holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.

 1.02 Terminology  

A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning.

 B. Intent of Certain Terms or Adjectives:

Page 97: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 7 of 63

 

 1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered,” “as

directed” or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise).

 C. Defective:

 1. The word “defective,” when modifying the word “Work,” refers to Work that is

unsatisfactory, faulty, or deficient in that it:  

a. does not conform to the Contract Documents; or  

b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or

 c. has been damaged prior to City’s written acceptance.

D. Furnish, Install, Perform, Provide:

1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used.

 E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known

technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning.

 ARTICLE 2 – PRELIMINARY MATTERS  2.01 Copies of Documents  

City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction.

 2.02 Commencement of Contract Time; Notice to Proceed  

The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement.

Page 98: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 8 of 63

 

 2.03 Starting the Work  

Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run.

 2.04 Before Starting Construction  

Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work.

 2.05 Preconstruction Conference  

Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents.

 2.06 Public Meeting  

Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City.

 2.07 Initial Acceptance of Schedules  

No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents.

 ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE  3.01 Intent  

A. The Contract Documents are complementary; what is required by one is as binding as if required by all.

 B. It is the intent of the Contract Documents to describe a functionally complete project (or part

thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City.

 C. Clarifications and interpretations of the Contract Documents shall be issued by City.

 D. The Specifications may vary in form, format and style. Some Specification sections may be

written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as “the Contractor shall,” “in conformity with,” “as shown,” or “as specified” are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the

Page 99: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 9 of 63

 

 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims.

 E. The cross referencing of specification sections under the subparagraph heading “Related

Sections include but are not necessarily limited to:” and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete.

 3.02 Reference Standards  

A. Standards, Specifications, Codes, Laws, and Regulations  

1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents.

 2. No provision of any such standard, specification, manual, or code, or any instruction of a

Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents.

 3.03 Reporting and Resolving Discrepancies  

A. Reporting Discrepancies:  

1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby.

 2. Contractor’s Review of Contract Documents During Performance of Work: If, during the

performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph

Page 100: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 10 of 63

 

 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04.

 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or

discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.  

B. Resolving Discrepancies:  

1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents).

 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall

govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal.

 3.04 Amending and Supplementing Contract Documents  

A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order.

 B. The requirements of the Contract Documents may be supplemented, and minor variations and

deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways:

 1. A Field Order;

 2. City’s review of a Submittal (subject to the provisions of Paragraph 6.18.C); or

 3. City’s written interpretation or clarification.

 3.05 Reuse of Documents  

A. Contractor and any Subcontractor or Supplier shall not:  

1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or

 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of

the Project or any other project without written consent of City and specific written verification or adaptation by Engineer.

Page 101: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 11 of 63

 

 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the

Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes.

 3.06 Electronic Data  

A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City’s Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user’s sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern.

 B. When transferring documents in electronic media format, the transferring party makes no

representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data’s creator.

 ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS

 4.01 Availability of Lands  

A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities.

 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or

easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements.

 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.

Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others.

 B. Upon reasonable written request, City shall furnish Contractor with a current statement of record

legal title and legal description of the lands upon which the Work is to be performed.

Page 102: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 12 of 63

 

 C. Contractor shall provide for all additional lands and access thereto that may be required for

construction facilities or storage of materials and equipment.  4.02 Subsurface and Physical Conditions  

A. Reports and Drawings: The Supplementary Conditions identify:  

1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and

 2. those drawings known to City of physical conditions relating to existing surface or

subsurface structures at the Site (except Underground Facilities).  

B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to:

 1. the completeness of such reports and drawings for Contractor’s purposes, including, but not

limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or

 2. other data, interpretations, opinions, and information contained in such reports or shown or

indicated in such drawings; or  

3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions, or information.

 4.03 Differing Subsurface or Physical Conditions  

A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either:

 1. is of such a nature as to establish that any “technical data” on which Contractor is entitled to

rely as provided in Paragraph 4.02 is materially inaccurate; or  

2. is of such a nature as to require a change in the Contract Documents; or  

3. differs materially from that shown or indicated in the Contract Documents; or  

4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents;

Page 103: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 13 of 63

 

 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition.

 B. Possible Price and Time Adjustments

 Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:

 1. Contractor knew of the existence of such conditions at the time Contractor made a final

commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or

 2. the existence of such condition could reasonably have been discovered or revealed as a result

of the examination of the Contract Documents or the Site; or  

3. Contractor failed to give the written notice as required by Paragraph 4.03.A.  4.04 Underground Facilities  

A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions:

 1. City and Engineer shall not be responsible for the accuracy or completeness of any such

information or data provided by others; and  

2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for:

 a. reviewing and checking all such information and data;

 b. locating all Underground Facilities shown or indicated in the Contract Documents;

 c. coordination and adjustment of the Work with the owners of such Underground

Facilities, including City, during construction; and  

d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work.

 B. Not Shown or Indicated:

 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or

contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any

Page 104: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 14 of 63

 

 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility.

 2. If City concludes that a change in the Contract Documents is required, a Change Order may

be issued to reflect and document such consequences.  

3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary.

 4.05 Reference Points  

A. City shall provide engineering surveys to establish reference points for construction, which in City’s judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays.

 B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or

willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor.

 4.06 Hazardous Environmental Condition at Site  

A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site.

 B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the

accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to:

 1. the completeness of such reports and drawings for Contractor’s purposes, including, but not

limited to, any aspects of the means, methods, techniques, sequences and procedures of

Page 105: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 15 of 63

 

 construction to be employed by Contractor and safety precautions and programs incident thereto; or

 2. other data, interpretations, opinions and information contained in such reports or shown or

indicated in such drawings; or  

3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions or information.

 C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or

revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.

 D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for

whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any.

 E. Contractor shall not be required to resume Work in connection with such condition or in any

affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed.

 F. If after receipt of such written notice Contractor does not agree to resume such Work based on a

reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City’s own forces or others.

 G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold

harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual’s or entity’s own negligence.

 H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental

Condition uncovered or revealed at the Site.

Page 106: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 16 of 63

 

 ARTICLE 5 – BONDS AND INSURANCE  5.01 Licensed Sureties and Insurers  

All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions.

 5.02 Performance, Payment, and Maintenance Bonds  

A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents.

 B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security

to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City.

 C. All bonds shall be in the form prescribed by the Contract Documents except as provided

otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.

 D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or

its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C.

 5.03 Certificates of Insurance  

Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain.

 1. The certificate of insurance shall document the City, and all identified entities named in the

Supplementary Conditions as “Additional Insured” on all liability policies.

Page 107: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 17 of 63

 

 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”,

endorsement, which shall be identified in the certificate of insurance provided to the City.  

3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide

 4. The insurers for all policies must be licensed and/or approved to do business in the State of

Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required.

 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor

of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions

 6. Failure of the City to demand such certificates or other evidence of full compliance with the

insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage.

 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess

Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage.

 8. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If

coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage.

 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the

required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%.

 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance

coverage shall be approved by the City in regards to asset value and stockholders' equity. In

Page 108: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 18 of 63

 

 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City.

 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a

first-dollar basis, must be acceptable to and approved by the City.  

12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order.

 13. City shall be entitled, upon written request and without expense, to receive copies of policies

and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies.

 14. City shall not be responsible for the direct payment of insurance premium costs for

Contractor’s insurance.  5.04 Contractor’s Insurance  

A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable:

 1. claims under workers’ compensation, disability benefits, and other similar employee benefit

acts;  

2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees.

 B. Commercial General Liability. Coverage shall include but not be limited to covering liability

(bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other

Page 109: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 19 of 63

 

 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing.

 For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions).

 C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,

defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable.

 D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of

railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions.

 E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation

or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section.

 5.05 Acceptance of Bonds and Insurance; Option to Replace  

If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage.

 ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES  6.01 Supervision and Superintendence  

A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction.

Page 110: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 20 of 63

 

 B. At all times during the progress of the Work, Contractor shall assign a competent, English-

speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor.

 C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of

construction.  6.02 Labor; Working Hours  

A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site.

 B. Except as otherwise required for the safety or protection of persons or the Work or property at

the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work:

 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business

Days prior  

2. for Weekend Working Hours request must be made by noon of the preceding Thursday  

3. for legal holidays request must be made by noon two Business Days prior to the legal holiday.

 6.03 Services, Materials, and Equipment  

A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work.

 B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,

shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment.

Page 111: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 21 of 63

 

 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,

connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents.

 D. All items of standard equipment to be incorporated into the Work shall be the latest model at the

time of bid, unless otherwise specified.  6.04 Project Schedule  

A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below.

 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and

the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto.

 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment

for the duration of the Contract in accordance with the schedule specification 01 32 16.  

3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order.

 6.05 Substitutes and “Or-Equals”  

A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below.

 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by

Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if:

 a. the City determines that:

 1) it is at least equal in materials of construction, quality, durability, appearance,

strength, and design characteristics;

Page 112: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 22 of 63

 

 2) it will reliably perform at least equally well the function and achieve the results

imposed by the design concept of the completed Project as a functioning whole; and  

3) it has a proven record of performance and availability of responsive service; and

b. Contractor certifies that, if approved and incorporated into the Work:

1) there will be no increase in cost to the City or increase in Contract Time; and  

2) it will conform substantially to the detailed requirements of the item named in the Contract Documents.

 2. Substitute Items:

 a. If in City’s sole discretion an item of material or equipment proposed by Contractor does

not qualify as an “or-equal” item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item.

 b. Contractor shall submit sufficient information as provided below to allow City to

determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor.

 c. Contractor shall make written application to City for review of a proposed substitute item

of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and:

 1) shall certify that the proposed substitute item will:

 a) perform adequately the functions and achieve the results called for by the general

design;  

b) be similar in substance to that specified;  

c) be suited to the same use as that specified; and  

2) will state:  

a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time;

 b) whether use of the proposed substitute item in the Work will require a change in

any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item;

Page 113: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 23 of 63

 

 c) whether incorporation or use of the proposed substitute item in connection with

the Work is subject to payment of any license fee or royalty; and  

3) will identify:  

a) all variations of the proposed substitute item from that specified;  

b) available engineering, sales, maintenance, repair, and replacement services; and  

4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change.

 B. Substitute Construction Methods or Procedures: If a specific means, method, technique,

sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2.

 C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each

proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination.

 D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special

performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment.

 E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or

submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute.

 F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or

“or-equal” at Contractor’s expense.

Page 114: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 24 of 63

 

 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a

substitute shall be incorporated to the Contract by Change Order.  

H. Time Extensions: No additional time will be granted for substitutions.  6.06 Concerning Subcontractors, Suppliers, and Others  

A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City.

 B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether

initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C).

 C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other

individuals or entities on the project, and will provide such requirements in the Supplementary Conditions.

 D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable

participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City’s MBE Ordinance (as amended) by the following:

 1. Contractor shall, upon request by City, provide complete and accurate information regarding

actual work performed by a MBE on the Contract and payment therefor.  

2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance.

 3. Contractor shall, upon request by City, allow an audit and/or examination of any books,

records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years.

 E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,

Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents:

Page 115: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 25 of 63

 

 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity

any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor

 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys

due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations.

 F. Contractor shall be solely responsible for scheduling and coordinating the Work of

Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor.

 G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any

of the Work shall communicate with City through Contractor.  

H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City.

 6.07 Wage Rates  

A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents.

 B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage

shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023.

 C. Complaints of Violations and City Determination of Good Cause. On receipt of information,

including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation.

Page 116: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 26 of 63

 

 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of

Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction.

 E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)

years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection.

 F. Progress Payments. With each progress payment or payroll period, whichever is less, the

Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code.

 G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at

all times.  

H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above.

 6.08 Patent Fees and Royalties  

A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others.

 B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold

harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from

Page 117: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 27 of 63

 

 

the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents.

 6.09 Permits and Utilities  

A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work.

 B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as

provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor’s responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required:

 1. Texas Department of Transportation Permits

 2. U.S. Army Corps of Engineers Permits

 3. Texas Commission on Environmental Quality Permits

 4. Railroad Company Permits

 C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits

and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses.

 6.10 Laws and Regulations  

A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations.

 B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or

Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all

Page 118: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 28 of 63

 

 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.02.

 C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on

the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time.

 6.11 Taxes  

A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller’s Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller’s Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H.

 B. Texas Tax permits and information may be obtained from:

 1. Comptroller of Public Accounts

Sales Tax Division Capitol Station Austin, TX 78711; or

 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html

 6.12 Use of Site and Other Areas  

A. Limitation on Use of Site and Other Areas:  

1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work.

 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is

carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site.

Page 119: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 29 of 63

 

 3. Should any Damage Claim be made by any such owner or occupant because of the

performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.  

4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City.

 B. Removal of Debris During Performance of the Work: During the progress of the Work

Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations.

 C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the

clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor.

 D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and

the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work.

 E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded

in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it.

 6.13 Record Documents  

A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items.

 6.14 Safety and Protection  

A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall

Page 120: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 30 of 63

 

 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to:

 1. all persons on the Site or who may be affected by the Work;

 2. all the Work and materials and equipment to be incorporated therein, whether in storage on

or off the Site; and  

3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction.

 B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of

persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property.

 C. Contractor shall comply with the applicable requirements of City’s safety programs, if any.

 D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any,

with which City’s employees and representatives must comply while at the Site.  

E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.

 F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue

until such time as all the Work is completed and City has accepted the Work.  6.15 Safety Representative  

Contractor shall inform City in writing of Contractor’s designated safety representative at the Site.  6.16 Hazard Communication Programs  

Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations.

 6.17 Emergencies and/or Rectification  

A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant

Page 121: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 31 of 63

 

 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued.

 B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,

omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project.

 6.18 Submittals  

A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require.

 1. Submit number of copies specified in the General Requirements.

 2. Data shown on the Submittals will be complete with respect to quantities, dimensions,

specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C.

 3. Submittals submitted as herein provided by Contractor and reviewed by City for

conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City.

 4. When Submittals are submitted for the purpose of showing the installation in greater detail,

their review shall not excuse Contractor from requirements shown on the Drawings and Specifications.

 5. For-Information-Only submittals upon which the City is not expected to conduct review or

take responsive action may be so identified in the Contract Documents.  

6. Submit required number of Samples specified in the Specifications.  

7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C.

Page 122: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 32 of 63

 

 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any

related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor.

 C. City’s Review:

 1. City will provide timely review of required Submittals in accordance with the Schedule of

Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents.

 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or

procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions.

 3. City’s review and acceptance shall not relieve Contractor from responsibility for any

variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents.

 6.19 Continuing the Work  

Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing.

 6.20 Contractor’s General Warranty and Guarantee  

A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee.

 B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by:

 1. abuse, modification, or improper maintenance or operation by persons other than Contractor,

Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or

Page 123: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 33 of 63

 

 2. normal wear and tear under normal usage.

 C. Contractor’s obligation to perform and complete the Work in accordance with the Contract

Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents:

 1. observations by City;

 2. recommendation or payment by City of any progress or final payment;

 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by

City;  

4. use or occupancy of the Work or any part thereof by City;  

5. any review and acceptance of a Submittal by City;  

6. any inspection, test, or approval by others; or  

7. any correction of defective Work by City.  

D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness.

 6.21 Indemnification  

A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions.

 B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the

City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS

Page 124: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 34 of 63

 

 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY.

 

6.22 Delegation of Professional Design Services  

A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures.

 B. If professional design services or certifications by a design professional related to systems,

materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City.

 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,

certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy.

 D. Pursuant to this Paragraph 6.22, City’s review and acceptance of design calculations and design

drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C.

 6.23 Right to Audit  

A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits.

 B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that

the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all

Page 125: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 35 of 63

 

 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits.

 C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the

City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed.

 6.24 Nondiscrimination  

A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin.

 B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of

the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance.

 ARTICLE 7 – OTHER WORK AT THE SITE  7.01 Related Work at Site  

A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and

 B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility

owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected.

 C. If the proper execution or results of any part of Contractor’s Work depends upon work performed

by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others.

Page 126: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 36 of 63

 

 7.02 Coordination  

A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions:

 1. the individual or entity who will have authority and responsibility for coordination of the

activities among the various contractors will be identified;  

2. the specific matters to be covered by such authority and responsibility will be itemized; and  

3. the extent of such authority and responsibilities will be provided.  

B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination.

 ARTICLE 8 – CITY’S RESPONSIBILITIES  8.01 Communications to Contractor  

Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor.

 8.02 Furnish Data  

City shall timely furnish the data required under the Contract Documents.  8.03 Pay When Due  

City shall make payments to Contractor in accordance with Article 14.  8.04 Lands and Easements; Reports and Tests  

City’s duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents.

 8.05 Change Orders  

City shall execute Change Orders in accordance with Paragraph 10.03.  8.06 Inspections, Tests, and Approvals  

City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.

Page 127: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 37 of 63

 

 8.07 Limitations on City’s Responsibilities  

A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents.

 B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.

 8.08 Undisclosed Hazardous Environmental Condition  

City’s responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06.

 8.09 Compliance with Safety Program  

While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 6.14.

 ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION  9.01 City’s Project Manager  

City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s Project Manager during construction are set forth in the Contract Documents. The City’s Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >.  

9.02 Visits to Site  

A. City’s Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Manager’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents.

 B. City’s Project Manager’s visits and observations are subject to all the limitations on authority and

responsibility in the Contract Documents including those set forth in Paragraph 8.07.

Page 128: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 38 of 63

 

 9.03 Authorized Variations in Work  

City’s Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly.

 9.04 Rejecting Defective Work  

City will have authority to reject Work which City’s Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed.

 9.05 Determinations for Work Performed  

Contractor will determine the actual quantities and classifications of Work performed. City’s Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data).

 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work  

A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder.

 B. City will render a written decision on any issue referred.

 C. City’s written decision on the issue referred will be final and binding on the Contractor, subject

to the provisions of Paragraph 10.06.  ARTICLE 10 – CHANGES IN THE WORK; CLAIMS; EXTRA WORK  10.01 Authorized Changes in the Work  

A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work.

 B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field

Order may be issued by the City.

Page 129: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 39 of 63

 

 10.02 Unauthorized Changes in the Work  

Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17.

 10.03 Execution of Change Orders  

A. City and Contractor shall execute appropriate Change Orders covering:  

1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City’s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties;

 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including

any undisputed sum or amount of time for Work actually performed.  10.04 Extra Work  

A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06.

 B. The Contractor shall furnish the City such installation records of all deviations from the original

Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation.

 C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall

be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work.

 10.05 Notification to Surety  

If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change.

Page 130: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 40 of 63

 

 10.06 Contract Claims Process  

A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims.

 B. Notice:

 1. Written notice stating the general nature of each Contract Claim shall be delivered by the

Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim.

 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered

to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim).

 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with

the provisions of Paragraph 12.01.  

4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02.

 5. Each Contract Claim shall be accompanied by Contractor’s written statement that the

adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event.

 6. The City shall submit any response to the Contractor within 30 days after receipt of the

claimant’s last submittal (unless Contract allows additional time).  

C. City’s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing:

 1. deny the Contract Claim in whole or in part;

 2. approve the Contract Claim; or

 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City’s

sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial.

Page 131: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 41 of 63

 

 D. City’s written action under Paragraph 10.06.C will be final and binding, unless City or

Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial.

 E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not

submitted in accordance with this Paragraph 10.06.  ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS

QUANTITY MEASUREMENT  11.01 Cost of the Work  

A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items:

 1. Payroll costs for employees in the direct employ of Contractor in the performance of the

Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include;

 a. salaries with a 55% markup, or

 b. salaries and wages plus the cost of fringe benefits, which shall include social security

contributions, unemployment, excise, and payroll taxes, workers’ compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City.

 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs

of transportation and storage thereof, and Suppliers’ field services required in connection therewith.

 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented

from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work.

Page 132: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 42 of 63

 

 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If

required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall be determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 11.01.

 5. Costs of special consultants (including but not limited to engineers, architects, testing

laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work.

 6. Supplemental costs including the following:

 a. The proportion of necessary transportation, travel, and subsistence expenses of

Contractor’s employees incurred in discharge of duties connected with the Work.  

b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor.

 c. Sales, consumer, use, and other similar taxes related to the Work, and for which

Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations.

 d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or

anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses.

 e. Losses and damages (and related expenses) caused by damage to the Work, not

compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee.

 f. The cost of utilities, fuel, and sanitary facilities at the Site.

 g. Minor expenses such as telegrams, long distance telephone calls, telephone and

communication services at the Site, express and courier services, and similar petty cash items in connection with the Work.

Page 133: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 43 of 63

 

 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract

Documents to purchase and maintain.  

B. Costs Excluded: The term Cost of the Work shall not include any of the following items:  

1. Payroll costs and other compensation of Contractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor’s fee.

 2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the

Site.  

3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments.

 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly

employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property.

 5. Other overhead or general expense costs of any kind.

 C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee

shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C.

 D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to

Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data.

 11.02 Allowances  

A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City.

 B. Pre-bid Allowances:

 1. Contractor agrees that:

Page 134: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 44 of 63

 

 a. the pre-bid allowances include the cost to Contractor of materials and equipment required

by the allowances to be delivered at the Site, and all applicable taxes; and  

b. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid.

 C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole

use of City.  

D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted.

 11.03 Unit Price Work  

A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement.

 B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the

purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05.

 C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to

cover Contractor’s overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price.

 D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:

 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and

significantly from the estimated quantity of such item indicated in the Agreement; and  

2. there is no corresponding adjustment with respect to any other item of Work.  

E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01.

 1. If the changes in quantities or the alterations do not significantly change the character of

work under the Contract Documents, the altered work will be paid for at the Contract unit price.

Page 135: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 45 of 63

 

 2. If the changes in quantities or alterations significantly change the character of work, the

Contract will be amended by a Change Order.  

3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12.

 4. A significant change in the character of work occurs when:

 a. the character of work for any Item as altered differs materially in kind or nature from that

in the Contract or  

b. a Major Item of work varies by more than 25% from the original Contract quantity.  

5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%.

 6. When the quantity of work to be done under any Major Item of the Contract is less than 75%

of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price.

 11.04 Plans Quantity Measurement  

A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article.

 B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than

25% (or as stipulated under “Price and Payment Procedures” for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10.

 C. When quantities are revised by a change in design approved by the City, by Change Order, or to

correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity.

 D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than

$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity.

Page 136: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 46 of 63

 

 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are

not applicable.  ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME  12.01 Change of Contract Price  

A. The Contract Price may only be changed by a Change Order.  

B. The value of any Work covered by a Change Order will be determined as follows:  

1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or

 2. where the Work involved is not covered by unit prices contained in the Contract Documents,

by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or

 3. where the Work involved is not covered by unit prices contained in the Contract Documents

and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor’s fee for overhead and profit (determined as provided in Paragraph 12.01.C).

 C. Contractor’s Fee: The Contractor’s additional fee for overhead and profit shall be determined as

follows:  

1. a mutually acceptable fixed fee; or  

2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work:

 a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the

Contractor’s additional fee shall be 15 percent except for:  

1) rental fees for Contractor’s own equipment using standard rental rates;  

2) bonds and insurance;  

b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be five percent (5%);

 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a

fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever

Page 137: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 47 of 63

 

 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%;

 c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and

11.01.B;  

d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor’s fee by an amount equal to five percent (5%) of such net decrease.

 12.02 Change of Contract Time  

A. The Contract Time may only be changed by a Change Order.  

B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path.

 12.03 Delays  

A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor’s sole and exclusive remedy for the delays described in this Paragraph.

 B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or

damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project.

 C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays

within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor.

 D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when

direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City.

Page 138: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 48 of 63

 

 ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK

 13.01 Notice of Defects  

Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13.

 13.02 Access to Work  

City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable.

 13.03 Tests and Inspections  

A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests.

 B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any

of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions.

 C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection

with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City.

 D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to

perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City.

 1. City will coordinate such Testing to the extent possible, with Contractor;

 2. Should any Testing under this Section 13.03 D result in a “fail”, “did not pass” or other

similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest.

Page 139: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 49 of 63

 

 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the

Testing Lab by Contractor. City will forward all invoices for retests to Contractor.  

4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid.

 E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by

Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation.

 F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense.

 G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued

under Section 13.03 D.  13.04 Uncovering Work  

A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense.

 B. If City considers it necessary or advisable that covered Work be observed by City or inspected or

tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment.

 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs,

losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work.

 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase

in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction.

 13.05 City May Stop the Work  

If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any

Page 140: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 50 of 63

 

 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them.

 13.06 Correction or Removal of Defective Work  

A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work.

 B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,

Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work.

 13.07 Correction Period  

A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions:

 1. repair such defective land or areas; or

 2. correct such defective Work; or

 3. if the defective Work has been rejected by City, remove it from the Project and replace it

with Work that is not defective, and  

4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom.

 B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an

emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.

Page 141: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 51 of 63

 

 C. In special circumstances where a particular item of equipment is placed in continuous service

before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents.

 D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or

removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06.

 E. Contractor’s obligations under this Paragraph 13.07 are in addition to any other obligation or

warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose.

 13.08 Acceptance of Defective Work  

If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City’s evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted.

 13.09 City May Correct Defective Work  

A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency.

 B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed

expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph.

 C. All claims, costs, losses, and damages (including but not limited to all fees and charges of

engineers, architects, attorneys, and other professionals and all court or other dispute resolution

Page 142: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 52 of 63

 

 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price.

 D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the

performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 13.09.

 ARTICLE 14 – PAYMENTS TO CONTRACTOR AND COMPLETION  14.01 Schedule of Values  

The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed.

 14.02 Progress Payments  

A. Applications for Payments:  

1. Contractor is responsible for providing all information as required to become a vendor of the City.

 2. At least 20 days before the date established in the General Requirements for each progress

payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents.

 3. If payment is requested on the basis of materials and equipment not incorporated in the Work

but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City’s interest therein, all of which must be satisfactory to City.

 4. Beginning with the second Application for Payment, each Application shall include an

affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated with prior Applications for Payment.

 5. The amount of retainage with respect to progress payments will be as stipulated in the

Contract Documents.

Page 143: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 53 of 63

 

 B. Review of Applications:

 1. City will, after receipt of each Application for Payment, either indicate in writing a

recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application.

 2. City’s processing of any payment requested in an Application for Payment will be based on

City’s observations of the executed Work, and on City’s review of the Application for Payment and the accompanying data and schedules, that to the best of City’s knowledge:

 a. the Work has progressed to the point indicated;

 b. the quality of the Work is generally in accordance with the Contract Documents (subject

to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation).

 3. Processing any such payment will not thereby be deemed to have represented that:

 a. inspections made to check the quality or the quantity of the Work as it has been

performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or

 b. there may not be other matters or issues between the parties that might entitle Contractor

to be paid additionally by City or entitle City to withhold payment to Contractor, or  

c. Contractor has complied with Laws and Regulations applicable to Contractor’s performance of the Work.

 4. City may refuse to process the whole or any part of any payment because of subsequently

discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because:

 a. the Work is defective, or the completed Work has been damaged by the Contractor or his

subcontractors, requiring correction or replacement;  

b. discrepancies in quantities contained in previous applications for payment;  

c. the Contract Price has been reduced by Change Orders;  

d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or

Page 144: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 54 of 63

 

 e. City has actual knowledge of the occurrence of any of the events enumerated in

Paragraph 15.02.A.

C. Retainage:

1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%).

 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent

(5%).  

D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City.

 E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment

will become due in accordance with the Contract Documents.  

F. Reduction in Payment:  

1. City may refuse to make payment of the amount requested because:  

a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens;

 b. there are other items entitling City to a set-off against the amount recommended; or

 c. City has actual knowledge of the occurrence of any of the events enumerated in

Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.  

2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action.

 14.03 Contractor’s Warranty of Title  

Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens.

Page 145: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 55 of 63

 

 14.04 Partial Utilization  

A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions:

 1. Contractor at any time may notify City in writing that Contractor considers any such part of

the Work ready for its intended use.  

2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor.

 3. Partial Utilization will not constitute Final Acceptance by City.

 14.05 Final Inspection  

A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents:

 1. within 10 days, City will schedule a Final Inspection with Contractor.

 2. City will notify Contractor in writing of all particulars in which this inspection reveals that

the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies.

 B. No time charge will be made against the Contractor between said date of notification of the City

and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume.

 14.06 Final Acceptance  

Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance.

Page 146: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 56 of 63

 

 14.07 Final Payment  

A. Application for Payment:  

1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents.

 2. The final Application for Payment shall be accompanied (except as previously delivered) by:

 a. all documentation called for in the Contract Documents, including but not limited to the

evidence of insurance required by Paragraph 5.03;  

b. consent of the surety, if any, to final payment;  

c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and

 d. affidavits of payments and complete and legally effective releases or waivers

(satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work.

 B. Payment Becomes Due:

 1. After City’s acceptance of the Application for Payment and accompanying documentation,

requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable.

 2. After all Damage Claims have been resolved:

 a. directly by the Contractor or;

 b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s

insurance provider for resolution.  

3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter.

 14.08 Final Completion Delayed and Partial Retainage Release  

A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor’s final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that

Page 147: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 57 of 63

 

 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims.

 B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment

and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained.

 14.09 Waiver of Claims  

The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract.

 ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION  15.01 City May Suspend Work  

A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews.

 B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the

control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension.

 C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall

store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary.

 D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the

necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City.

Page 148: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 58 of 63

 

 15.02 City May Terminate for Cause  

A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause:

 1. Contractor’s persistent failure to perform the Work in accordance with the Contract

Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City’s Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D);

 2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction;

 3. Contractor’s repeated disregard of the authority of City; or

 4. Contractor’s violation in any substantial way of any provisions of the Contract Documents;

or  

5. Contractor’s failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or

 6. Substantial indication that the Contractor has made an unauthorized assignment of the

Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or

 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise

financially unable to carry on the Work satisfactorily; or  

8. Contractor commences legal action in a court of competent jurisdiction against the City.  

B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice.

 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to

perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work.

 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the

Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its

Page 149: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 59 of 63

 

 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below.

 a. If City completes the Work, City may exclude Contractor and Surety from the site and

take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient.

 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any

further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed.

 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees

shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor.

 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right

to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract.

 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as

provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law.

 C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor

begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice.

 D. Where Contractor’s services have been so terminated by City, the termination will not affect any

rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability.

 E. If and to the extent that Contractor has provided a performance bond under the provisions of

Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article.

Page 150: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 60 of 63

 

 15.03 City May Terminate For Convenience  

A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action.

 B. After receipt of a notice of termination, and except as otherwise directed by the City, the

Contractor shall:  

1. Stop work under the Contract on the date and to the extent specified in the notice of termination;

 2. place no further orders or subcontracts for materials, services or facilities except as may be

necessary for completion of such portion of the Work under the Contract as is not terminated;  

3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination;

 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any,

directed by the City:  

a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and

 b. the completed, or partially completed plans, drawings, information and other property

which, if the Contract had been completed, would have been required to be furnished to the City.

 5. complete performance of such Work as shall not have been terminated by the notice of

termination; and  

6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest.

 C. At a time not later than 30 days after the termination date specified in the notice of termination,

the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City.

Page 151: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 61 of 63

 

 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list

submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement.

 E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination

claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived.

 F. In such case, Contractor shall be paid for (without duplication of any items):

 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work;

 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and

 3. reasonable expenses directly attributable to termination.

 G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid

to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination.

 ARTICLE 16 – DISPUTE RESOLUTION  16.01 Methods and Procedures  

A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E.

 B. City and Contractor shall participate in the mediation process in good faith. The process shall be

commenced within 60 days of filing of the request.  

C. If the Contract Claim is not resolved by mediation, City’s action under Paragraph 10.06.C or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor:

Page 152: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 62 of 63

 

 1. elects in writing to invoke any other dispute resolution process provided for in the

Supplementary Conditions; or  

2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or

 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of

competent jurisdiction.  ARTICLE 17 – MISCELLANEOUS  17.01 Giving Notice  

A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if:

 1. delivered in person to the individual or to a member of the firm or to an officer of the

corporation for whom it is intended; or  

2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice.

 B. Business address changes must be promptly made in writing to the other party.

 C. Whenever the Contract Documents specifies giving notice by electronic means such electronic

notice shall be deemed sufficient upon confirmation of receipt by the receiving party.  17.02 Computation of Times  

When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period.

 17.03 Cumulative Remedies  

The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply.

Page 153: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016

00 72 00 - 1

GENERAL CONDITIONS Page 63 of 63

 

 17.04 Survival of Obligations  

All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor.

 17.05 Headings  

Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions.

Page 154: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 73 00 - 1 SUPPLEMENTARY CONDITIONS

Page 1 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 22, 2016

SECTION 00 73 00 1

SUPPLEMENTARY CONDITIONS 2

TO 3 GENERAL CONDITIONS 4

5 Supplementary Conditions 6 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, 8 and other provisions of the Contract Documents as indicated below. All provisions of the General 9 Conditions that are modified or supplemented remain in full force and effect as so modified or 10 supplemented. All provisions of the General Conditions which are not so modified or 11 supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions 16 have the meaning assigned to them in the General Conditions, unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General 21 Conditions and other Contract Documents. 22 23 SC-3.03B.2, “Resolving Discrepancies” 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis 30 for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to 31 the lines shown on the Contract Drawings. 32 33 SC-4.01A.1., “Availability of Lands” 34 35 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any 36 as of August 15, 2016; 37

38 Outstanding Right-Of-Way, and/or Easements to Be Acquired 39

PARCEL NUMBER

OWNER TARGET DATE OF POSSESSION

None

The Contractor understands and agrees that the dates listed above are estimates only, are not 40 guaranteed, and do not bind the City. 41 42

Page 155: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 73 00 - 2 SUPPLEMENTARY CONDITIONS

Page 2 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 22, 2016

If Contractor considers the final easements provided to differ materially from the representations 1 on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding 2 with the Work, notify City in writing associated with the differing easement line locations. 3 4 SC-4.01A.2, “Availability of Lands” 5 6 Utilities or obstructions to be removed, adjusted, and/or relocated 7

8 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or 9 relocated as of August 15, 2016; 10 11

EXPECTED OWNER

UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT

None

The Contractor understands and agrees that the dates listed above are estimates only, are not 12 guaranteed, and do not bind the City. 13 14 SC-4.02A., “Subsurface and Physical Conditions” 15 16 The following are reports of explorations and tests of subsurface conditions at the site of the 17 Work: 18 19 None 20 21 The following are drawings of physical conditions in or relating to existing surface and subsurface 22 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 23 24 None 25 26 SC-4.06A., “Hazardous Environmental Conditions at Site” 27 28 The following are reports and drawings of existing hazardous environmental conditions known to 29 the City: 30 31 None 32 33 SC-5.03A., “Certificates of Insurance” 34 35 The entities listed below are "additional insureds as their interest may appear" including their 36 respective officers, directors, agents and employees. 37 38

(1) City 39 (2) Consultant: None 40 (3) Other: None 41

42 SC-5.04A., “Contractor’s Insurance” 43 44

Page 156: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 73 00 - 3 SUPPLEMENTARY CONDITIONS

Page 3 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 22, 2016

The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 1 coverages for not less than the following amounts or greater where required by laws and 2 regulations: 3 4

5.04A. Workers' Compensation, under Paragraph GC-5.04A. 5 6

Statutory limits 7 Employer's liability 8 $100,000 each accident/occurrence 9 $100,000 Disease - each employee 10 $500,000 Disease - policy limit 11

12 SC-5.04B., “Contractor’s Insurance” 13

14 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability 15 Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the 16 Contractor with minimum limits of: 17

18 $1,000,000 each occurrence 19 $2,000,000 aggregate limit 20

21 The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) 22 making the General Aggregate Limits apply separately to each job site. 23 24 The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” 25 coverage’s. Verification of such coverage must be shown in the Remarks Article of the 26 Certificate of Insurance. 27 28

SC 5.04C., “Contractor’s Insurance” 29 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance 30 under Paragraph GC-5.04C., which shall be in an amount not less than the following 31 amounts: 32

33 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any 34

Auto", defined as autos owned, hired and non-owned. 35 36

$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if 37 limits are at least: 38

39 $250,000 Bodily Injury per person / 40 $500,000 Bodily Injury per accident / 41 $100,000 Property Damage 42

43 SC-5.04D., “Contractor’s Insurance” 44 45 The Contractor’s construction activities will require its employees, agents, subcontractors, 46 equipment, and material deliveries to cross railroad properties and tracks 47 48 None 49 50

Page 157: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 73 00 - 4 SUPPLEMENTARY CONDITIONS

Page 4 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 22, 2016

The Contractor shall conduct its operations on railroad properties in such a manner as not to 1 interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or 2 operation of its/their trains or other property. Such operations on railroad properties may require 3 that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or 4 companies involved, and to this end the Contractor should satisfy itself as to the requirements of 5 each railroad company and be prepared to execute the right-of-entry (if any) required by a 6 railroad company. The requirements specified herein likewise relate to the Contractor’s use of 7 private and/or construction access roads crossing said railroad company’s properties. 8 9 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall 10 provide coverage for not less than the following amounts, issued by companies satisfactory to the 11 City and to the Railroad Company for a term that continues for so long as the Contractor’s 12 operations and work cross, occupy, or touch railroad property: 13 14

(1) General Aggregate: None 15 16 (2) Each Occurrence: None 17 18

19 With respect to the above outlined insurance requirements, the following shall govern: 20 21 1. Where a single railroad company is involved, the Contractor shall provide one insurance 22

policy in the name of the railroad company. However, if more than one grade separation 23 or at-grade crossing is affected by the Project at entirely separate locations on the line or 24 lines of the same railroad company, separate coverage may be required, each in the 25 amount stated above. 26

27 2. Where more than one railroad company is operating on the same right-of-way or where 28

several railroad companies are involved and operated on their own separate rights-of-29 way, the Contractor may be required to provide separate insurance policies in the name 30 of each railroad company. 31

32 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is 33

proposed on a railroad company’s right-of-way at a location entirely separate from the 34 grade separation or at-grade crossing, insurance coverage for this work must be included 35 in the policy covering the grade separation. 36

37 4. If no grade separation is involved but other work is proposed on a railroad company’s 38

right-of-way, all such other work may be covered in a single policy for that railroad, even 39 though the work may be at two or more separate locations. 40

41 No work or activities on a railroad company’s property to be performed by the Contractor shall be 42 commenced until the Contractor has furnished the City with an original policy or policies of the 43 insurance for each railroad company named, as required above. All such insurance must be 44 approved by the City and each affected Railroad Company prior to the Contractor’s beginning 45 work. 46 47

Page 158: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 73 00 - 5 SUPPLEMENTARY CONDITIONS

Page 5 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 22, 2016

The insurance specified above must be carried until all Work to be performed on the railroad 1 right-of-way has been completed and the grade crossing, if any, is no longer used by the 2 Contractor. In addition, insurance must be carried during all maintenance and/or repair work 3 performed in the railroad right-of-way. Such insurance must name the railroad company as the 4 insured, together with any tenant or lessee of the railroad company operating over tracks 5 involved in the Project. 6 7 SC-6.04., “Project Schedule” 8 9 Project schedule shall be tier 1 for the project. 10 11 SC-6.07., “Wage Rates” 12 13 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 14 Appendixes: 15 16 <Buzzsaw location, Resources/02-Construction Documents/ Specifications/Div 00-General 17 Conditions/CFW Wage Rate Table 20080708.pdf> 18 19 SC-6.09., “Permits and Utilities” 20 21 SC-6.09A., “Contractor obtained permits and licenses” 22 The following are known permits and/or licenses required by the Contract to be acquired by the 23 Contractor: None 24 25 SC-6.09C. “Outstanding permits and licenses” 26 27 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 28 August 15, 2016 29

30 Outstanding Permits and/or Licenses to Be Acquired 31

OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION

None 32 SC-6.24B., “Title VI, Civil Rights Act of 1964 as amended” 33 34 During the performance of this Contract, the Contractor, for itself, its assignees and successors in 35 interest (hereinafter referred to as the "Contractor") agrees as follows: 36 37 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 38

nondiscrimination in Federally-assisted programs of the Department of Transportation 39 (hereinafter, “DOT”) Title 49, Code of Federal Regulations, Part 21, as they may be amended 40 from time to time, (hereinafter referred to as the Regulations), which are herein incorporated 41 by reference and made a part of this contract. 42

43 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the 44

contract, shall not discriminate on the grounds of race, color, or national origin, in the 45 selection and retention of subcontractors, including procurements of materials and leases of 46 equipment. The Contractor shall not participate either directly or indirectly in the 47

Page 159: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 73 00 - 6 SUPPLEMENTARY CONDITIONS

Page 6 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 22, 2016

discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment 1 practices when the contract covers a program set forth in Appendix B of the Regulations. 2

3 3. Solicitations for Subcontractors, Including Procurements of Materials and 4

Equipment: In all solicitations either by competitive bidding or negotiation made by the 5 contractor for work to be performed under a subcontract, including procurements of 6 materials or leases of equipment, each potential subcontactor or supplier shall be notified by 7 the Contractor of the Contractor's obligations under this contract and the Regulations relative 8 to nondiscrimination on the grounds of race, color, or national origin. 9

10 4. Information and Reports: The Contractor shall provide all information and reports 11

required by the Regulations or directives issued pursuant thereto, and shall permit access to 12 its books, records, accounts, other sources of information and its facilities as may be 13 determined by City or the Texas Department of Transportation to be pertinent to ascertain 14 compliance with such Regulations, orders and instructions. Where any information required 15 of a contractor is in the exclusive possession of another who fails or refuses to furnish this 16 information the contractor shall so certify to the City, or the Texas Department of 17 Transportation, as appropriate, and shall set forth what efforts it has made to obtain the 18 information. 19

20 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 21

nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it 22 or the Texas Department of Transportation may determine to be appropriate, including, but 23 not limited to: 24

25 a. withholding of payments to the Contractor under the Contract until the 26

Contractor complies, and/or 27 b. cancellation, termination or suspension of the Contract, in whole or in part. 28

29 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) 30

through (6) in every subcontract, including procurements of materials and leases of 31 equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The 32 Contractor shall take such action with respect to any subcontract or procurement as City or 33 the Texas Department of Transportation may direct as a means of enforcing such provisions 34 including sanctions for non-compliance: Provided, however, that, in the event a contractor 35 becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a 36 result of such direction, the contractor may request City to enter into such litigation to 37 protect the interests of City, and, in addition, the contractor may request the United States to 38 enter into such litigation to protect the interests of the United States. 39

40 Additional Title VI requirements can be found in the Appendix. 41 42 SC-7.02., “Coordination” 43 44 The individuals or entities listed below have contracts with the City for the performance of other 45 work at the Site: 46 47 Vendor Scope of Work Coordination Authority None None None 48

Page 160: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

00 73 00 - 7 SUPPLEMENTARY CONDITIONS

Page 7 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 22, 2016

1 SC-8.01, “Communications to Contractor” 2 3 None 4 5 SC-9.01., “City’s Project Manager” 6 7 The City’s Project Manager for this Contract is Adolfo Lopex or his/her successor pursuant to 8 written notification from the Director of the Water Departmen,. 9 10 SC-13.03C., “Tests and Inspections” 11 12 None 13 14 SC-16.01C.1, “Methods and Procedures” 15 16 None 17

18 19

END OF SECTION

Page 161: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 35 13 - 1 SPECIAL PROJECT PROCEDURES

Page 1 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

SECTION 01 35 13 1

SPECIAL PROJECT PROCEDURES 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. The procedures for special project circumstances that includes, but is not limited 6 to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18

B. Deviations from this City of Fort Worth Standard Specification 19

20 1. NON-EXCLUSIVE CONTRACT 21

This contract is non-exclusive. During the term of this contract or any renewal 22 hereof, the City reserves the right to advertise and award another contract for like 23 or similar work. If a second contract is awarded, the City further reserves the right 24 to issue work orders under either contract as it deems in its best interest, without 25 recourse. 26

27 2. MOVE IN CHARGES 28

A Work Order may contain one or more locations. One move-in fee will paid to the 29 contractor per Work Order issued. Locations for multiple sites per Work Order will 30 be in the same general vicinity, if possible, and if so, only one mobilization charge 31 will be paid. When water and sewer work are required only the water move in fee 32 will be paid. At no time will both fees be paid for one specific location. 33 34

3. EMERGENCY SITUATION, JOB MOVE-IN 35 The Owner or Engineer shall determine when an emergency situation shall exist. 36 When water emergency work is required, the Contractor shall mobilize to the said 37 location within twenty-four (24) hours after given notification from the Inspector 38 and/or Project Manager. The Contractor shall make all necessary arrangements for 39 bypass pumping, setting up barricades, notifying citizens, etc., while waiting for 40 other utilities to be located as directed by the Engineer. The Contractor shall work 41 continuously until the emergency work order has been completed at a time agreed 42 to by the Project Manager, Inspector, and Contractor. After the emergency work 43 order has been completed, there will be no additional “Job Move-In” charges paid 44 to remobilize back to the previous project location site. 45

Page 162: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 35 13 - 2 SPECIAL PROJECT PROCEDURES

Page 2 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1 4. DETERMINATION AND INITIATION OF WORK 2

The Engineer shall determine and designate to the Contractor the location of the 3 service main requiring replacement by a Work Order together with a sketch for 4 each such replacement, giving the limits, size and nature of work required. The 5 Engineer will notify the Contractor that a Work Order is ready and fax and/or email 6 the Contractor a copy of the Work Order notification. The Contractor is to provide 7 his fax number and email address to the Engineer at the pre-construction 8 conference. Single or several Work Orders may be issued at one time. The 9 Contractor shall initiate work on a replacement within seven (7) working days of 10 the date the Work Order is sent to the Contractor, and continue work on the Work 11 Order until it has been completed, not including paving. The Contractor shall 12 furnish and supply sufficient equipment and personnel to complete the Work Order 13 in the amount of time provided for in the Work Order. Should the Contractor fail to 14 start any Work Order within the time specified, he shall add the necessary work 15 crews and equipment to prosecute the work to complete the Work Order or Work 16 Orders in the time provided. 17 18

5. PAYMENT 19 Because of the unique nature of this contract, Article 14, PAYMENTS TO 20 CONTRACTOR AND COMPLETION of the General Conditions shall be amended and 21 superseded by the following: (Please initial below) 22

23 Whenever the improvements prescribed by an individual Work Order have been 24 completed, the Contractor shall notify the Engineer. The Engineer or other 25 appropriate official of the Owner will, within a reasonable time, perform the 26 inspections. If such inspection reveals that the improvements are in an acceptable 27 condition and have been completed in accordance with the terms of the Contract 28 Documents and all approved modifications thereof, the Engineer will recommend 29 acceptance of the work under that particular Work Order and recommend payment 30 therefore. 31

32 If the Engineer finds that the work has not been completed as required, he shall so 33 advise the Contractor in writing, furnishing him an itemized list of all known items 34 which have not been completed or which are not in an acceptable condition. 35 When the Contractor has corrected all such items, he shall again notify the 36 Engineer that the improvements are ready for inspection, and the Engineer shall 37 proceed as outlined above. 38

39 Whenever the improvements prescribed by the individual Work Order have been 40 completed and all requirements of the Contract Documents have been fulfilled on 41 the part of the Contractor, an estimate showing the value of the work will be 42 prepared by the Engineer as soon as the necessary measurements, computations, 43 and checks can be made. 44

45 The amount of the estimate will be paid to the Contractor after acceptance by the 46 Water Department Director, provided the Contractor has furnished to the Owner 47 satisfactory evidence of payment as follows: Prior to submission of the estimate for 48 payment, the Contractor shall execute an affidavit, as furnished by the City, 49 certifying that all persons, firms, associations, corporations, or other organizations 50 furnishing labor and/or materials under that Work Order have been paid in full, 51

Page 163: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 35 13 - 3 SPECIAL PROJECT PROCEDURES

Page 3 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

that the wage scale established by the City Council in the City of Fort Worth has 1 been paid, and that there are no claims pending for personal injury and/or 2 property damages. 3

4 The acceptance by the Contractor of the individual payment as aforesaid shall 5 operate as and shall release the Owner from all claims or liabilities under the 6 Contract for anything done or furnished or relating to the work under that Work 7 Order or any act or neglect of said City relating to or connected with the Contract. 8

9 The making of the payment by the Owner shall not relieve the Contractor of any 10 guarantees or other requirements of the Contract Documents which specifically 11 continue thereafter. 12

13 Bidder's Initials ___________________ 14

15 6. BID QUANTITIES AND CONTRACT AWARD 16

Bid quantities of the various items in the proposal are for comparison only and may 17 not reflect the actual quantities. There is no limit to which a bid item can be 18 increased or decreased. 19

20 Contractor shall not be entitled to renegotiation of unit prices regardless of the 21 final measured quantities. To the extent that Articles 10, 11, or 12 conflicts with 22 this provision, this provision controls. No claim will be considered for lost or 23 anticipated profits based upon differences in estimated quantities versus actual 24 quantities. 25

26 Total quantities given in the bid proposal may not reflect actual quantities; 27 however, they are given for the purpose of bidding and awarding the contract. A 28 contract in the amount of $1,000,000.00 shall be awarded with final payment 29 based on actual measured quantities and the unit price bid in this proposal. 30 Moreover, there is to be not limit on the variation between the estimated quantities 31 shown and actual quantities performed. 32

33 7. LIFE OF CONTRACT 34

It is contemplated that Work Orders will be issued to the Contractor for work to be 35 performed under this Contract for not to exceed 365 calendar days following the 36 date of the Contract nor to exceed the limit of the bid price, whichever should 37 occur first. The Contractor shall be required to complete any work covered by a 38 Work Order issued prior to that date of termination but will not be required to 39 accept any work order for execution dated after that date of termination. If the 40 cost of the work performed under this Contract is less than the limit of the contract 41 award at the end of the 365 calendar day period, at the City's option and the 42 Contractor's concurrence, the Project may be extended to the limit of the contract 43 award. 44

45 8. OPTION TO RENEW 46

The City has the right to renew this contract for two (2) one-year 47 terms/expenditures of $2,000,000.00 under the same terms, conditions and unit 48 prices. The City shall give at least sixty (60) days notice prior to the expiration of 49 this contract, determined as one year from the date of execution, or of an option 50

Page 164: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 35 13 - 4 SPECIAL PROJECT PROCEDURES

Page 4 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

period, or a like notice at such a time as there is less than $20,000.00 left 1 unexpended. 2

3 9. LIQUIDATED DAMAGES 4

The Contractor shall pay liquidated damages of four hundred twenty dollars 5 ($420.00) per day per Work Order, for failure to begin a Work Order within the 6 seven (7) working days of the date the Work Order is faxed to the Contractor. 7 Failure to complete project within the stipulated construction time on the Work 8 Order, the Contractor will pay liquidated damages in the amount stipulated in these 9 contract documents. 10

11 10. TRENCH SAFETY SYSTEM DESIGN 12

Because of the unique nature of this contract, the number of trench safety system 13 designs required is not known at the time bids are received. While the contractor 14 is still bound by the latest version of the U.S. Department of Labor, Occupational 15 Safety and Health Administration Standards, 29 CFR Part 1926, Subpart P-16 Excavations, it is the City’s intention that all costs incurred by the Contractor in 17 acquiring trench safety designs be included in the unit price bid for Job Move In or 18 mobilization. 19

20

C. Related Specification Sections include, but are not necessarily limited to: 21

1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 22

2. Division 1 – General Requirements 23

3. Section 33 12 25 – Connection to Existing Water Mains 24

1.2 PRICE AND PAYMENT PROCEDURES 25

A. Measurement and Payment 26

1. Coordination within Railroad permit areas 27 a. Measurement 28

1) Measurement for this Item will be by lump sum. 29 b. Payment 30

1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32

c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39

including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42

2. Railroad Flagmen 43 a. Measurement 44

1) Measurement for this Item will be per working day. 45 b. Payment 46

Page 165: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 35 13 - 5 SPECIAL PROJECT PROCEDURES

Page 5 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1) The work performed and materials furnished in accordance with this Item 1 will be paid for each working day that Railroad Flagmen are present at the 2 Site. 3

c. The price bid shall include: 4 1) Coordination for scheduling flagmen 5 2) Flagmen 6 3) Other requirements associated with Railroad 7

3. All other items 8 a. Work associated with these Items is considered subsidiary to the various Items 9

bid. No separate payment will be allowed for this Item. 10

1.3 REFERENCES 11

A. Reference Standards 12

1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification, unless a date is specifically cited. 15

2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High 16 Voltage Overhead Lines. 17

3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 18 Specification 19

1.4 ADMINISTRATIVE REQUIREMENTS 20

A. Coordination with the Texas Department of Transportation 21

1. When work in the right-of-way which is under the jurisdiction of the Texas 22 Department of Transportation (TxDOT): 23 a. Notify the Texas Department of Transportation prior to commencing any work 24

therein in accordance with the provisions of the permit 25 b. All work performed in the TxDOT right-of-way shall be performed in compliance 26

with and subject to approval from the Texas Department of Transportation 27

B. Work near High Voltage Lines 28

1. Regulatory Requirements 29 a. All Work near High Voltage Lines (more than 600 volts measured between 30

conductors or between a conductor and the ground) shall be in accordance 31 with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 32

2. Warning sign 33 a. Provide sign of sufficient size meeting all OSHA requirements. 34

3. Equipment operating within 10 feet of high voltage lines will require the following 35 safety features 36 a. Insulating cage-type of guard about the boom or arm 37 b. Insulator links on the lift hook connections for back hoes or dippers 38 c. Equipment must meet the safety requirements as set forth by OSHA and the 39

safety requirements of the owner of the high voltage lines 40

4. Work within 6 feet of high voltage electric lines 41 a. Notification shall be given to: 42

1) The power company (example: ONCOR) 43 a) Maintain an accurate log of all such calls to power company and record 44

action taken in each case. 45 b. Coordination with power company 46

Page 166: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 35 13 - 6 SPECIAL PROJECT PROCEDURES

Page 6 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1) After notification coordinate with the power company to: 1 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 2

lower the lines 3 c. No personnel may work within 6 feet of a high voltage line before the above 4

requirements have been met. 5

C. Confined Space Entry Program 6

1. Provide and follow approved Confined Space Entry Program in accordance with 7 OSHA requirements. 8

2. Confined Spaces include: 9 a. Manholes 10 b. All other confined spaces in accordance with OSHA’s Permit Required for 11

Confined Spaces 12

D. Air Pollution Watch Days 13

1. General 14 a. Observe the following guidelines relating to working on City construction sites 15

on days designated as “AIR POLLUTION WATCH DAYS”. 16 b. Typical Ozone Season 17

1) May 1 through October 31. 18 c. Critical Emission Time 19

1) 6:00 a.m. to 10:00 a.m. 20

2. Watch Days 21 a. The Texas Commission on Environmental Quality (TCEQ), in coordination with 22

the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on 23 the afternoon prior to the WATCH day. 24

b. Requirements 25 1) Begin work after 10:00 a.m. whenever construction phasing requires the 26

use of motorized equipment for periods in excess of 1 hour. 27 2) However, the Contractor may begin work prior to 10:00 a.m. if: 28

a) Use of motorized equipment is less than 1 hour, or 29 b) If equipment is new and certified by EPA as “Low Emitting“, or 30

equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 31 alternative fuels such as CNG. 32

E. TCEQ Air Permit 33

1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 34

F. Use of Explosives, Drop Weight, Etc. 35

1. When Contract Documents permit on the project the following will apply: 36 a. Public Notification 37

1) Submit notice to City and proof of adequate insurance coverage, 24 hours 38 prior to commencing. 39

2) Minimum 24 hour public notification in accordance with Section 01 31 13 40

G. Water Department Coordination 41

1. During the construction of this project, it will be necessary to deactivate, for a 42 period of time, existing lines. The Contractor shall be required to coordinate with 43 the Water Department to determine the best times for deactivating and activating 44 those lines. 45

Page 167: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 35 13 - 7 SPECIAL PROJECT PROCEDURES

Page 7 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

2. Coordinate any event that will require connecting to or the operation of an existing 1 City water line system with the City’s representative. 2 a. Coordination shall be in accordance with Section 33 12 25. 3 b. If needed, obtain a hydrant water meter from the Water Department for use 4

during the life of named project. 5 c. In the event that a water valve on an existing live system be turned off and on 6

to accommodate the construction of the project is required, coordinate this 7 activity through the appropriate City representative. 8 1) Do not operate water line valves of existing water system. 9

a) Failure to comply will render the Contractor in violation of Texas Penal 10 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will 11 be prosecuted to the full extent of the law. 12

b) In addition, the Contractor will assume all liabilities and responsibilities 13 as a result of these actions. 14

H. Public Notification Prior to Beginning Construction 15

1. Prior to beginning construction on any block in the project, on a block by block 16 basis, prepare and deliver a notice or flyer of the pending construction to the front 17 door of each residence or business that will be impacted by construction. The 18 notice shall be prepared as follows: 19 a. Post notice or flyer 7 days prior to beginning any construction activity on each 20

block in the project area. 21 1) Prepare flyer on the Contractor’s letterhead and include the following 22

information: 23 a) Name of Project 24 b) City Project No (CPN) 25 c) Scope of Project (i.e. type of construction activity) 26 d) Actual construction duration within the block 27 e) Name of the contractor’s foreman and phone number 28 f) Name of the City’s inspector and phone number 29 g) City’s after-hours phone number 30

2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit A. 31 3) Submit schedule showing the construction start and finish time for each 32

block of the project to the inspector. 33 4) Deliver flyer to the City Inspector for review prior to distribution. 34

b. No construction will be allowed to begin on any block until the flyer is delivered 35 to all residents of the block. 36

I. Public Notification of Temporary Water Service Interruption during Construction 37

1. In the event it becomes necessary to temporarily shut down water service to 38 residents or businesses during construction, prepare and deliver a notice or flyer of 39 the pending interruption to the front door of each affected resident. 40

2. Prepared notice as follows: 41 a. The notification or flyer shall be posted 24 hours prior to the temporary 42

interruption. 43 b. Prepare flyer on the contractor’s letterhead and include the following 44

information: 45 1) Name of the project 46 2) City Project Number 47 3) Date of the interruption of service 48 4) Period the interruption will take place 49

Page 168: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 35 13 - 8 SPECIAL PROJECT PROCEDURES

Page 8 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

5) Name of the contractor’s foreman and phone number 1 6) Name of the City’s inspector and phone number 2

c. A sample of the temporary water service interruption notification is attached as 3 Exhibit B. 4

d. Deliver a copy of the temporary interruption notification to the City inspector 5 for review prior to being distributed. 6

e. No interruption of water service can occur until the flyer has been delivered to 7 all affected residents and businesses. 8

f. Electronic versions of the sample flyers can be obtained from the Project 9 Construction Inspector. 10

J. Coordination with United States Army Corps of Engineers (USACE) 11

1. At locations in the Project where construction activities occur in areas where USACE 12 permits are required, meet all requirements set forth in each designated permit. 13

K. Coordination within Railroad Permit Areas 14

1. At locations in the project where construction activities occur in areas where 15 railroad permits are required, meet all requirements set forth in each designated 16 railroad permit. This includes, but is not limited to, provisions for: 17 a. Flagmen 18 b. Inspectors 19 c. Safety training 20 d. Additional insurance 21 e. Insurance certificates 22 f. Other employees required to protect the right-of-way and property of the 23

Railroad Company from damage arising out of and/or from the construction of 24 the project. Proper utility clearance procedures shall be used in accordance 25 with the permit guidelines. 26

2. Obtain any supplemental information needed to comply with the railroad’s 27 requirements. 28

3. Railroad Flagmen 29 a. Submit receipts to City for verification of working days that railroad flagmen 30

were present on Site. 31

L. Dust Control 32

1. Use acceptable measures to control dust at the Site. 33 a. If water is used to control dust, capture and properly dispose of waste water. 34 b. If wet saw cutting is performed, capture and properly dispose of slurry. 35

M. Employee Parking 36

1. Provide parking for employees at locations approved by the City. 37

Page 169: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 35 13 - 9 SPECIAL PROJECT PROCEDURES

Page 9 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1.5 SUBMITTALS [NOT USED] 1

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2

1.7 CLOSEOUT SUBMITTALS [NOT USED] 3

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4

1.9 QUALITY ASSURANCE [NOT USED] 5

1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6

1.11 FIELD [SITE] CONDITIONS [NOT USED] 7

1.12 WARRANTY [NOT USED] 8

PART 2 - PRODUCTS [NOT USED] 9

PART 3 - EXECUTION [NOT USED] 10

END OF SECTION 11

12

Revision Log

DATE NAME SUMMARY OF CHANGE

8/31/2012 D. Johnson

1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High

Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air

Permit

13

Page 170: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 35 13 - 10 SPECIAL PROJECT PROCEDURES

Page 10 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

EXHIBIT A 1

(To be printed on Contractor’s Letterhead) 2 3

4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13

14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF 21 THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, 24 PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35

PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36

37

Page 171: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 35 13 - 11 SPECIAL PROJECT PROCEDURES

Page 11 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

EXHIBIT B 1

2

3

4

Page 172: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL

Page 1 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

SECTION 01 55 26 1

STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Administrative procedures for: 6 a. Street Use Permit 7 b. Modification of approved traffic control 8 c. Removal of Street Signs 9

B. Deviations from this City of Fort Worth Standard Specification 10

1. Due to the unique nature of this contract, each street use permit will be paid at the 11 pre-bid unit price bid per each. 12

C. Related Specification Sections include, but are not necessarily limited to: 13

1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14

2. Division 1 – General Requirements 15

3. Section 34 71 13 – Traffic Control 16

1.2 PRICE AND PAYMENT PROCEDURES 17

A. Measurement and Payment 18

1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20

1.3 REFERENCES 21

A. Reference Standards 22

1. Reference standards cited in this specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25

2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26

1.4 ADMINISTRATIVE REQUIREMENTS 27

A. Traffic Control 28

1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic Control 30

in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32

control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35

B. Street Use Permit 36

1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37

Page 173: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL

Page 2 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation 1 and Public Works Department. 2 1) Allow a minimum of 5 working days for permit review. 3 2) Contractor’s responsibility to coordinate review of Traffic Control plans for 4

Street Use Permit, such that construction is not delayed. 5

C. Modification to Approved Traffic Control 6

1. Prior to installation traffic control: 7 a. Submit revised traffic control plans to City Department Transportation and 8

Public Works Department. 9 1) Revise Traffic Control plans in accordance with Section 34 71 13. 10 2) Allow minimum 5 working days for review of revised Traffic Control. 11 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 12

plans for Street Use Permit, such that construction is not delayed. 13

D. Removal of Street Sign 14

1. If it is determined that a street sign must be removed for construction, then 15 contact City Transportation and Public Works Department, Signs and Markings 16 Division to remove the sign. 17

E. Temporary Signage 18

1. In the case of regulatory signs, replace permanent sign with temporary sign 19 meeting requirements of the latest edition of the Texas Manual on Uniform Traffic 20 Control Devices (MUTCD). 21

2. Install temporary sign before the removal of permanent sign. 22

3. When construction is complete, to the extent that the permanent sign can be 23 reinstalled, contact the City Transportation and Public Works Department, Signs 24 and Markings Division, to reinstall the permanent sign. 25

F. Traffic Control Standards 26

1. Traffic Control Standards can be found on the City’s Buzzsaw website. 27

Page 174: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL

Page 3 of 3

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

1.5 SUBMITTALS [NOT USED] 1

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2

1.7 CLOSEOUT SUBMITTALS [NOT USED] 3

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4

1.9 QUALITY ASSURANCE [NOT USED] 5

1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6

1.11 FIELD [SITE] CONDITIONS [NOT USED] 7

1.12 WARRANTY [NOT USED] 8

PART 2 - PRODUCTS [NOT USED] 9

PART 3 - EXECUTION [NOT USED] 10

END OF SECTION 11

12

Revision Log

DATE NAME SUMMARY OF CHANGE

13

Page 175: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 70 00 - 1 MOBILIZATION AND REMOBILIZATION

Page 1 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

SECTION 01 70 00 1

MOBILIZATION AND REMOBILIZATION 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Mobilization and Demobilization 6 a. Mobilization 7

1) Transportation of Contractor’s personnel, equipment, and operating supplies 8 to the Site 9

2) Establishment of necessary general facilities for the Contractor’s operation 10 at the Site 11

3) Premiums paid for performance and payment bonds 12 4) Transportation of Contractor’s personnel, equipment, and operating supplies 13

to another location within the designated Site 14 5) Relocation of necessary general facilities for the Contractor’s operation from 15

1 location to another location on the Site. 16 b. Demobilization 17

1) Transportation of Contractor’s personnel, equipment, and operating supplies 18 away from the Site including disassembly 19

2) Site Clean-up 20 3) Removal of all buildings and/or other facilities assembled at the Site for this 21

Contract 22 c. Mobilization and Demobilization do not include activities for specific items of 23

work that are for which payment is provided elsewhere in the contract. 24

2. Remobilization 25 a. Remobilization for Suspension of Work specifically required in the Contract 26

Documents or as required by City includes: 27 1) Demobilization 28

a) Transportation of Contractor’s personnel, equipment, and operating 29 supplies from the Site including disassembly or temporarily securing 30 equipment, supplies, and other facilities as designated by the Contract 31 Documents necessary to suspend the Work. 32

b) Site Clean-up as designated in the Contract Documents 33 2) Remobilization 34

a) Transportation of Contractor’s personnel, equipment, and operating 35 supplies to the Site necessary to resume the Work. 36

b) Establishment of necessary general facilities for the Contractor’s 37 operation at the Site necessary to resume the Work. 38

3) No Payments will be made for: 39 a) Mobilization and Demobilization from one location to another on the 40

Site in the normal progress of performing the Work. 41 b) Stand-by or idle time 42 c) Lost profits 43

3. Mobilizations and Demobilization for Miscellaneous Projects 44 a. Mobilization and Demobilization 45

Page 176: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 70 00 - 2 MOBILIZATION AND REMOBILIZATION

Page 2 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1) Mobilization shall consist of the activities and cost on a Work Order basis 1 necessary for: 2 a) Transportation of Contractor’s personnel, equipment, and operating 3

supplies to the Site for the issued Work Order. 4 b) Establishment of necessary general facilities for the Contractor’s 5

operation at the Site for the issued Work Order 6 2) Demobilization shall consist of the activities and cost necessary for: 7

a) Transportation of Contractor’s personnel, equipment, and operating 8 supplies from the Site including disassembly for each issued Work 9 Order 10

b) Site Clean-up for each issued Work Order 11 c) Removal of all buildings or other facilities assembled at the Site for 12

each Work Oder 13 b. Mobilization and Demobilization do not include activities for specific items of 14

work for which payment is provided elsewhere in the contract. 15

4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 16 a. A Mobilization for Miscellaneous Projects when directed by the City and the 17

mobilization occurs within 24 hours of the issuance of the Work Order. 18

B. Deviations from this City of Fort Worth Standard Specification 19

Part 1 – General 20

1.1 Summary 21 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 22 a. Contractor to emergency mobilize within 24 hours of notification by Project 23 Manager. (Not issuance of work order) 24

25 1.2 Price and Payment Procedures 26

A. Measurement and Payment 27

5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 28

e. After the emergency work order has been complete, there will be no additional 29 mobilization charges paid to remobilize back to the previous project location site . 30

C. Related Specification Sections include, but are not necessarily limited to: 31

1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 32

2. Division 1 – General Requirements 33

1.2 PRICE AND PAYMENT PROCEDURES 34

A. Measurement and Payment 35

1. Mobilization and Demobilization 36 a. Measure 37

1) This Item is considered subsidiary to the various Items bid. 38 b. Payment 39

1) The work performed and materials furnished in accordance with this Item 40 are subsidiary to the various Items bid and no other compensation will be 41 allowed. 42

2. Remobilization for suspension of Work as specifically required in the Contract 43 Documents 44 a. Measurement 45

1) Measurement for this Item shall be per each remobilization performed. 46

Page 177: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 70 00 - 3 MOBILIZATION AND REMOBILIZATION

Page 3 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

b. Payment 1 1) The work performed and materials furnished in accordance with this Item 2

and measured as provided under “Measurement” will be paid for at the 3 unit price per each “Specified Remobilization” in accordance with Contract 4 Documents. 5

c. The price shall include: 6 1) Demobilization as described in Section 1.1.A.2.a.1) 7 2) Remobilization as described in Section 1.1.A.2.a.2) 8

d. No payments will be made for standby, idle time, or lost profits associated this 9 Item. 10

3. Remobilization for suspension of Work as required by City 11 a. Measurement and Payment 12

1) This shall be submitted as a Contract Claim in accordance with Article 10 of 13 Section 00 72 00. 14

2) No payments will be made for standby, idle time, or lost profits associated 15 with this Item. 16

4. Mobilizations and Demobilizations for Miscellaneous Projects 17 a. Measurement 18

1) Measurement for this Item shall be for each Mobilization and 19 Demobilization required by the Contract Documents 20

b. Payment 21 1) The Work performed and materials furnished in accordance with this Item 22

and measured as provided under “Measurement” will be paid for at the 23 unit price per each “Work Order Mobilization” in accordance with Contract 24 Documents. Demobilization shall be considered subsidiary to mobilization 25 and shall not be paid for separately. 26

c. The price shall include: 27 1) Mobilization as described in Section 1.1.A.3.a.1) 28 2) Demobilization as described in Section 1.1.A.3.a.2) 29

d. No payments will be made for standby, idle time, or lost profits associated this 30 Item. 31

5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 32 a. Measurement 33

1) Measurement for this Item shall be for each Mobilization and 34 Demobilization required by the Contract Documents 35

b. Payment 36 1) The Work performed and materials furnished in accordance with this Item 37

and measured as provided under “Measurement” will be paid for at the 38 unit price per each “Work Order Emergency Mobilization” in accordance 39 with Contract Documents. Demobilization shall be considered subsidiary to 40 mobilization and shall not be paid for separately. 41

c. The price shall include 42 1) Mobilization as described in Section 1.1.A.4.a) 43 2) Demobilization as described in Section 1.1.A.3.a.2) 44

d. No payments will be made for standby, idle time, or lost profits associated this 45 Item. 46

1.3 REFERENCES [NOT USED] 47

1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 48

Page 178: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

01 70 00 - 4 MOBILIZATION AND REMOBILIZATION

Page 4 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1.5 SUBMITTALS [NOT USED] 1

1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2

1.7 CLOSEOUT SUBMITTALS [NOT USED] 3

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4

1.9 QUALITY ASSURANCE [NOT USED] 5

1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6

1.11 FIELD [SITE] CONDITIONS [NOT USED] 7

1.12 WARRANTY [NOT USED] 8

PART 2 - PRODUCTS [NOT USED] 9

PART 3 - EXECUTION [NOT USED] 10

END OF SECTION 11

12

Revision Log

DATE NAME SUMMARY OF CHANGE

13

Page 179: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 1 UTILITY REMOVAL/ABANDONMENT

Page 1 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

0SECTION 02 41 14 1

UTILITY REMOVAL/ABANDONMENT 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Direction for the removal, abandonment or salvaging of the following utilities: 6 a. Cathodic Protection Test Stations 7 b. Water Lines 8 c. Gate Valves 9 d. Water Valves 10 e. Fire Hydrants 11 f. Water Meters and Meter Box 12 g. Water Sampling Station 13 h. Concrete Water Vaults 14 i. Sanitary Sewer Lines 15 j. Sanitary Sewer Manholes 16 k. Sanitary Sewer Junction Boxes 17 l. Storm Sewer Lines 18 m. Storm Sewer Manhole Risers 19 n. Storm Sewer Junction Boxes 20 o. Storm Sewer Inlets 21 p. Box Culverts 22 q. Headwalls and Safety End Treatments 23 r. Trench Drains 24

B. Deviations from this City of Fort Worth Standard Specification 25

Part 1 – General 26 1.1 Price and Payment Procedures 27

28

B. Water Lines and Appurtenances 29

9. Concrete Water Vault Removal 30

a. Measurement 31

1.) Measurement will be for large concrete vaults. No payment for small concrete 32 water meter vaults (boxes) housing 2” or smaller water meters. 33

34

C. Sanitary Sewer Lines and Appurtenances 35

1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug 36

a. Measurement 37

1.) Measurement per each cut & plug and abandonment plug installed only in a 38 separate trench. 39

40

3.4 Removal, Salvage and Abandonment 41

Page 180: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 2 UTILITY REMOVAL/ABANDONMENT

Page 2 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

B. Water Lines and Appurtenances 1

5. Should read “Water Valve Abandonment” 2

6. Water Valve Removal and salvage 3

e. Do not fill, valve is removed. 4

C. Related Specification Sections include, but are not necessarily limited to: 5

1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 6

2. Division 1 – General Requirements 7

3. Section 03 34 13 – Controlled Low Strength Material (CLSM) 8

4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 9

5. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 10

6. Section 33 11 11 – Ductile Iron Fittings 11

7. Section 33 11 13 – Concrete Pressure Pipe, Bar-wrapped, Steel Cylinder Type 12

8. Section 33 11 14 – Buried Steel Pipe and Fittings 13

9. Section 33 12 25 – Connection to Existing Water Mains 14

1.2 PRICE AND PAYMENT PROCEDURES 15

A. Utility Lines 16

1. Abandonment of Utility Line by Grouting 17 a. Measurement 18

1) Measurement for this Item shall be per cubic yard of existing utility line to 19 be grouted. Measure by tickets showing cubic yards of grout applied. 20

b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22

and measured as provided under “Measurement” shall be paid for at the 23 unit price per cubic yard of “Line Grouting” for: 24 a) Various types of utility line 25

c. The price bid shall include: 26 1) Low density cellular grout or CLSM 27 2) Water 28 3) Pavement removal 29 4) Excavation 30 5) Hauling 31 6) Disposal of excess materials 32 7) Furnishing, placement and compaction of backfill 33 8) Clean-up 34

2. Utility Line Removal, Separate Trench 35 a. Measurement 36

1) Measurement for this Item shall be per linear foot of existing utility line to 37 be removed. 38

b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40

and measured as provided under “Measurement” shall be paid for at the 41 unit price bid per linear foot of “Remove Line” for: 42 a) Various types of existing utility line 43 b) Various sizes 44

c. The price bid shall include: 45 1) Removal and disposal of existing utility pipe 46

Page 181: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 3 UTILITY REMOVAL/ABANDONMENT

Page 3 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

2) Pavement removal 1 3) Excavation 2 4) Hauling 3 5) Disposal of excess materials 4 6) Furnishing, placement and compaction of backfill 5 7) Clean-up 6

3. Utility Line Removal, Same Trench 7 a. Measurement 8

1) This Item is considered subsidiary the proposed utility line being installed. 9 b. Payment 10

1) The work performed and materials furnished in accordance with this Item 11 are subsidiary to the installation of proposed utility pipe and shall be 12 subsidiary to the unit price bid per linear foot of pipe complete in place, 13 and no other compensation will be allowed. 14

4. Manhole Abandonment 15 a. Measurement 16

1) Measurement for this Item will be per each manhole to be abandoned. 17 b. Payment 18

1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under “Measurement” shall be paid for at the 20 unit price bid per each “Abandon Manhole” for: 21 a) Various diameters 22 b) Various types 23

c. The price bid shall include: 24 1) Removal and disposal of manhole cone 25 2) Removal, salvage and delivery of frame and cover to City, if applicable 26 3) Cutting and plugging of existing sewer lines 27 4) Concrete 28 5) Acceptable material for backfilling manhole void 29 6) Pavement removal 30 7) Excavation 31 8) Hauling 32 9) Disposal of excess materials 33 10) Furnishing, placement and compaction of backfill 34 11) Surface restoration 35 12) Clean-up 36

5. Cathodic Test Station Abandonment 37 a. Measurement 38

1) Measurement for this Item will be per each cathodic test station to be 39 abandoned. 40

b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42

and measured as provided under “Measurement” shall be paid for at the 43 unit price bid per each “Abandon Cathodic Test Station”. 44

c. The price bid shall include: 45 1) Abandon cathodic test station 46 2) CLSM 47 3) Pavement removal 48 4) Excavation 49 5) Hauling 50

Page 182: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 4 UTILITY REMOVAL/ABANDONMENT

Page 4 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

6) Disposal of excess materials 1 7) Furnishing, placement and compaction of backfill 2 8) Clean-up 3

B. Water Lines and Appurtenances 4

1. Installation of a Water Line Pressure Plug 5 a. Measurement 6

1) Measurement for this Item shall be per each pressure plug to be installed. 7 b. Payment 8

1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under “Measurement” shall be paid for at the 10 unit price bid for each “Pressure Plug” installed for: 11 a) Various sizes 12

c. The price bid shall include: 13 1) Furnishing and installing pressure plug 14 2) Pavement removal 15 3) Excavation 16 4) Hauling 17 5) Disposal of excess material 18 6) Gaskets 19 7) Bolts and Nuts 20 8) Furnishing, placement and compaction of embedment 21 9) Furnishing, placement and compaction of backfill 22 10) Disinfection 23 11) Testing 24 12) Clean-up 25

2. Abandonment of Water Line by Cut and installation of Abandonment Plug 26 a. Measurement 27

1) Measurement for this Item shall be per each cut and abandonment plug 28 installed. 29

b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31

and measured as provided under “Measurement” shall be paid for at the 32 unit price bid for each “Water Abandonment Plug” installed for: 33 a) Various sizes 34

c. The price bid shall include: 35 1) Furnishing and installing abandonment plug 36 2) Pavement removal 37 3) Excavation 38 4) Hauling 39 5) CLSM 40 6) Disposal of excess material 41 7) Furnishing, placement and compaction of backfill 42 8) Clean-up 43

3. Water Valve Removal 44 a. Measurement 45

1) Measurement for this Item will be per each water valve to be removed. 46 b. Payment 47

1) The work performed and materials furnished in accordance with this Item 48 and measured as provided under “Measurement” shall be paid for at the 49 unit price bid per each “Remove Water Valve” for: 50

Page 183: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 5 UTILITY REMOVAL/ABANDONMENT

Page 5 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

a) Various sizes 1 c. The price bid shall include: 2

1) Removal and disposal of valve 3 2) CLSM 4 3) Pavement removal 5 4) Excavation 6 5) Hauling 7 6) Disposal of excess materials 8 7) Furnishing, placement and compaction of backfill 9 8) Clean-up 10

4. Water Valve Removal and Salvage 11 a. Measurement 12

1) Measurement for this Item will be per each water valve to be removed and 13 salvaged. 14

b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16

and measured as provided under “Measurement” shall be paid for at the 17 unit price bid per each “Salvage Water Valve” for: 18 a) Various sizes 19

c. The price bid shall include: 20 1) Removal and Salvage of valve 21 2) CLSM 22 3) Delivery to City 23 4) Pavement removal 24 5) Excavation 25 6) Hauling 26 7) Disposal of excess materials 27 8) Furnishing, placement and compaction of backfill 28 9) Clean-up 29

5. Water Valve Abandonment 30 a. Measurement 31

1) Measurement for this Item will be per each water valve to be abandoned. 32 b. Payment 33

1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under “Measurement” shall be paid for at the 35 unit price bid per each “Abandon Water Valve” for: 36 a) Various Sizes 37

c. The price bid shall include: 38 1) Abandonment of valve 39 2) CLSM 40 3) Pavement removal 41 4) Excavation 42 5) Hauling 43 6) Disposal of excess materials 44 7) Furnishing, placement and compaction of backfill 45 8) Clean-up 46

6. Fire Hydrant Removal and Salvage 47 a. Measurement 48

1) Measurement for this Item will be per each fire hydrant to be removed. 49 b. Payment 50

Page 184: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 6 UTILITY REMOVAL/ABANDONMENT

Page 6 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1) The work performed and materials furnished in accordance with this Item 1 and measured as provided under “Measurement” shall be paid for at the 2 unit price bid per each “Salvage Fire Hydrant”. 3

c. The price bid shall include: 4 1) Removal and salvage of fire hydrant 5 2) Delivery to City 6 3) Pavement removal 7 4) Excavation 8 5) Hauling 9 6) Disposal of excess materials 10 7) Furnishing, placement and compaction of backfill 11 8) Clean-up 12

7. Water Meter Removal and Salvage 13 a. Measurement 14

1) Measurement for this Item will be per each water meter to be removed and 15 salvaged. 16

b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18

and measured as provided under “Measurement” shall be paid for at the 19 unit price bid per each “Salvage Water Meter” for: 20 a) Various sizes 21

2) If a “Water Meter Service Relocate” is performed in accordance with 22 Section 33 12 10, removal and salvage or disposal of the existing (2-inch or 23 smaller) water meter shall be subsidiary to the cost of the “Water Meter 24 Service Relocate”, no other compensation will be allowed. 25

c. The price bid shall include: 26 1) Removal and salvage of water meter 27 2) Delivery to City 28 3) Pavement removal 29 4) Excavation 30 5) Hauling 31 6) Disposal of excess materials 32 7) Furnishing, placement and compaction of backfill 33 8) Clean-up 34

8. Water Sampling Station Removal and Salvage 35 a. Measurement 36

1) Measurement for this Item will be per each water sampling station to be 37 removed. 38

b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40

and measured as provided under “Measurement” shall be paid for at the 41 unit price bid per each “Salvage Water Sampling Station”. 42

c. The price bid shall include: 43 1) Removal and salvage of water sampling station 44 2) Delivery to City 45 3) Pavement removal 46 4) Excavation 47 5) Hauling 48 6) Disposal of excess materials 49 7) Furnishing, placement and compaction of backfill 50

Page 185: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 7 UTILITY REMOVAL/ABANDONMENT

Page 7 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

8) Clean-up 1

9. Concrete Water Vault Removal 2 a. Measurement 3

1) Measurement for this Item will be per each concrete water vault to be 4 removed. 5

b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7

and measured as provided under “Measurement” shall be paid for at the 8 unit price bid per each “Remove Concrete Water Vault”. 9

c. The price bid shall include: 10 1) Removal and disposal of concrete water vault 11 2) Removal, salvage and delivery of frame and cover to City, if applicable 12 3) Removal, salvage and delivery of any valves to City, if applicable 13 4) Removal, salvage and delivery of any water meters to City, if applicable 14 5) Pavement removal 15 6) Excavation 16 7) Hauling 17 8) Disposal of excess materials 18 9) Furnishing, placement and compaction of backfill 19 10) Clean-up 20

C. Sanitary Sewer Lines and Appurtenances 21

1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug 22 a. Measurement 23

1) Measurement for this Item shall be per each cut and abandonment plug 24 installed. 25

b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27

and measured as provided under “Measurement” shall be paid for at the 28 unit price bid for each “Sewer Abandonment Plug” for: 29 a) Various sizes 30

c. The price bid shall include: 31 1) Furnishing and installing abandonment plug 32 2) Pavement removal 33 3) Excavation 34 4) Hauling 35 5) CLSM 36 6) Disposal of excess material 37 7) Furnishing, placement and compaction of backfill 38 8) Clean-up 39

2. Sanitary Sewer Manhole Removal 40 a. Measurement 41

1) Measurement for this Item will be per each sanitary sewer manhole to be 42 removed. 43

b. Payment 44 1) The work performed and materials furnished in accordance with this Item 45

and measured as provided under “Measurement” shall be paid for at the 46 unit price bid per each “Remove Sewer Manhole” for: 47 a) Various diameters 48

c. The price bid shall include: 49 1) Removal and disposal of manhole 50

Page 186: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 8 UTILITY REMOVAL/ABANDONMENT

Page 8 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

2) Removal, salvage and delivery of frame and cover to City, if applicable 1 3) Cutting and plugging of existing sewer lines 2 4) Pavement removal 3 5) Excavation 4 6) Hauling 5 7) Disposal of excess materials 6 8) Furnishing, placement and compaction of backfill 7 9) Clean-up 8

3. Sanitary Sewer Junction Structure Removal 9 a. Measurement 10

1) Measurement for this Item will be per each sanitary sewer junction 11 structure being removed. 12

b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14

and measured as provided under “Measurement” shall be paid for at the 15 lump sum bid per each “Remove Sewer Junction Box” location. 16

c. The price bid shall include: 17 1) Removal and disposal of junction box 18 2) Removal, salvage and delivery of frame and cover to City. 19 3) Pavement removal 20 4) Excavation 21 5) Hauling 22 6) Disposal of excess materials 23 7) Furnishing, placement and compaction of backfill 24 8) Clean-up 25

D. Storm Sewer Lines and Appurtenances 26

1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug 27 a. Measurement 28

1) Measurement for this Item shall be per each cut and abandonment plug to 29 be installed. 30

b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32

and measured as provided under “Measurement” shall be paid for at the 33 unit price bid for each “Storm Abandonment Plug” installed for: 34 a) Various sizes 35

c. The price bid shall include: 36 1) Furnishing and installing abandonment plug 37 2) Pavement removal 38 3) Excavation 39 4) Hauling 40 5) CLSM 41 6) Disposal of excess material 42 7) Furnishing, placement and compaction of backfill 43 8) Clean-up 44

2. Storm Sewer Manhole Removal 45 a. Measurement 46

1) Measurement for this Item will be per each storm sewer manhole to be 47 removed. 48

b. Payment 49

Page 187: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 9 UTILITY REMOVAL/ABANDONMENT

Page 9 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1) The work performed and materials furnished in accordance with this Item 1 and measured as provided under “Measurement” shall be paid for at the 2 unit price bid per each “Remove Manhole Riser” for: 3 a) Various sizes 4

c. The price bid shall include: 5 1) Removal and disposal of manhole 6 2) Removal, salvage and delivery of frame and cover to City, if applicable 7 3) Pavement removal 8 4) Excavation 9 5) Hauling 10 6) Disposal of excess materials 11 7) Furnishing, placement and compaction of backfill 12 8) Clean-up 13

3. Storm Sewer Junction Box Removal 14 a. Measurement 15

1) Measurement for this Item will be per each storm sewer junction structure 16 to be removed. 17

b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19

and measured as provided under “Measurement” shall be paid for at the 20 unit price bid per each “Remove Storm Junction Box” for: 21 a) Various sizes 22

c. The price bid shall include: 23 1) Removal and disposal of junction box 24 2) Removal, salvage and delivery of frame and cover to City, if applicable 25 3) Pavement removal 26 4) Excavation 27 5) Hauling 28 6) Disposal of excess materials 29 7) Furnishing, placement and compaction of backfill 30 8) Clean-up 31

4. Storm Sewer Junction Structure Removal 32 a. Measurement 33

1) Measurement for this Item will be per each storm sewer junction structure 34 being removed. 35

b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37

and measured as provided under “Measurement” shall be paid for at the 38 lump sum bid per each “Remove Storm Junction Structure” location. 39

c. The price bid shall include: 40 1) Removal and disposal of junction structure 41 2) Removal, salvage and delivery of frame and cover to City, if applicable 42 3) Pavement removal 43 4) Excavation 44 5) Hauling 45 6) Disposal of excess materials 46 7) Furnishing, placement and compaction of backfill 47 8) Clean-up 48

5. Storm Sewer Inlet Removal 49 a. Measurement 50

Page 188: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 10 UTILITY REMOVAL/ABANDONMENT

Page 10 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1) Measurement for this Item will be per each storm sewer inlet to be 1 removed. 2

b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4

and measured as provided under “Measurement” shall be paid for at the 5 unit price bid per each “Remove Storm Inlet” for: 6 a) Various types 7 b) Various sizes 8

c. The price bid shall include: 9 1) Removal and disposal of inlet 10 2) Pavement removal 11 3) Excavation 12 4) Hauling 13 5) Disposal of excess materials 14 6) Furnishing, placement and compaction of backfill 15 7) Clean-up 16

6. Storm Sewer Junction Box Removal 17 a. Measurement 18

1) Measurement for this Item shall be per linear foot of existing storm sewer 19 box to be removed. 20

b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22

and measured as provided under “Measurement” shall be paid for at the 23 unit price bid per linear foot of “Remove Storm Junction Box” for all sizes. 24

c. The price bid shall include: 25 1) Removal and disposal of Storm Sewer Box 26 2) Pavement removal 27 3) Excavation 28 4) Hauling 29 5) Disposal of excess materials 30 6) Furnishing, placement and compaction of backfill 31 7) Clean-up 32

7. Headwall/SET Removal 33 a. Measurement 34

1) Measurement for this Item will be per each headwall or safety end 35 treatment (SET) to be removed. 36

b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38

and measured as provided under “Measurement” shall be paid for at the 39 unit price bid per each “Remove Headwall/SET”. 40

c. The price bid shall include: 41 1) Removal and disposal of Headwall/SET 42 2) Pavement removal 43 3) Excavation 44 4) Hauling 45 5) Disposal of excess materials 46 6) Furnishing, placement and compaction of backfill 47 7) Clean-up 48

8. Trench Drain Removal 49 a. Measurement 50

Page 189: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 11 UTILITY REMOVAL/ABANDONMENT

Page 11 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1) Measurement for this Item shall be per linear foot of storm sewer trench 1 drain to be removed. 2

b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4

and measured as provided under “Measurement” shall be paid for at the 5 unit price bid per linear foot of “Remove Trench Drain” for: 6 a) Various sizes 7

c. The price bid shall include: 8 1) Removal and disposal of storm sewer line 9 2) Pavement removal 10 3) Excavation 11 4) Hauling 12 5) Disposal of excess materials 13 6) Furnishing, placement and compaction of backfill 14 7) Clean-up 15

1.3 REFERENCES [NOT USED] 16

1.4 ADMINISTRATIVE REQUIREMENTS 17

A. Coordination 18

1. Contact Inspector and the Water Department Field Operation Storage Yard for 19 coordination of salvage material return. 20

1.5 SUBMITTALS [NOT USED] 21

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22

1.7 CLOSEOUT SUBMITTALS [NOT USED] 23

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24

1.9 QUALITY ASSURANCE [NOT USED] 25

1.10 DELIVERY, STORAGE, AND HANDLING 26

A. Storage and Handling Requirements 27

1. Protect and salvage all materials such that no damage occurs during delivery to the 28 City. 29

Page 190: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 12 UTILITY REMOVAL/ABANDONMENT

Page 12 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1.11 FIELD [SITE] CONDITIONS [NOT USED] 1

1.12 WARRANTY [NOT USED] 2

PART 2 - PRODUCTS 3

2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 4

2.2 MATERIALS 5

2.3 ACCESSORIES [NOT USED] 6

2.4 SOURCE QUALITY CONTROL [NOT USED] 7

PART 3 - EXECUTION 8

3.1 INSTALLERS [NOT USED] 9

3.2 EXAMINATION [NOT USED] 10

3.3 PREPARATION [NOT USED] 11

3.4 REMOVAL, SALVAGE, AND ABANDONMENT 12

A. General 13

1. Manhole Abandonment 14 a. All manholes that are to be taken out of service are to be removed unless 15

specifically requested and/or approved by City. 16 b. Excavate and backfill in accordance with Section 33 05 10. 17 c. Remove and salvage manhole frame and cover as coordinated with City. 18 d. Deliver salvaged material to the City. 19 e. Cut and plug sewer lines to be abandoned. 20 f. Backfill manhole void in accordance with City Standard Details. 21

B. Water Lines and Appurtenances 22

1. Water Line Pressure Plugs 23 a. Ductile Iron Water Lines 24

1) Excavate, embed, and backfill in accordance with Section 33 05 10. 25 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 26

with Section 33 11 11. 27 3) Perform Cut and Plug in accordance with Section 33 12 25. 28

b. PVC C900 and C905 Water Lines 29 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 30 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 31

with Section 33 11 11. 32 3) Perform Cut and Plug in accordance with Section 33 12 25. 33

c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 34 1) Excavate, embed, and backfill in accordance with Section 33 05 10 35 2) Plug using: 36

a) A fabricated plug restrained by welding or by a Snap Ring in 37 accordance with Section 33 11 13; or 38

Page 191: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 13 UTILITY REMOVAL/ABANDONMENT

Page 13 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

b) A blind flange in accordance with Section 33 11 13 1 3) Perform Cut and Plug in accordance with Section 33 12 25. 2

d. Buried Steel Water Lines 3 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 4 2) Plug using: 5

a) A fabricated plug restrained by welding in accordance with Section 33 6 11 14; or 7

b) A blind flange in accordance with Section 33 11 14 8 3) Perform Cut and Plug in accordance with Section 33 12 25. 9

2. Water Line Abandonment Plug 10 a. Excavate and backfill in accordance with Section 33 05 10. 11 b. Plug with CLSM in accordance with Section 03 34 13. 12

3. Water Line Abandonment by Grouting 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Dewater from existing line to be grouted. 15 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or 16

CLSM in accordance with 03 34 13. 17 d. Dispose of any excess material. 18

4. Water Line Removal 19 a. Excavate and backfill in accordance with Section 33 05 10. 20 b. Cut existing line from the utility system prior to removal. 21 c. Cut any services prior to removal. 22 d. Remove existing pipe line and properly dispose as approved by City. 23

5. Water Valve Removal 24 a. Excavate and backfill in accordance with Section 33 05 10. 25 b. Remove and dispose of valve bonnet, wedge and stem. 26 c. Fill valve body with CLSM in accordance with Section 03 34 13. 27

6. Water Valve Removal and Salvage 28 a. Excavate and backfill in accordance with Section 33 05 10. 29 b. Remove valve bonnet, wedge and stem. 30 c. Deliver salvaged material to the Water Department Field Operation Storage 31

Yard. 32 d. Protect salvaged materials from damage. 33 e. Fill valve body with CLSM in accordance with Section 03 34 13. 34

7. Water Valve Abandonment 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Remove the top 2 feet of the valve stack and any valve extensions. 37 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 38

8. Fire Hydrant Removal and Salvage 39 a. Excavate and backfill in accordance with Section 33 05 10. 40 b. Remove Fire Hydrant. 41 c. Place abandonment plug on fire hydrant lead line. 42 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 43

Yard. 44 e. Protect salvaged materials from damage. 45

9. Water Meter Removal and Salvage 46 a. Remove and salvage water meter. 47 b. Return salvaged meter to Project Representative. 48 c. City will provide replacement meter for installation. 49

Page 192: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 14 UTILITY REMOVAL/ABANDONMENT

Page 14 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

d. Meter Box and Lid 1 1) Remove and salvage cast iron meter box lid. 2 2) Remove and dispose of any non-cast iron meter box lid. 3 3) Return salvaged material to the Water Department Field Operation Storage 4

Yard. 5 4) Remove and dispose of meter box. 6

10. Water Sample Station Removal and Salvage 7 a. Remove and salvage existing water sample station. 8 b. Deliver salvaged material to the Water Department Field Operation Storage 9

Yard. 10

11. Concrete Water Vault Removal 11 a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Remove and salvage vault lid. 13 c. Remove and salvage valves. 14 d. Remove and salvage meters. 15 e. Deliver salvaged material to the Water Department Field Operation Storage 16

Yard. 17 f. Remove and dispose of any piping or other appurtenances. 18 g. Demolish and remove entire concrete vault. 19 h. Dispose of all excess materials. 20

12. Cathodic Test Station Abandonment 21 a. Excavate and backfill in accordance with Section 33 05 10 22 b. Remove the top 2 feet of the cathodic test station stack and contents. 23 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 24

C. Sanitary Sewer Lines and Appurtenances 25

1. Sanitary Sewer Line Abandonment Plug 26 a. Excavate and backfill in accordance with Section 33 05 10. 27 b. Remove and dispose of any sewage. 28 c. Plug with CLSM in accordance with Section 03 34 13. 29

2. Sanitary Sewer Line Abandonment by Grouting 30 a. Excavate and backfill in accordance with Section 33 05 10. 31 b. Dewater and dispose of any sewage from the existing line to be grouted. 32 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or 33

CLSM in accordance with 03 34 13. 34 d. Dispose of any excess material. 35

3. Sanitary Sewer Line Removal 36 a. Excavate and backfill in accordance with Section 33 05 10. 37 b. Cut existing line from the utility system prior to removal. 38 c. Cut any services prior to removal. 39 d. Remove existing pipe line and properly dispose as approved by City. 40

4. Sanitary Sewer Manholes Removal 41 a. All sanitary sewer manholes that are to be taken out of service are to be 42

removed unless specifically requested and/or approved by City. 43 b. Excavate and backfill in accordance with Section 33 05 10. 44 c. Remove and salvage manhole frame and cover. 45 d. Deliver salvaged material to the Water Department Field Operation Storage. 46 e. Demolish and remove entire concrete manhole. 47 f. Cut and plug sewer lines to be abandoned. 48

Page 193: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 15 UTILITY REMOVAL/ABANDONMENT

Page 15 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

5. Sanitary Sewer Junction Structure Removal 1 a. Excavate and backfill in accordance with Section 33 05 10. 2 b. Remove and salvage manhole frame and cover. 3 c. Deliver salvaged material to the Water Department Field Operation Storage. 4 d. Demolish and remove entire concrete manhole. 5 e. Cut and plug sewer lines to be abandoned. 6

D. Storm Sewer Lines and Appurtenances 7

1. Storm Sewer Abandonment Plug 8 a. Excavate and backfill in accordance with Section 33 05 10. 9 b. Dewater line. 10 c. Plug with CLSM in accordance with Section 03 34 13. 11

2. Storm Sewer Line Abandonment by Grouting 12 a. Excavate and backfill in accordance with Section 33 05 10. 13 b. Dewater the existing line to be grouted. 14 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or 15

CLSM in accordance with 03 34 13. 16 d. Dispose of any excess material. 17

3. Storm Sewer Line Removal 18 a. Excavate and backfill in accordance with Section 33 05 10. 19 b. Remove existing pipe line and properly dispose as approved by City. 20

4. Storm Sewer Manhole Removal 21 a. All storm sewer manholes that are to be taken out of service are to be removed 22

unless specifically requested and/or approved by City. 23 b. Excavate and backfill in accordance with Section 33 05 10. 24 c. Demolish and remove entire concrete manhole. 25 d. Cut and plug storm sewer lines to be abandoned. 26

5. Storm Sewer Junction Box and/or Junction Structure Removal 27 a. Excavate and backfill in accordance with Section 33 05 10. 28 b. Demolish and remove entire concrete structure. 29 c. Cut and plug storm sewer lines to be abandoned. 30

6. Storm Sewer Inlet Removal 31 a. Excavate and backfill in accordance with Section 33 05 10. 32 b. Demolish and remove entire concrete inlet. 33 c. Cut and plug storm sewer lines to be abandoned. 34

7. Storm Sewer Box Removal 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Cut existing line from the utility system prior to removal. 37 c. Cut any services prior to removal. 38 d. Remove existing pipe line and properly dispose as approved by City. 39

8. Headwall/SET Removal 40 a. Excavate and backfill in accordance with Section 33 05 10. 41 b. Demolish and remove entire concrete inlet. 42 c. Cut and plug storm sewer lines to be abandoned. 43

9. Storm Sewer Trench Drain Removal 44 a. Excavate and backfill in accordance with Section 33 05 10. 45 b. Remove existing pipe line and dispose as approved by City. 46

3.5 REPAIR / RESTORATION [NOT USED] 47

Page 194: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

02 41 14 - 16 UTILITY REMOVAL/ABANDONMENT

Page 16 of 16

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

3.6 RE-INSTALLATION [NOT USED] 1

3.7 FIELD [OR] SITE QUALITY CONTROL 2

3.8 SYSTEM STARTUP [NOT USED] 3

3.9 ADJUSTING [NOT USED] 4

3.10 CLEANING [NOT USED] 5

3.11 CLOSEOUT ACTIVITIES [NOT USED] 6

3.12 PROTECTION [NOT USED] 7

3.13 MAINTENANCE [NOT USED] 8

3.14 ATTACHMENTS [NOT USED] 9

END OF SECTION 10

Revision Log

DATE NAME SUMMARY OF CHANGE

12/20/12 D. Johnson 1.2.C.3.c. – Include Frame and Cover in Payment description

Throughout – added abandonment of storm and sewer manholes when requested and/or approved by City

11

Page 195: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 01 17 - 1 PERMANENT ASPHALT PAVING REPAIR

Page 1 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

SECTION 32 01 17 1

PERMANENT ASPHALT PAVING REPAIR 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section includes: 5

1. Flexible pavement repair to include, but not limited to: 6 a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) 7 b. Warranty work 8 c. Repairs of damage caused by Contractor 9 d. Any permanent asphalt pavement repair needed during the course of 10

construction 11

B. Deviations from this City of Fort Worth Standard Specification 12 1.2 Price and Payment Procedures 13 A. Measurement and Payment 14

2. Asphalt Pavement Repair for Utility Service Trench 15 a. Measurement 16 1.) To apply to water service lines also. 17 2.) Measurement for proposed service line to be from lip of gutter to the 18 limit of the asphalt pavement repair for water or sewer lines. 19 3.) Utility service trench repair will be paid by the linear foot, regardless 20 of the width. 21

C. Related Specification Sections include, but are not necessarily limited to: 22

1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 23

2. Division 1 – General Requirements 24

3. Section 03 34 16 – Concrete Base Material for Trench Repair 25

4. Section 32 12 16 – Asphalt Paving 26

5. Section 32 13 13 – Concrete Paving 27

6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 28

1.2 PRICE AND PAYMENT PROCEDURES 29

A. Measurement and Payment 30

1. Asphalt Pavement Repair 31 a. Measurement 32

1) Measurement for this Item will be by the linear foot of Asphalt Pavement 33 Repair based on the defined width and roadway classification specified in 34 the Drawings. 35

b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37

and measured as provided under “Measurement” will be paid for at the unit 38 price bid price per linear foot of Asphalt Pavement Repair. 39

c. The price bid shall include: 40 1) Preparing final surfaces 41

Page 196: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 01 17 - 2 PERMANENT ASPHALT PAVING REPAIR

Page 2 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

2) Furnishing, loading, unloading, storing, hauling and handling all materials 1 including freight and royalty 2

3) Traffic control for all testing 3 4) Asphalt, aggregate, and additive 4 5) Materials and work needed for corrective action 5 6) Trial batches 6 7) Tack coat 7 8) Removal and/or sweeping excess material 8

2. Asphalt Pavement Repair for Utility Service Trench 9 a. Measurement 10

1) Measurement for this Item will be by the linear foot of Asphalt Pavement 11 Repair centered on the proposed sewer service line measured from the 12 face of curb to the limit of the Asphalt Pavement Repair for the main sewer 13 line. 14

b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16

and measured as provided under “Measurement” will be paid for at the unit 17 price bid price per linear foot of “Asphalt Pavement Repair, Service” 18 installed for: 19 a) Various types of utilities 20

c. The price bid shall include: 21 1) Preparing final surfaces 22 2) Furnishing, loading, unloading, storing, hauling and handling all materials 23

including freight and royalty 24 3) Traffic control for all testing 25 4) Asphalt, aggregate, and additive 26 5) Materials and work needed for corrective action 27 6) Trial batches 28 7) Tack coat 29 8) Removal and/or sweeping excess material 30

3. Asphalt Pavement Repair Beyond Defined Width 31 a. Measurement 32

1) Measurement for this Item will be by the square yard for asphalt pavement 33 repair beyond pay limits of the defined width of Asphalt Pavement Repair 34 by roadway classification specified in the Drawings. 35

b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37

and measured as provided under “Measurement” will be paid for at the unit 38 price bid per square yard of Asphalt Pavement Repair Beyond Defined 39 Width. 40

c. The price bid shall include: 41 1) Preparing final surfaces 42 2) Furnishing, loading, unloading, storing, hauling and handling all materials 43

including freight and royalty 44 3) Traffic control for all testing 45 4) Asphalt, aggregate, and additive 46 5) Materials and work needed for corrective action 47 6) Trial batches 48 7) Tack coat 49 8) Removal and/or sweeping excess material 50

Page 197: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 01 17 - 3 PERMANENT ASPHALT PAVING REPAIR

Page 3 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

4. Extra Width Asphalt Pavement Repair 1 a. Measurement 2

1) Measurement for this Item will be by the square yard for surface repair 3 (does not include base repair) for: 4 a) Various thicknesses 5

b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7

and measured as provided under “Measurement” will be paid for at the unit 8 price bid per square yard of Extra Width Asphalt Pavement Repair 9

c. The price bid shall include: 10 1) Preparing final surfaces 11 2) Furnishing, loading, unloading, storing, hauling and handling all materials 12

including freight and royalty 13 3) Traffic control for all testing 14 4) Asphalt, aggregate, and additive 15 5) Materials and work needed for corrective action 16 6) Trial batches 17 7) Tack coat 18 8) Removal and/or sweeping excess material 19

1.3 REFERENCES 20

A. Definitions 21

1. H.M.A.C. – Hot Mix Asphalt Concrete 22

1.4 ADMINISTRATIVE REQUIREMENTS 23

A. Permitting 24

1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 25 and Public Works Department in conformance with current ordinances. 26

2. The Transportation and Public Works Department will inspect the paving repair 27 after construction. 28

1.5 SUBMITTALS [NOT USED] 29

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 30

A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 31

1.7 CLOSEOUT SUBMITTALS [NOT USED] 32

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33

1.9 QUALITY ASSURANCE [NOT USED] 34

1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 35

1.12 FIELD CONDITIONS 36

A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 37 rising unless otherwise approved. 38

Page 198: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 01 17 - 4 PERMANENT ASPHALT PAVING REPAIR

Page 4 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1.13 WARRANTY [NOT USED] 1

PART 2 - PRODUCTS 2

2.1 OWNER-FURNISHED [NOT USED] 3

2.2 MATERIALS 4

A. Backfill 5

1. See Section 33 05 10. 6

B. Base Material 7

1. Concrete Base Material for Trench Repair: See Section 03 34 16. 8

2. Concrete Base: See Section 32 13 13. 9

C. Asphalt Paving: see Section 32 12 16. 10

1. H.M.A.C. paving: Type D. 11

2.3 ACCESSORIES [NOT USED] 12

2.4 SOURCE QUALITY CONTROL [NOT USED] 13

PART 3 - EXECUTION 14

3.1 INSTALLERS [NOT USED] 15

3.2 EXAMINATION [NOT USED] 16

3.3 PREPARATION 17

A. Surface Preparation 18

1. Mark pavement cut for repairs for approval by the City. 19

2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 20

3.4 INSTALLATION 21

A. General 22

1. Equipment 23 a. Use machine intended for cutting pavement. 24 b. Milling machines may be used as long as straight edge is maintained. 25

2. Repairs: In true and straight lines to dimensions shown on the Drawings. 26

3. Utility Cuts 27 a. In a true and straight line on both sides of the trench 28 b. Minimum of 12 inches outside the trench walls 29 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 30

gutter and the edge of the trench repair, remove the existing paving to such 31 gutter. 32

4. Limit dust and residues from sawing from entering the atmosphere or drainage 33 facilities. 34

B. Removal 35

Page 199: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 01 17 - 5 PERMANENT ASPHALT PAVING REPAIR

Page 5 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1. Use care to prevent fracturing existing pavement structure adjacent to the repair 1 area. 2

C. Base 3

1. Install replacement base material as specified in Drawings. 4

D. Asphalt Paving 5

1. H.M.A.C placement: in accordance with Section 32 12 16 6

2. Type D surface mix 7

3. Depth: as specified in Drawings 8

4. Place surface mix in lifts not to exceed 3 inches. 9

5. Last or top lift shall not be less than 2 inches thick. 10

3.5 REPAIR/RESTORATION [NOT USED] 11

3.6 RE-INSTALLATION [NOT USED] 12

3.7 FIELD QUALITY CONTROL [NOT USED] 13

3.8 SYSTEM STARTUP [NOT USED] 14

3.9 ADJUSTING [NOT USED] 15

3.10 CLEANING [NOT USED] 16

3.11 CLOSEOUT ACTIVITIES [NOT USED] 17

3.12 PROTECTION [NOT USED] 18

3.13 MAINTENANCE [NOT USED] 19

3.14 ATTACHMENTS [NOT USED] 20

21

22

23

END OF SECTION 24

25

26 Revision Log

DATE NAME SUMMARY OF CHANGE

12/20/2012 D. Johnson 1.2.A – Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair; Added a bid

item for utility service trench repair.

27

Page 200: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 01 18 - 1 TEMPORARY ASPHALT PAVING REPAIR

Page 1 of 3

CITY OF FORT WORTH MWR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised December 20, 2012

SECTION 32 01 18 1

TEMPORARY ASPHALT PAVING REPAIR 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for 6 total reconstruction under a Capital Improvement Program or resurfacing under a 7 Street Maintenance Program. 8

2. Repairs of damage caused by Contractor 9

3. Any other temporary pavement repair needed during the course of construction. 10

B. Deviations from this City of Fort Worth Standard Specification 11

1. 2” Temporary Pavement Repair to include, 2” HMAC Type D and 6” Type B Flex 12 Base Material Grade 2 13

C. Related Specification Sections include, but are not necessarily limited to: 14

1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15

2. Division 1 - General Requirements 16

3. Section 32 11 23 - Flexible Base Courses 17

4. Section 32 12 16 - Asphalt Paving 18

5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 19

1.2 PRICE AND PAYMENT PROCEDURES 20

A. Measurement and Payment 21

1. Measurement 22 a. Measurement for this Item shall be by the linear foot of Temporary Asphalt 23

Paving Repair. 24

2. Payment 25 a. The work performed and materials furnished in accordance with this Item and 26

measured as provided under “Measurement” will be paid for at the unit price 27 bid per linear foot of Temporary Asphalt Paving Repair. No additional payment 28 will be provided for repairs of damage to adjacent pavement caused by the 29 Contractor. 30

3. The price bid shall include: 31 a. Preparing final surfaces 32 b. Furnishing, loading, unloading, storing, hauling and handling all materials 33

including freight and royalty 34 c. Traffic control for all testing 35 d. Asphalt, aggregate, and additive 36 e. Materials and work needed for corrective action 37 f. Trial batches 38 g. Tack coat 39 h. Removal and/or sweeping excess material 40

41

Page 201: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 01 18 - 2 TEMPORARY ASPHALT PAVING REPAIR

Page 2 of 3

CITY OF FORT WORTH MWR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised December 20, 2012

1.3 REFERENCES 1

A. Definitions 2

1. H.M.A.C. – Hot Mix Asphalt Concrete 3

1.4 ADMINISTRATIVE REQUIREMENTS 4

A. Permitting 5

1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 6 and Public Works Department in conformance with current ordinances. 7

2. The Transportation and Public Works Department will inspect the paving repair 8 after construction. 9

1.5 SUBMITTALS [NOT USED] 10

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 11

A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 12

1.7 CLOSEOUT SUBMITTALS [NOT USED] 13

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14

1.9 QUALITY ASSURANCE [NOT USED] 15

1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16

1.11 FIELD CONDITIONS 17

A. Weather Conditions: Place mixture when the roadway surface temperature is 40 18 degrees F or higher and rising unless otherwise approved. 19

1.12 WARRANTY [NOT USED] 20

PART 2 - PRODUCTS 21

2.1 OWNER-FURNISHED [NOT USED] 22

2.2 MATERIALS 23

A. Backfill: see Section 33 05 10. 24

B. Base Material 25

1. Flexible Base: Use existing base and add new flexible base as required in 26 accordance with Section 32 11 23. 27

C. Asphalt Concrete: See Section 32 12 16. 28

1. H.M.A.C. paving: Type D. 29

2.3 ACCESSORIES [NOT USED] 30

2.4 SOURCE QUALITY CONTROL [NOT USED] 31

PART 3 - EXECUTION 32

Page 202: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 01 18 - 3 TEMPORARY ASPHALT PAVING REPAIR

Page 3 of 3

CITY OF FORT WORTH MWR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2738 Revised December 20, 2012

3.1 INSTALLERS [NOT USED] 1

3.2 EXAMINATION [NOT USED] 2

3.3 PREPARATION [NOT USED] 3

3.4 INSTALLATION 4

A. Removal 5

1. Use an approved method that produces a neat edge. 6

2. Use care to prevent fracturing existing pavement structure adjacent to the repair 7 area. 8

B. Base 9

1. Install flexible base material per detail. 10

2. See Section 32 11 23. 11

C. Apshalt Paving 12

1. H.M.A.C. placement: in accordance with Section 32 12 16. 13

2. Type D surface mix. 14

3.5 REPAIR/RESTORATION [NOT USED] 15

3.6 RE-INSTALLATION [NOT USED] 16

3.7 FIELD QUALITY CONTROL [NOT USED] 17

3.8 SYSTEM STARTUP [NOT USED] 18

3.9 ADJUSTING [NOT USED] 19

3.10 CLEANING [NOT USED] 20

3.11 CLOSEOUT ACTIVITIES [NOT USED] 21

3.12 PROTECTION [NOT USED] 22

3.13 MAINTENANCE [NOT USED] 23

3.14 ATTACHMENTS [NOT USED] 24

END OF SECTION 25

26

Revision Log

DATE NAME SUMMARY OF CHANGE

12/20/2012 D. Johnson 1.2.A – Modified Items to be included in price bid

27

Page 203: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 17 23 - 1 PAVEMENT MARKINGS

Page 1 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

SECTION 32 17 23 1

PAVEMENT MARKINGS 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Pavement Markings 6 a. Thermoplastic, hot-applied, spray (HAS) pavement markings 7 b. Thermoplastic, hot-applied, extruded (HAE) pavement markings 8 c. Preformed polymer tape 9 d. Preformed heat-activated thermoplastic tape 10

2. Raised markers 11

3. Work zone markings 12

4. Removal of pavement markings and markers 13

B. Deviations from this City of Fort Worth Standard Specification 14 For Miscellaneous Water and Sewer Contracts, all Pavement Markings repairs and 15 replacements shall be subsidiary to the appropriate pavement repair bid item. 16

C. Related Specification Sections include, but are not necessarily limited to: 17

1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 18

2. Division 1 – General Requirements 19

1.2 PRICE AND PAYMENT PROCEDURES 20

A. Measurement and Payment 21

1. Pavement Markings 22 a. Measurement 23

1) Measurement for this Item shall be per linear foot of material placed. 24 b. Payment 25

1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under “Measurement” shall be paid for at the 27 unit price bid per linear foot of “Pvmt Marking” installed for: 28 a) Various Widths 29 b) Various Types 30 c) Various Materials 31 d) Various Colors 32

c. The price bid shall include: 33 1) Installation of Pavement Marking 34 2) Glass beads, when required 35 3) Surface preparation 36 4) Clean-up 37 5) Testing (when required) 38

2. Legends 39 a. Measurement 40

1) Measurement for this Item shall be per each Legend installed. 41 b. Payment 42

Page 204: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 17 23 - 2 PAVEMENT MARKINGS

Page 2 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

1) The work performed and materials furnished in accordance with this Item 1 shall be paid for at the unit price bid per each “Legend” installed for: 2 a) Various types 3 b) Various applications 4

c. The price bid shall include: 5 1) Installation of Pavement Marking 6 2) Glass beads, when required 7 3) Surface preparation 8 4) Clean-up 9 5) Testing 10

3. Raised Markers 11 a. Measurement 12

1) Measurement for this Item shall be per each Raised Marker installed. 13 b. Payment 14

1) The work performed and materials furnished in accordance with this Item 15 shall be paid for at the unit price bid per each “Raised Marker” installed for: 16 a) Various types 17

c. The price bid shall include: 18 1) Installation of Raised Markers 19 2) Surface preparation 20 3) Clean-up 21 4) Testing 22

4. Work Zone Tab Markers 23 a. Measurement 24

1) Measurement for this Item shall be per each Tab Marker installed. 25 b. Payment 26

1) The work performed and materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each “Tab Marker” installed for: 28 a) Various types 29

c. The price bid shall include: 30 1) Installation of Tab Work Zone Markers 31

5. Fire Lane Markings 32 a. Measurement 33

1) Measurement for this Item shall be per the linear foot. 34 b. Payment 35

1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under “Measurement” shall be paid for at the 37 unit price bid per linear foot of “Fire Lane Marking” installed. 38

c. The price bid shall include: 39 1) Surface preparation 40 2) Clean-up 41 3) Testing 42

6. Pavement Marking Removal 43 a. Measurement 44

1) Measure for this Item shall be per linear foot. 45 b. Payment 46

1) The work performed and materials furnished in accordance with this Item 47 and measured as provided under “Measurement” shall be paid for at the 48 unit price bid per linear foot of “Remove Pvmt Marking” performed for: 49 a) Various widths 50

Page 205: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 17 23 - 3 PAVEMENT MARKINGS

Page 3 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

c. The price bid shall include: 1 1) Removal of Pavement Markings 2 2) Clean-up 3

7. Raised Marker Removal 4 a. Measurement 5

1) Measurement for this Item shall be per each Pavement Marker removed. 6 b. Payment 7

1) The work performed and materials furnished in accordance with this Item 8 shall be paid for at the unit price bid per each “Remove Raised Marker” 9 performed. 10

c. The price bid shall include: 11 1) Removal of each Marker 12 2) Disposal of removed materials 13 3) Clean-up 14

8. Legend Removal 15 a. Measurement 16

1) Measure for this Item shall be per each Legend removed. 17 b. Payment 18

1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under “Measurement” shall be paid for at the 20 unit price bid per linear foot of “Remove Legend” performed for: 21 a) Various types 22 b) Various applications 23

c. The price bid shall include: 24 1) Removal of Pavement Markings 25 2) Clean-up 26

1.3 REFERENCES 27

A. Reference Standards 28

1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31

2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 32 a. Part 3, Markings 33

3. American Association of State Highway and Transportation Officials (AASHTO) 34 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 35

4. Federal Highway Administration (FHWA) 36 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 37

5. Texas Department of Transportation (TxDOT) 38 a. DMS-4200, Pavement Markers (Reflectorized) 39 b. DMS-4300, Traffic Buttons 40 c. DMS-8220, Hot Applied Thermoplastic 41 d. DMS-8240, Permanent Prefabricated Pavement Markings 42 e. DMS-8241, Removable Prefabricated Pavement Markings 43 f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs 44

Page 206: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 17 23 - 4 PAVEMENT MARKINGS

Page 4 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1

1.5 SUBMITTALS 2

A. Submittals shall be in accordance with Section 01 33 00. 3

B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6

1.7 CLOSEOUT SUBMITTALS [NOT USED] 7

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8

1.9 QUALITY ASSURANCE [NOT USED] 9

1.10 DELIVERY, STORAGE, AND HANDLING 10

A. Storage and Handling Requirements 11

1. The Contractor shall secure and maintain a location to store the material in 12 accordance with Section 01 50 00. 13

1.11 FIELD [SITE] CONDITIONS [NOT USED] 14

1.12 WARRANTY [NOT USED] 15

PART 2 - PRODUCTS 16

2.1 OWNER-SUPPLIED PRODUCTS 17

A. New Products 18

1. Refer to Drawings to determine if there are owner-supplied products for the 19 Project. 20

2.2 MATERIALS 21

A. Manufacturers 22

1. Only the manufacturers as listed in the City’s Standard Products List will be 23 considered as shown in Section 01 60 00. 24 a. The manufacturer must comply with this Specification and related Sections. 25

2. Any product that is not listed on the Standard Products List is considered a 26 substitution and shall be submitted in accordance with Section 01 25 00. 27

B. Materials 28

1. Pavement Markings 29 a. Thermoplastic, hot applied, spray 30

1) Refer to Drawings and City Standard Detail Drawings for width of 31 longitudinal lines. 32

2) Product shall be especially compounded for traffic markings. 33 3) When placed on the roadway, the markings shall not be slippery when wet, 34

lift from pavement under normal weather conditions nor exhibit a tacky 35 exposed surface. 36

Page 207: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 17 23 - 5 PAVEMENT MARKINGS

Page 5 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

4) Cold ductility of the material shall permit normal road surface expansion 1 and contraction without chipping or cracking. 2

5) The markings shall retain their original color, dimensions and placement 3 under normal traffic conditions at road surface temperatures of 158 4 degrees Fahrenheit and below. 5

6) Markings shall have uniform cross-section, clean edges, square ends and 6 no evidence of tracking. 7

7) The density and quality of the material shall be uniform throughout the 8 markings. 9

8) The thickness shall be uniform throughout the length and width of the 10 markings. 11

9) The markings shall be 95 percent free of holes and voids, and free of 12 blisters for a minimum of 60 days after application. 13

10) The material shall not deteriorate by contact with sodium chloride, calcium 14 chloride or other chemicals used to prevent roadway ice or because of the 15 oil content of pavement markings or from oil droppings or other effects of 16 traffic. 17

11) The material shall not prohibit adhesion of other thermoplastic markings if, 18 at some future time, new markings are placed over existing material. 19 a) New material shall bond itself to the old line in such a manner that no 20

splitting or separation takes place. 21 12) The markings placed on the roadway shall be completely retroreflective 22

both internally and externally with traffic beads and shall exhibit uniform 23 retro-directive reflectance. 24

13) Traffic beads 25 a) Manufactured from glass 26 b) Spherical in shape 27 c) Essentially free of sharp angular particles 28 d) Essentially free of particles showing cloudiness, surface scoring or 29

surface scratching 30 e) Water white in color 31 f) Applied at a uniform rate 32 g) Meet or exceed Specifications shown in AASHTO Standard Specification 33

for Glass Beads Used in Pavement Markings, AASHTO Designation: M 34 247-09. 35

b. Thermoplastic, hot applied, extruded 36 1) Product shall be especially compounded for traffic markings 37 2) When placed on the roadway, the markings shall not be slippery when wet, 38

lift from pavement under normal weather conditions nor exhibit a tacky 39 exposed surface. 40

3) Cold ductility of the material shall permit normal road surface expansion 41 and contraction without chipping or cracking. 42

4) The markings shall retain their original color, dimensions and placement 43 under normal traffic conditions at road surface temperatures of 158 44 degrees Fahrenheit and below. 45

5) Markings shall have uniform cross-section, clean edges, square ends and 46 no evidence of tracking. 47

6) The density and quality of the material shall be uniform throughout the 48 markings. 49

7) The thickness shall be uniform throughout the length and width of the 50 markings. 51

Page 208: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 17 23 - 6 PAVEMENT MARKINGS

Page 6 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

8) The markings shall be 95 percent free of holes and voids, and free of 1 blisters for a minimum of 60 days after application. 2

9) The minimum thickness of the marking, as measured above the plane 3 formed by the pavement surface, shall not be less than 1/8 inch in the 4 center of the marking and 3/32 inch at a distance of ½ inch from the edge. 5

10) Maximum thickness shall be 3/16 inch. 6 11) The material shall not deteriorate by contact with sodium chloride, calcium 7

chloride or other chemicals used to prevent roadway ice or because of the 8 oil content of pavement markings or from oil droppings or other effects of 9 traffic. 10

12) The material shall not prohibit adhesion of other thermoplastic markings if, 11 at some future time, new markings are placed over existing material. New 12 material shall bond itself to the old line in such a manner that no splitting 13 or separation takes place. 14

13) The markings placed on the roadway shall be completely retroreflective 15 both internally and externally with traffic beads and shall exhibit uniform 16 retro-directive reflectance. 17

14) Traffic beads 18 a) Manufactured from glass 19 b) Spherical in shape 20 c) Essentially free of sharp angular particles 21 d) Essentially free of particles showing cloudiness, surface scoring or 22

surface scratching 23 e) Water white in color 24 f) Applied at a uniform rate 25 g) Meet or exceed Specifications shown in AASHTO Standard Specification 26

for Glass Beads Used in Pavement Markings, AASHTO Designation: M 27 247-09. 28

c. Preformed Polymer Tape 29 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 30

3M High Performance Tape Series 3801 ES, or approved equal. 31 d. Preformed Heat-Activated Thermoplastic Tape 32

1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 33 mil preformed thermoplastic or approved equal. 34

2. Raised Markers 35 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 36

Control Devices. 37 b. Non-reflective markers shall be Type Y (yellow body) and Type W (white body) 38

round ceramic markers and shall meet or exceed the TxDOT Specification DMS-39 4300. 40

c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification 41 DMS-4200 for high-volume retroreflective raised markers and be available in 42 the following types: 43 1) Type I-C, white body, 1 face reflects white 44 2) Type II-A-A, yellow body, 2 faces reflect amber 45 3) Type II-C-R, white body, 1 face reflects white, the other red 46

47

3. Work Zone Markings 48 a. Tabs 49

Page 209: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 17 23 - 7 PAVEMENT MARKINGS

Page 7 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

1) Temporary flexible-reflective roadway marker tabs shall meet requirements 1 of TxDOT DMS-8242, “Temporary Flexible-Reflective Road Marker Tabs.” 2

2) Removable markings shall not be used to simulate edge lines. 3 3) No segment of roadway open to traffic shall remain without permanent 4

pavement markings for a period greater than 14 calendar days. 5 b. Raised Markers 6

1) All raised pavement markers shall meet the requirements of DMS-4200. 7 c. Striping 8

1) Work Zone striping shall meet or exceed the TxDOT Specification DMS-9 8200. 10

2.3 ACCESSORIES [NOT USED] 11

2.4 SOURCE QUALITY CONTROL 12

A. Performance 13

1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet the 14 requirements detailed in the table below for a minimum of 30 calendar days. 15

Posted Speed (mph)

≤ 30 35 – 50 ≥ 55 2-lane roads with centerline markings only (1) n/a 100 250

All other roads (2) n/a 50 100 (1) Measured at standard 30-m geometry in units of mcd/m2/lux. 16 (2) Exceptions: 17

A. When raised reflective pavement markings (RRPMs) supplement or 18 substitute for a longitudinal line, minimum pavement marking retroreflectivity 19 levels are not applicable as long as the RRPMs are maintained so that at 20 least 3 are visible from any position along that line during nighttime 21 conditions. 22 B. When continuous roadway lighting assures that the markings are visible, 23 minimum pavement marking retroreflectivity levels are not applicable. 24

PART 3 - EXECUTION 25

3.1 EXAMINATION [NOT USED] 26

3.2 PREPARATION 27

A. Pavement Conditions 28

1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 29 markings and other forms of contamination. 30

2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 31 curing membrane. 32

3. Pavement to which material is to be applied shall be completely dry. 33

4. Pavement shall be considered dry, if, on a sunny day after observation for 15 34 minutes, no condensation develops on the underside of a 1 square foot piece of 35 clear plastic that has been placed on the pavement and weighted on the edges. 36

Page 210: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 17 23 - 8 PAVEMENT MARKINGS

Page 8 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

5. Equipment and methods used for surface preparation shall not damage the 1 pavement or present a hazard to motorists or pedestrians. 2

3.3 INSTALLATION 3

A. General 4

1. The materials shall be applied according to the manufacturer’s recommendations. 5

2. Markings and markers shall be applied within temperature limits recommended by 6 the material manufacturer, and shall be applied on clean, dry pavement having a 7 surface temperature above 50 degrees Fahrenheit. 8

3. Markings that are not properly applied due to faulty application methods or being 9 placed in the wrong position or alignment shall be removed and replaced by the 10 Contractor at the Contractor’s expense. If the mistake is such that it would be 11 confusing or hazardous to motorists, it shall be remedied the same day of 12 notification. Notification will be made by phone and confirmed by fax. Other 13 mistakes shall be remedied within 5 days of written notification. 14

4. When markings are applied on roadways open to traffic, care will be taken to 15 ensure that proper safety precautions are followed, including the use of signs, 16 cones, barricades, flaggers, etc. 17

5. Freshly applied markings shall be protected from traffic damage and disfigurement. 18

6. Temperature of the material must be equal to the temperature of the road surface 19 before allowing traffic to travel on it. 20

B. Pavement Markings 21

1. Thermoplastic, hot applied, spray 22 a. This method shall be used to install and replace long lines – centerlines, lane 23

lines, edge lines, turn lanes, and dots. 24 b. Markings shall be applied at a 110 mil thickness. 25 c. Markings shall be applied at a 90 mil thickness when placed over existing 26

markings. 27 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 28 e. Typical setting time shall be between 4 minutes and 10 minutes depending 29

upon the roadway surface temperature and the humidity factor. 30 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 31

lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 32 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 33

subparagraph 2.4.A.1 of this Specification. 34

2. Thermoplastic, hot applied, extruded 35 a. This method shall be used to install and replace crosswalks and stop-lines. 36 b. Markings shall be applied at a 125 mil thickness. 37 c. Minimum retroreflectivity of markings shall meet or exceed values shown in this 38

Specification. 39

3. Preformed Polymer Tape 40 a. This method shall be used to install and replace crosswalks, stop-lines, and 41

legends. 42 b. The applied marking shall adhere to the pavement surface with no slippage or 43

lifting and have square ends, straight lines and clean edges. 44 c. Minimum retroreflectivity of markings shall meet or exceed values shown in this 45

Specification. 46

4. Preformed Heat-Activated Thermoplastic Tape 47

Page 211: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 17 23 - 9 PAVEMENT MARKINGS

Page 9 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

a. This method shall be used to install and replace crosswalks, stop-lines, and 1 legends. 2

b. The applied marking shall adhere to the pavement surface with no slippage or 3 lifting and have square ends, straight lines and clean edges. 4

c. Minimum retroreflectivity of markings shall meet or exceed values shown in this 5 Specification. 6

C. Raised Markers 7

1. All permanent raised pavement markers on Portland Cement roadways shall be 8 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 9

2. All permanent raised pavement markers on new asphalt roadways may be installed 10 with epoxy or bituminous adhesive. 11

3. A chalk line, chain or equivalent shall be used during layout to ensure that 12 individual markers are properly aligned. All markers shall be placed uniformly along 13 the line to achieve a smooth continuous appearance. 14

D. Work Zone Markings 15

1. Work shall be performed with as little disruption to traffic as possible. 16

2. Install longitudinal markings on pavement surfaces before opening to traffic. 17

3. Maintain lane alignment traffic control devices and operations until markings are 18 installed. 19

4. Install markings in proper alignment in accordance with the Texas MUTCD and as 20 shown on the Drawings. 21

5. Place standard longitudinal lines no sooner than 3 calendar days after the 22 placement of a surface treatment, unless otherwise shown on the Drawings. 23

6. Place markings in proper alignment with the location of the final pavement 24 markings. 25

7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 26 transverse lines. 27

8. All markings shall be visible from a distance of 300 feet in daylight conditions and 28 from a distance of at least 160 feet in nighttime conditions, illuminated by low-29 beam automobile headlight. 30

9. The daytime and nighttime reflected color of the markings must be distinctly white 31 or yellow. 32

10. The markings must exhibit uniform retroreflective characteristics. 33

11. Epoxy adhesives shall not be used to work zone markings. 34

3.4 REMOVALS 35

1. Pavement Marking and Marker Removal 36 a. The industry’s best practice shall be used to remove existing pavement 37

markings and markers. 38 b. If the roadway is being damaged during the marker removal, Work shall be 39

halted until consultation with the City. 40 c. Removals shall be done in such a matter that color and texture contrast of the 41

pavement surface will be held to a minimum. 42

Page 212: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 17 23 - 10 PAVEMENT MARKINGS

Page 10 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater 1 than ¼ inch in depth resulting from the removal of pavement markings and 2 markers. Driveway patch asphalt emulsion may be broom applied to reseal 3 damage to asphaltic surfaces. 4

e. Dispose of markers in accordance with federal, state, and local regulations. 5 f. Use any of the following methods unless otherwise shown on the Drawings. 6

1) Surface Treatment Method 7 a) Apply surface treatment at rates shown on the Drawings or as directed. 8

Place a surface treatment a minimum of 2 feet wide to cover the 9 existing marking. 10

b) Place a surface treatment, thin overlay, or microsurfacing a minimum 11 of 1 lane in width in areas where directional changes of traffic are 12 involved or in other areas as directed by the City. 13

2) Burn Method 14 a) Use an approved burning method. 15 b) For thermoplastic pavement markings or prefabricated pavement 16

markings, heat may be applied to remove the bulk of the marking 17 material prior to blast cleaning. 18

c) When using heat, avoid spalling pavement surfaces. 19 d) Sweeping or light blast cleaning may be used to remove minor residue. 20

3) Blasting Method 21 a) Use a blasting method such as water blasting, abrasive blasting, water 22

abrasive blasting, shot blasting, slurry blasting, water-injected abrasive 23 blasting, or brush blasting as approved. 24

b) Remove pavement markings on concrete surfaces by a blasting method 25 only. 26

4) Mechanical Method 27 a) Use any mechanical method except grinding. 28 b) Flail milling is acceptable in the removal of markings on asphalt and 29

concrete surfaces. 30

2. If a location is to be paved over, no additional compensation will be allowed for 31 marking or marker removal. 32

3.5 REPAIR / RESTORATION [NOT USED] 33

3.6 RE-INSTALLATION [NOT USED] 34

3.7 FIELD QUALITY CONTROL 35

A. All lines must have clean edges, square ends, and be uniform cross-section. 36

B. The density and quality of markings shall be uniform throughout their thickness. 37

C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 38 shall be free of blisters. 39

3.8 SYSTEM STARTUP [NOT USED] 40

3.9 ADJUSTING [NOT USED] 41

3.10 CLEANING 42

A. Contractor shall clean up and remove all loose material resulting from construction 43 operations. 44

Page 213: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 17 23 - 11 PAVEMENT MARKINGS

Page 11 of 11

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

3.11 CLOSEOUT ACTIVITIES [NOT USED] 1

3.12 PROTECTION [NOT USED] 2

3.13 MAINTENANCE [NOT USED] 3

3.14 ATTACHMENTS [NOT USED] 4

END OF SECTION 5

6

Revision Log

DATE NAME SUMMARY OF CHANGE

11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language

7

Page 214: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 13 - 1 CHAIN LINK FENCE AND GATES

Page 1 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

SECTION 32 31 13 1

CHAIN LINK FENCE AND GATES 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Galvanized coated chain link (non-security) fencing and accessories in accordance 6 with the City’s Zoning Ordinance. 7

2. Wrought iron fencing and accessories 8

3. Steel tube fencing and accessories 9

4. On utility projects: 10 a. When existing fence is within the project Site (i.e. parallel to the utility trench 11

and/or within utility easement) and is directly disturbed by construction 12 activities, fencing will be paid for as listed in Article 1.2 below. 13

b. When existing fence is crossing the proposed utility trench, the work performed 14 and materials furnished in accordance with fence replacement will be 15 considered subsidiary to the trench and no other compensation will be allowed. 16

c. When existing fence is outside of the limits of the project Site or is identified as 17 protected on the Drawings and is disturbed and/or by construction activities, 18 replacement will be at the expense of the Contractor and no other 19 compensation will be allowed. 20

B. Deviations from this City of Fort Worth Standard Specification 21 For Miscellaneous Water and Sewer Contracts, fence repair/replacements shall be 22 subsidiary to the price bid per linear foot of pipe. No additional compensation will be 23 allowed. 24

C. Related Specification Sections include, but are not necessarily limited to: 25

1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 26

2. Division 1 - General Requirements 27

1.2 PRICE AND PAYMENT PROCEDURES 28

A. Measurement and Payment 29

1. Chain Link Fence 30 a. Measurement 31

1) Measurement for this Item shall be by the linear foot of Chain Link Fence 32 installed. 33

b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35

and measured as provided under “Measurement” will be paid for at the unit 36 price bid per linear foot of Chain Link Fence installed for various: 37 a) Heights 38 b) Fabric materials 39

c. The price bid shall include: 40 1) Furnishing and installing all fence and gate materials 41 2) Mow strip, if shown in Drawings 42 3) Cleanup 43 4) Hauling 44

Page 215: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 13 - 2 CHAIN LINK FENCE AND GATES

Page 2 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

2. Wrought Iron Fence 1 a. Measurement 2

1) Measurement for this Item shall be by the linear foot of Wrought Iron 3 Fence installed. 4

b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6

and measured as provided under “Measurement” will be paid for at the unit 7 price bid per linear foot of Wrought Iron Fence installed for various heights. 8

c. The price bid shall include: 9 1) Furnishing and installing all fence and gate materials 10 2) Mow strip, if shown in Drawings 11 3) Cleanup 12 4) Hauling 13

3. Steel Tube Fence 14 a. Measurement 15

1) Measurement for this Item shall be by the linear foot of Steel Tube Fence 16 installed. 17

b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19

and measured as provided under “Measurement” will be paid for at the unit 20 price bid per linear foot of Steel Tube Fence installed for various heights. 21

c. The price bid shall include: 22 1) Furnishing and installing all fence and gate materials 23 2) Mow strip, if shown in Drawings 24 3) Cleanup 25 4) Hauling 26

1.3 REFERENCES 27

A. Reference Standards 28

1. Reference standards cited in this specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 specification, unless a date is specifically cited. 31

2. American Society for Testing and Materials (ASTM): 32 a. A 36, Standard Specification for Carbon Structural Steel 33 b. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron 34

and Steel Products 35 c. A 392, Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric 36 d. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon 37

Steel Structural Tubing in Rounds and Shapes 38 e. F 626, Standard Specification for Fence Fittings 39 f. F 1043, Standard Specification for Strength and Protective Coatings on Steel 40

Industrial Chain Link Fence Framework 41 g. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated 42

(Galvanized) Welded, for Fence Structures 43 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 44

1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 45

1.5 ACTION SUBMITTALS 46

A. Shop drawings 47

Page 216: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 13 - 3 CHAIN LINK FENCE AND GATES

Page 3 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1. Layout of fences and gates with dimensions, details, and finishes of components, 1 accessories and post foundations if requested by the City. 2

B. Product data 3

1. Manufacturer’s catalog cuts indicating material compliance and specified options. 4

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5

1.7 CLOSEOUT SUBMITTALS [NOT USED] 6

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7

1.9 QUALITY ASSURANCE [NOT USED] 8

1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9

1.11 FIELD [SITE] CONDITIONS [NOT USED] 10

1.12 WARRANTY [NOT USED] 11

PART 2 - PRODUCTS 12

2.1 OWNER-FURNISHED [NOT USED] 13

2.2 MANUFACTURED UNITS / MATERIALS 14

A. Manufacturer 15

1. Minimum of 5 years of experience manufacturing galvanized coated chain link 16 fencing. 17

2. Approved Manufacturer or equal: 18 a. Allied Fence, Inc. 19 b. American Fence Corp. 20 c. Anchor Fence, Inc. 21 d. Master Halco, Inc. 22

B. Materials 23

1. Chain Link Fence 24 a. General 25

1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire 26 shall be of steel. 27

2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands 28 and other parts shall be of steel, malleable iron, ductile iron or equal 29

3) Post tops, rail end, ties and clips may be of aluminum. 30 4) Use only new material, or salvaged/existing material if approved by City or 31

noted on Drawings. 32 b. Steel Fabric 33

1) Fabric 34 a) No. 9 gauge 35 b) 2-inch mesh 36

(1) Commercial: both top and bottom selvages twisted and barged 37 Residential: match existing or both top and bottom selvages knuckled 38 (2) Furnish 1-piece fabric widths. 39

2) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. 40 zinc per square foot of surface. 41

c. Aluminum Fabric 42 1) Fabric 43

Page 217: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 13 - 4 CHAIN LINK FENCE AND GATES

Page 4 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

a) ASTM F 1183 1 b) No. 9 gauge 2 c) 2-inch mesh, with both top and bottom selvages twisted and barged. 3 d) Furnish 1-piece fabric widths. 4

d. Steel Framing 5 1) Steel pipe - Type I 6

a) ASTM F 1083 7 b) Standard weight schedule 40 8 c) Minimum yield strength: 30,000 psi 9 d) Sizes as indicated 10 e) Hot-dipped galvanized with minimum average 1.8 oz/ft² of coated 11

surface area 12 2) Steel pipe - Type II 13

a) ASTM F 1043, Group IC 14 b) Minimum yield strength: 50,000 psi 15 c) Sizes as indicated on Drawings 16 d) Protective coating per ASTM F 1043 17

(1) External coating Type B 18 (a) Zinc with organic overcoat 19 (b) 0.9 oz/ft² minimum zinc coating with chromate conversion 20

coating and verifiable polymer film 21 (2) Internal coating Type B 22

(a) Minimum 0.9 oz/ft² zinc or Type D, zinc pigmented, 81 percent 23 nominal coating, minimum 3 mils 24

3) Formed steel (“C”) sections: 25 a) Roll formed steel shapes complying with ASTM F 1043, Group II 26 b) Minimum yield strength: 45,000 psi (310 MPa) 27 c) Sizes as indicated on Drawings 28 d) External coating per ASTM F 1043, Type A 29

(1) Minimum average 2.0 oz/ft² of zinc per ASTM A 123 30 4) Steel square sections 31

a) ASTM A 500, Grade B 32 b) Minimum yield strength: 40,000 psi 33 c) Sizes as indicated on Drawings 34 d) Hot-dipped galvanized with minimum 1.8 oz/ft² of coated surface area 35

e. Accessories 36 1) Chain link fence accessories 37

a) ASTM F 626 38 b) Provide items required to complete fence system. 39 c) Galvanize each ferrous metal item and finish to match framing. 40

2) Post caps 41 a) Formed steel or cast malleable iron weather tight closure cap for 42

tubular posts. 43 b) Provide 1 cap for each post. 44 c) Cap to have provision for barbed wire when necessary. 45 d) “C” shaped line post without top rail or barbed wire supporting arms do 46

not require post caps. 47 e) Where top rail is used, provide tops to permit passage of top rail. 48

3) Top rail and rail ends 49 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing 50 b) Pressed steel per ASTM F626 51

Page 218: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 13 - 5 CHAIN LINK FENCE AND GATES

Page 5 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

c) For connection of rail and brace to terminal posts 1 4) Top rail sleeves 2

a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 3 1.80 inch length spring, allowing for expansion and contraction of top 4 rail 5

5) Wire ties 6 a) 9 gauge galvanized steel wire for attachment of fabric to line posts 7 b) Double wrap 13 gauge for rails and braces. 8 c) Hog ring ties of 12-1/2 gauge for attachment 9

6) Brace and tension (stretcher bar) bands 10 a) Pressed steel 11 b) Minimum 300 degree profile curvature for secure fence post 12

attachment 13 c) At square post provide tension bar clips. 14

7) Tension (stretcher) bars: 15 a) 1 piece lengths equal to 2 inches less than full height of fabric 16 b) Minimum cross-section of 3/16 inch x 3/4 inch 17 c) Provide tension (stretcher) bars where chain link fabric meets terminal 18

posts. 19 8) Tension wire 20

a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire 21 b) Tensile strength: 75,000 psi 22

9) Truss rods & tightener 23 a) Steel rods with minimum diameter of 5/16 inch 24 b) Capable of withstanding a tension of minimum 2,000 pounds 25

10) Nuts and bolts are galvanized. 26

2. Wrought Iron Fence: specified per Drawings. 27

3. Steel Tube Fence: specified per Drawings. 28

4. Setting Materials 29 a. Concrete 30

1) Minimum 28 day compressive strength of 3,000 psi 31 2) Bagged concrete allowed. 32

b. Drive Anchors 33 1) Galvanized angles 34 2) ASTM A 36 steel 35 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. 36

2.3 ACCESSORIES [NOT USED] 37

2.4 SOURCE QUALITY CONTROL [NOT USED] 38

PART 3 - EXECUTION 39

3.1 INSTALLERS [NOT USED] 40

3.2 EXAMINATION 41

A. Verification of Conditions 42

1. Verify areas to receive fencing are completed to final grades and elevations. 43

2. Ensure property lines and legal boundaries of work are clearly established 44

Page 219: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 13 - 6 CHAIN LINK FENCE AND GATES

Page 6 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

3.3 PREPARATION [NOT USED] 1

3.4 INSTALLATION 2

A. Chain Link Fence Framing 3

1. Locate terminal post at each fence termination and change in horizontal or vertical 4 direction of 30 degrees or more. 5

2. Space line posts uniformly at 10 feet on center. 6

3. Set all posts in concrete 7 a. Drill holes in firm, undisturbed or compacted soil. 8 b. Drill hole diameter 4 times greater than outside dimension of post. 9 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 10 d. Excavate deeper as required for adequate support in soft and loose soils, and 11

for posts with heavy lateral loads. 12 e. Place concrete around posts in a continuous pour. Trowel finish around post. 13

Slope to direct water away from posts. 14

4. Check each post for vertical and top alignment, and maintain in position during 15 placement and finishing operations. 16

5. Bracing 17 a. Install horizontal pipe brace at mid-height for fences 6 feet and taller, on each 18

side of terminal posts. 19 b. Firmly attach with fittings. 20 c. Install diagonal truss rods at these points. 21 d. Adjust truss rod, ensuring posts remain plumb. 22

6. Tension wire 23 a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. 24 b. Install tension wire before stretching fabric and attach to each post with ties. 25 c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 26

7. Top rail 27 a. Install lengths, 21 feet 28 b. Connect joints with sleeves for rigid connections for expansion/contraction. 29

8. Center Rails for fabric height 12 feet and taller. 30 a. Install mid rails between posts with fittings and accessories. 31

9. Bottom Rails: Install bottom rails between posts with fittings and accessories. 32

B. Chain Link Fabric Installation 33

1. Fabric 34 a. Install fabric on security side and attach so that fabric remains in tension after 35

pulling force is released. 36 b. Leave approximately 2 inches between finish grade and bottom selvage. 37 c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, 38

braces, and tension wire at 24 inches on center. 39

2. Tension (stretcher) bars 40 a. Pull fabric taut. 41 b. Thread tension bar through fabric and attach to terminal posts with bands or 42

clips spaced maximum of 15 inches on center. 43

3. Accessories 44 a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. 45 b. Fasteners: Install nuts on side of fence opposite fabric side for added security. 46 c. Slats: Install slats in accordance with manufacturer’s instructions. 47

Page 220: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 13 - 7 CHAIN LINK FENCE AND GATES

Page 7 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

C. Wrought Iron Installation: install per Drawings 1

D. Steel Tube Fence: install per Drawings 2

3.5 REPAIR/RESTORATION [NOT USED] 3

3.6 RE-INSTALLATION [NOT USED] 4

3.7 FIELD QUALITY CONTROL [NOT USED] 5

3.8 SYSTEM STARTUP [NOT USED] 6

3.9 ADJUSTING [NOT USED] 7

3.10 CLEANING [NOT USED] 8

3.11 CLOSEOUT ACTIVITIES [NOT USED] 9

3.12 PROTECTION [NOT USED] 10

3.13 MAINTENANCE [NOT USED] 11

3.14 ATTACHMENTS [NOT USED] 12

END OF SECTION 13

14

Revision Log

DATE NAME SUMMARY OF CHANGE

12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility projects

15

Page 221: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 26 - 1 WIRE FENCE AND GATES

Page 1 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

SECTION 32 31 26 1

WIRE FENCE AND GATES 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Furnish and construct fence of barbed or smooth wire. 6

2. On utility projects: 7 a. When existing fence is within the project Site (i.e. parallel to the utility trench 8

and/or within utility easement) and is directly disturbed by construction 9 activities, fencing will be paid for as listed in Article 1.2 below. 10

b. When existing fence is crossing the proposed utility trench, the work performed 11 and materials furnished in accordance with fence replacement will be 12 considered subsidiary to the trench and no other compensation will be allowed. 13

c. When existing fence is outside of the limits of the project Site or is identified as 14 protected on the Drawings and is disturbed and/or by construction activities, 15 replacement will be at the expense of the Contractor and no other 16 compensation will be allowed. 17

B. Deviations from this City of Fort Worth Standard Specification 18 For Miscellaneous Water and Sewer Contracts, fence repair/replacements shall be 19 subsidiary to the price bid per linear foot of pipe. No additional compensation will be 20 allowed. 21

C. Related Specification Sections include, but are not necessarily limited to: 22

1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 23

2. Division 1 - General Requirements 24

1.2 PRICE AND PAYMENT PROCEDURES 25

A. Measurement and Payment 26

1. Wire Fence 27 a. Measurement 28

1) Measurement for this Item shall be by the linear foot of Wire Fence, 29 excluding gates. 30

b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32

and measured as provided under “Measurement” will be paid for at the unit 33 price bid per linear foot of Wire fence installed for various: 34 a) Post types 35 b) Wire types 36 c) Number of Strands as specified in the Drawings 37

c. The price bid shall include: 38 1) Removal of existing fence and/or, unless specifically defined as a separate 39

pay item on Drawings 40 2) Furnishing, preparing, hauling, and installing Wire Fence 41 3) Excavation, backfilling, and disposal of surplus material 42 4) Removal and trimming of brush and tree limbs 43

2. Steel Gates 44

Page 222: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 26 - 2 WIRE FENCE AND GATES

Page 2 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

a. Measurement 1 1) Measurement for this Item shall be per each Steel Fence. 2

b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4

and measured as provided under “Measurement” will be paid for at the unit 5 price bid per each Steel Gate by height. 6

c. The price bid shall include: 7 1) Removal of existing fence and/or gates, unless specifically defined as a 8

separate pay item on Drawings 9 2) Furnishing, preparing, hauling, and installing Steel Gates 10 3) Excavation, backfilling, and disposal of surplus material 11 4) Removal and trimming of brush and tree limbs 12

1.3 REFERENCES 13

A. Reference Standards 14

1. Reference standards cited in this specification refer to the current reference 15 standard published at the time of the latest revision date logged at the end of this 16 specification, unless a date is specifically cited. 17

2. American Society for Testing and Materials (ASTM): 18 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 19

Wrought 20 b. A 121, Standard Specification for Metallic-Coated, Carbon Steel Barbed Wire 21 c. A 116, Standard Specification for Metallic-Coated, Steel Woven Wire Fence 22

Fabric 23 d. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated 24

(Galvanized) Welded, for Fence Structures 25

3. American Wood Protection Association (AWPA) 26 a. P8/P9, Standard for Oil-Borne Preservatives 27 b. C5, Fence Posts - Preservative Treatment by Pressure Processes 28

1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29

1.5 ACTION SUBMITTALS [NOT USED] 30

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 31

1.7 CLOSEOUT SUBMITTALS [NOT USED] 32

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33

1.9 QUALITY ASSURANCE [NOT USED] 34

1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 35

1.11 FIELD [SITE] CONDITIONS [NOT USED] 36

1.12 WARRANTY [NOT USED] 37

PART 2 - PRODUCTS 38

2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 39

2.2 MATERIALS 40

A. Furnish materials in accordance with details shown on the Drawings and with the 41 following requirements. 42

Page 223: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 26 - 3 WIRE FENCE AND GATES

Page 3 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

B. Metal Posts and Braces 1

1. Steel Pipe: ASTM F 1083 2

2. T posts: ASTM A 702 3

3. Use only new steel. Do not use rerolled or open-seam material. 4

4. Furnish galvanized steel sections in ASTM F 1083. 5

5. Painting 6 a. Use an approved anticorrosive coating. 7 b. After installation of painted posts and braces, spot-coat damaged areas with 8

the same paint color. 9 c. Use paint with at least the same anticorrosive properties as the original paint. 10

6. Use the size, weight, and area of posts, braces, and anchor plates shown on the 11 Drawings. 12

C. Wood Posts and Braces 13

1. Untreated Wood: cedar or juniper timber 14

2. Treated Wood 15 a. AWPA standards govern materials and methods of treatments including 16

seasoning, preservatives, and inspection for treatment. 17 b. Each piece or bundle of other treated-timber products must have: 18

1) Legible brand mark or tag indicating the name of the treater 19 2) Date of treatment or lot number 20 3) AWPA treatment specification symbol 21

c. Provide the level of preservative indicated in Table 1. 22

Table 1 23 Minimum Retention of Preservative 24

Product

Penta-chlorophe

nol (lb./cu.

ft.)

AWPA Standar

d for Treatme

nt AWPA Preservative

Standard (P8/P9)

Wire fence posts (round)1 0.4 C5

1. Retention determined by assay (0 to 1.0-inch zone). 25

3. Use sound timber that is free from decay, shakes, splits, or other defects that 26 would weaken the posts or braces or otherwise make them structurally unsuitable 27 for the purposes intended. 28

4. Knots that are sound, tight, trimmed flush, and not in clusters will be allowed, 29 provided they do not exceed 1/3 of the small diameter or the least dimension of 30 the posts and braces. 31

5. Remove spurs and splinters, cutting the ends square. 32

D. Gates and Gateposts: Furnish materials to the required dimensions. 33

E. Barbed and Smooth Wire: ASTM A 121, Class 1 34

1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 35

Page 224: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 26 - 4 WIRE FENCE AND GATES

Page 4 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart 1

F. Wire Mesh: ASTM A 116, Class 1 2

1. Top and bottom wires: at least 10 gauge wire 3

2. Intermediate wires and vertical stays: 12 1/2 gauge wire 4

G. Miscellaneous 5

1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices for 6 holding barbed wire and wire mesh firmly to metal posts. 7

2. Use material of good commercial quality and design. 8

3. Provide galvanized staples, at least 1 1/2 inch long. 9

H. Concrete 10

1. Minimum 28 day compressive strength of 3,000 psi 11

2. Bagged concrete allowed. 12

2.3 ACCESSORIES [NOT USED] 13

2.4 SOURCE QUALITY CONTROL [NOT USED] 14

PART 3 - EXECUTION 15

3.1 INSTALLERS [NOT USED] 16

3.2 EXAMINATION [NOT USED] 17

3.3 PREPARATION [NOT USED] 18

3.4 INSTALLATION 19

A. Space fence posts as shown on the Drawings or to match existing. 20

B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the 21 Drawings or to match existing. 22

C. Brace corner and pull posts in 2 directions. 23

D. Brace end posts and gateposts in 1 direction. 24

E. Install a corner post where the alignment changes 30 degrees or more. 25

F. At alignment angles between 15 and 30 degrees, brace the angle post to the adjacent 26 line posts with diagonal tension wires. 27

G. At grade depressions where stresses tend to pull posts out of the ground, snub or guy 28 the fencing at the critical point with a double 9 gauge galvanized wire. 29

H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom 30 wire or wire mesh fabric, and to a deadman weighing at least 100 pounds. 31

I. Stretch the fence before guying and snubbing. 32

J. Install number stands at spacing shown in Drawings. 33

K. Install corner, end, or angle post assembly before stretching the wire between posts. 34

L. Connect existing cross fences to the new fences and corner posts at junctions with 35 existing fences. 36

Page 225: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 26 - 5 WIRE FENCE AND GATES

Page 5 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or 1 staples, or as shown on the Drawings. 2

N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet 3 intervals for wood posts. 4

O. Drive metal line posts provided driving does not damage the posts. 5

P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum of 24 6 inches and crowned at the top to shed water. 7

Q. Thoroughly tamp backfill in 4 inch layers. 8

R. Notch timber posts. 9

3.5 REPAIR/RESTORATION [NOT USED] 10

3.6 RE-INSTALLATION [NOT USED] 11

3.7 FIELD QUALITY CONTROL [NOT USED] 12

3.8 SYSTEM STARTUP [NOT USED] 13

3.9 ADJUSTING [NOT USED] 14

3.10 CLEANING [NOT USED] 15

3.11 CLOSEOUT ACTIVITIES [NOT USED] 16

3.12 PROTECTION [NOT USED] 17

3.13 MAINTENANCE [NOT USED] 18

3.14 ATTACHMENTS [NOT USED] 19

20

END OF SECTION 21

Revision Log

DATE NAME SUMMARY OF CHANGE

12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility projects

22

Page 226: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 29 - 1 WOOD FENCE AND GATES

Page 1 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

SECTION 32 31 29 1

WOOD FENCE AND GATES 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes 5

1. Construction of wood fences and gates along boundaries, property lines in 6 accordance with the City’s Zoning Ordinance. 7

2. On utility projects: 8 a. When existing fence is within the project Site (i.e. parallel to the utility trench 9

and/or within utility easement) and is directly disturbed by construction 10 activities, fencing will be paid for as listed in Article 1.2 below. 11

b. When existing fence is crossing the proposed utility trench, the work performed 12 and materials furnished in accordance with fence replacement will be 13 considered subsidiary to the trench and no other compensation will be allowed. 14

c. When existing fence is outside of the limits of the project Site or is identified as 15 protected on the Drawings and is disturbed and/or by construction activities, 16 replacement will be at the expense of the Contractor and no other 17 compensation will be allowed. 18

B. Deviations from this City of Fort Worth Standard Specification 19 For Miscellaneous Water and Sewer Contracts, fence repair/replacements shall be 20 subsidiary to the price bid per linear foot of pipe. No additional compensation will be 21 allowed. 22

C. Related Specification Sections include, but are not necessarily limited to: 23

1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 24

2. Division 1 - General Requirements 25

1.2 PRICE AND PAYMENT PROCEDURES 26

A. Measurement and Payment 27

1. Measurement 28 a. Measurement for this Item shall be by the linear foot of Wood Fence installed, 29

including gates. 30

2. Payment 31 a. The work performed and materials furnished in accordance with this Item and 32

measured as provided under “Measurement” will be paid for at the unit price 33 bid per linear foot of Wood Fence installed for by height. 34

3. The price bid shall include: 35 a. Furnishing all materials for fence and gates 36 b. All preparation, erection and installation of materials 37

1.3 REFERENCES 38

A. Reference Standards 39

1. Reference standards cited in this specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 specification, unless a date is specifically cited. 42

Page 227: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 29 - 2 WOOD FENCE AND GATES

Page 2 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

2. American Society for Testing and Materials (ASTM): 1 a. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron 2

and Steel Products 3 b. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon 4

Steel Structural Tubing in Rounds and Shapes 5 c. F 1043, Standard Specification for Strength and Protective Coatings on Steel 6

Industrial Chain Link Fence Framework 7 d. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated 8

(Galvanized) Welded, for Fence Structures 9

1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10

1.5 SUBMITTALS 11

A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of 12 components, accessories and post foundations 13

B. Product data: Manufacturer’s catalog cuts indicating material compliance and specified 14 options 15

C. Building Permit: All fences over 6 feet 16

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17

1.7 CLOSEOUT SUBMITTALS [NOT USED] 18

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19

1.9 QUALITY ASSURANCE [NOT USED] 20

1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21

1.11 FIELD [SITE] CONDITIONS [NOT USED] 22

1.12 WARRANTY [NOT USED] 23

PART 2 - PRODUCTS 24

2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 25

2.2 MATERIALS 26

A. General 27

1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or equal. 28

2. Post tops may be of aluminum. 29

B. Slats: Redwood or cedar free from all major decay or defects which would weaken or 30 otherwise cause them to be unsuitable for fence slats. 31

C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match existing. 32

D. Corner, Gate, End, or Line Posts 33

1. Wood Posts 34 a. Minimum size: 4-inch x 4-inch cedar wood post or match existing 35 b. Free from all decay, splits, multiple cracks, or any other defect which would 36

weaken the posts or otherwise cause them to be structurally unsuitable for the 37 purpose intended 38

2. Steel Posts 39

Page 228: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 29 - 3 WOOD FENCE AND GATES

Page 3 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

a. Steel pipe - Type I 1 1) ASTM F 1083 2 2) Standard weight schedule 40 3 3) Minimum yield strength: 30,000 psi 4 4) Sizes as indicated on Drawings 5 5) Hot-dipped galvanized with minimum average 1.8 oz/ft² of coated surface 6

area. 7 b. Steel pipe - Type II 8

1) ASTM F 1043, Group IC 9 2) Minimum yield strength: 50,000 psi 10 3) Sizes as indicated on Drawings 11 4) Protective coating per ASTM F 1043 12 5) External coating Type B 13

a) Zinc with organic overcoat 14 b) 0.9 oz/ft² minimum zinc coating with chromate conversion coating and 15

verifiable polymer film 16 6) Internal coating Type B 17

a) Minimum 0.9 oz/ft² zinc or Type D, zinc pigmented, 81 percent 18 nominal coating, minimum 3 mils 19

c. Formed steel (“C”) sections 20 1) Roll formed steel shapes complying with ASTM F 1043, Group II 21 2) Minimum yield strength: 45,000 psi (310 MPa) 22 3) Sizes as indicated on Drawings 23 4) External coating per ASTM F 1043, Type A 24

a) Minimum average 2.0 oz/ft² of zinc per ASTM A 123 25 d. Steel square sections 26

1) ASTM A 500, Grade B 27 2) Minimum yield strength: 40,000 psi 28 3) Sizes as indicated 29 4) Hot-dipped galvanized with minimum 1.8 oz/ft² of coated surface area 30

3. Accessories 31 a. Post caps 32

1) Formed steel or cast malleable iron weather tight closure cap for tubular 33 posts. 34

2) Provide one cap for each post. 35 3) Cap to have provision for barbed wire when necessary. 36 4) “C” shaped line post without top rail or barbed wire supporting arms do 37

not require post caps. 38 5) Where top rail is used, provide tops to permit passage of top rail. 39

4. Setting Materials 40 a. Concrete 41

1) Minimum 28 day compressive strength of 3,000 psi 42 2) Bagged concrete allowed. 43

2.3 ACCESSORIES [NOT USED] 44

2.4 SOURCE QUALITY CONTROL [NOT USED] 45

PART 3 - EXECUTION 46

3.1 INSTALLERS [NOT USED] 47

Page 229: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 29 - 4 WOOD FENCE AND GATES

Page 4 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

3.2 EXAMINATION 1

A. Verification of Conditions 2

1. Verify areas to receive fencing are completed to final grades and elevations. 3

2. Ensure property lines and legal boundaries of work are clearly established. 4

3.3 PREPARATION [NOT USED] 5

3.4 INSTALLATION 6

A. Wood Fence Framing 7

1. Steel Posts are required for all required screening fences. 8

2. Locate terminal post at each fence termination and change in horizontal or vertical 9 direction of 30 degrees or more. 10

3. Space line posts uniformly at 10 feet on center. 11

4. Set all posts in concrete. 12 a. Drill holes in firm, undisturbed or compacted soil. 13 b. Drill hole diameter 4 times greater than outside dimension of post (minimum 14

12 inches). 15 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 16 d. Excavate deeper as required for adequate support in soft and loose soils, and 17

for posts with heavy lateral loads. 18 e. Place concrete around posts in a continuous pour. 19 f. Trowel finish around post. Slope to direct water away from posts. 20

5. Check each post for vertical and top alignment, and maintain in position during 21 placement and finishing operations. 22

B. Slats 23

1. Place slats approximately 1 inch above the ground, and on a straight grade 24 between posts by excavating high points of the ground. 25

2. Fasten slats to top and bottom railings with 2 galvanized screws designed for wood 26 fence construction at both the top and bottom rail. 27

3.5 REPAIR/RESTORATION [NOT USED] 28

3.6 RE-INSTALLATION [NOT USED] 29

3.7 FIELD QUALITY CONTROL [NOT USED] 30

3.8 SYSTEM STARTUP [NOT USED] 31

3.9 ADJUSTING [NOT USED] 32

3.10 CLEANING [NOT USED] 33

3.11 CLOSEOUT ACTIVITIES [NOT USED] 34

3.12 PROTECTION [NOT USED] 35

3.13 MAINTENANCE [NOT USED] 36

3.14 ATTACHMENTS [NOT USED] 37

END OF SECTION 38

39

Page 230: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

32 31 29 - 5 WOOD FENCE AND GATES

Page 5 of 5

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

Revision Log

DATE NAME SUMMARY OF CHANGE

12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility projects

1

Page 231: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 05 14 - 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE

Page 1 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

SECTION 33 05 14 1

ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 6 stations and other miscellaneous structures to a new grade 7

B. Deviations from this City of Fort Worth Standard Specification 8 1.2 Price and Payment Procedures 9 A. Measurement and Payment 10 9. Remove existing sewer manhole concrete section and raise or lower rim (Maximum 3 11 vertical feet) by removing the existing cone section and installing a new cone section to 12 proposed elevation. This is only applicable to concrete manholes. 13 5. Valve Box 14 b. Payment- For Misc. Contracts, valve box adjustment are incidental to the valve 15 installation cost. 16

C. Related Specification Sections include, but are not necessarily limited to: 17

1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 18

2. Division 1 – General Requirements 19

3. Section 32 01 17 – Permanent Asphalt paving Repair 20

4. Section 32 01 29 – Concrete Paving Repair 21

5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 22

6. Section 33 05 13 – Frame, Cover and Grade Rings 23

7. Section 33 39 10 – Cast-in-Place Concrete Manholes 24

8. Section 33 39 20 – Precast Concrete Manholes 25

9. Section 33 12 20 – Resilient Seated (Wedge) Gate Valve 26

10. Section 33 12 21 – AWWA Rubber-Seated Butterfly Valve 27

11. Section 33 04 11 – Corrosion Control Test Station 28

12. Section 33 04 12 – Magnesium Anode Cathodic Protection System 29

1.2 PRICE AND PAYMENT PROCEDURES 30

A. Measurement and Payment 31

1. Manhole – Minor Adjustment 32 a. Measurement 33

1) Measurement for this Item shall be per each adjustment using only grade 34 rings or other minor adjustment devices to raise or lower a manhole to a 35 grade as specified on the Drawings. 36

b. Payment 37 1) The work performed and the materials furnished in accordance with this 38

Item will be paid for at the unit price bid per each “Manhole Adjustment, 39 Minor” completed. 40

Page 232: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 05 14 - 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE

Page 2 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

c. The price bid shall include: 1 1) Pavement removal 2 2) Excavation 3 3) Hauling 4 4) Disposal of excess material 5 5) Grade rings or other adjustment device 6 6) Reuse of the existing manhole frame and cover 7 7) Furnishing, placing and compaction of embedment and backfill 8 8) Concrete base material 9 9) Permanent asphalt patch or concrete paving repair, as required 10 10) Clean-up 11

2. Manhole - Major Adjustment 12 a. Measurement 13

1) Measurement for this Item shall be per each adjustment requiring 14 structural modifications to raise or lower a manhole to a grade as specified 15 on the Drawings. 16

b. Payment 17 1) The work performed and the materials furnished in accordance with this 18

Item will be paid for at the unit price bid per each “Manhole Adjustment, 19 Major” completed. 20

c. The price bid shall include: 21 1) Pavement removal 22 2) Excavation 23 3) Hauling 24 4) Disposal of excess material 25 5) Structural modifications, grade rings or other adjustment device 26 6) Reuse of the existing manhole frame and cover 27 7) Furnishing, placing and compaction of embedment and backfill 28 8) Concrete base material 29 9) Permanent asphalt patch or concrete paving repair, as required 30 10) Clean-up 31

3. Manhole - Major Adjustment with Frame and Cover 32 a. Measurement 33

1) Measurement for this Item shall be per each adjustment requiring 34 structural modifications to raise or lower a manhole to a grade specified on 35 the Drawings or structural modifications for a manhole requiring a new 36 frame and cover, often for changes to cover diameter. 37

b. Payment 38 1) The work performed and the materials furnished in accordance with this 39

Item will be paid for at the unit price bid per each “Manhole Adjustment, 40 Major w/ Cover” completed. 41

c. The price bid shall include: 42 1) Pavement removal 43 2) Excavation 44 3) Hauling 45 4) Disposal of excess material 46 5) Structural modifications, grade rings or other adjustment device 47 6) Frame and cover 48 7) Furnishing, placing and compaction of embedment and backfill 49 8) Concrete base material 50

Page 233: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 05 14 - 3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE

Page 3 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

9) Permanent asphalt patch or concrete paving repair, as required 1 10) Clean-up 2

4. Inlet 3 a. Measurement 4

1) Measurement for this Item shall be per each adjustment requiring 5 structural modifications to inlet to a grade specified on the Drawings. 6

b. Payment 7 1) The work performed and the materials furnished in accordance with this 8

Item will be paid for at the unit price bid per each “Inlet Adjustment” 9 completed. 10

c. The price bid shall include: 11 1) Pavement removal 12 2) Excavation 13 3) Hauling 14 4) Disposal of excess material 15 5) Structural modifications 16 6) Furnishing, placing and compaction of embedment and backfill 17 7) Concrete base material, as required 18 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 19

required 20 9) Clean-up 21

5. Valve Box 22 a. Measurement 23

1) Measurement for this Item shall be per each adjustment to a grade 24 specified on the Drawings. 25

b. Payment 26 1) The work performed and the materials furnished in accordance with this 27

Item will be paid for at the unit price bid per each “Valve Box Adjustment” 28 completed. 29

c. The price bid shall include: 30 1) Pavement removal 31 2) Excavation 32 3) Hauling 33 4) Disposal of excess material 34 5) Adjustment device 35 6) Furnishing, placing and compaction of embedment and backfill 36 7) Concrete base material, as required 37 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 38

required 39 9) Clean-up 40

6. Cathodic Protection Test Station 41 a. Measurement 42

1) Measurement for this Item shall be per each adjustment to a grade 43 specified on the Drawings. 44

b. Payment 45 1) The work performed and the materials furnished in accordance with this 46

Item will be paid for at the unit price bid per each “Cathodic Protection 47 Test Station Adjustment” completed. 48

c. The price bid shall include: 49 1) Pavement removal 50

Page 234: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 05 14 - 4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE

Page 4 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

2) Excavation 1 3) Hauling 2 4) Disposal of excess material 3 5) Adjustment device 4 6) Furnishing, placing and compaction of embedment and backfill 5 7) Concrete base material, as required 6 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 7

required 8 9) Clean-up 9

7. Fire Hydrant 10 a. Measurement 11

1) Measurement for this Item shall be per each adjustment requiring stem 12 extensions to meet a grade specified by the Drawings. 13

b. Payment 14 1) The work performed and the materials furnished in accordance with this 15

Item will be paid for at the unit price bid per each “Fire Hydrant Stem 16 Extension” completed. 17

c. The price bid shall include: 18 1) Pavement removal 19 2) Excavation 20 3) Hauling 21 4) Disposal of excess material 22 5) Adjustment materials 23 6) Furnishing, placing and compaction of embedment and backfill 24 7) Concrete base material, as required 25 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 26

required 27 9) Clean-up 28

8. Miscellaneous Structure 29 a. Measurement 30

1) Measurement for this Item shall be per each adjustment requiring 31 structural modifications to said structure to a grade specified on the 32 Drawings. 33

b. Payment 34 1) The work performed and the materials furnished in accordance with this 35

Item will be paid for at the unit price bid per each “Miscellaneous Structure 36 Adjustment” completed. 37

c. The price bid shall include: 38 1) Pavement removal 39 2) Excavation 40 3) Hauling 41 4) Disposal of excess material 42 5) Structural modifications 43 6) Furnishing, placing and compaction of embedment and backfill 44 7) Concrete base material 45 8) Permanent asphalt patch or concrete paving repair, as required 46 9) Clean-up 47

1.3 REFERENCES 48

A. Definitions 49

Page 235: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 05 14 - 5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE

Page 5 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1. Minor Adjustment 1 a. Refers to a small elevation change performed on an existing manhole where 2

the existing frame and cover are reused. 3

2. Major Adjustment 4 a. Refers to a significant elevation change performed on an existing manhole 5

which requires structural modification or when a 24-inch ring is changed to a 6 30-inch ring. 7

B. Reference Standards 8

1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11

2. Texas Commission on Environmental Quality (TCEQ): 12 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 – Manholes and 13

Related Structures. 14

1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15

1.5 SUBMITTALS [NOT USED] 16

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17

1.7 CLOSEOUT SUBMITTALS [NOT USED] 18

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19

1.9 QUALITY ASSURANCE [NOT USED] 20

1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21

1.11 FIELD [SITE] CONDITIONS [NOT USED] 22

1.12 WARRANTY [NOT USED] 23

PART 2 - PRODUCTS 24

2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 25

2.2 MATERIALS 26

A. Cast-in-Place Concrete 27

1. See Section 03 30 00. 28

B. Modifications to Existing Concrete Structures 29

1. See Section 03 80 00. 30

C. Grade Rings 31

1. See Section 33 05 13. 32

D. Frame and Cover 33

1. See Section 33 05 13. 34

E. Backfill material 35

1. See Section 33 05 10. 36

Page 236: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 05 14 - 6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE

Page 6 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

F. Water valve box extension 1

1. See Section 33 12 20. 2

G. Corrosion Protection Test Station 3

1. See Section 33 04 11. 4

H. Cast-in-Place Concrete Manholes 5

1. See Section 33 39 10. 6

I. Precast Concrete Manholes 7

1. See Section 33 39 20. 8

2.3 ACCESSORIES [NOT USED] 9

2.4 SOURCE QUALITY CONTROL [NOT USED] 10

PART 3 - EXECUTION 11

3.1 INSTALLERS [NOT USED] 12

3.2 EXAMINATION 13

A. Verification of Conditions 14

1. Examine existing structure to be adjusted, for damage or defects that may affect 15 grade adjustment. 16 a. Report issue to City for consideration before beginning adjustment. 17

3.3 PREPARATION 18

A. Grade Verification 19

1. On major adjustments confirm any grade change noted on Drawings is consistent 20 with field measurements. 21 a. If not, coordinate with City to verify final grade before beginning adjustment. 22

3.4 ADJUSTMENT 23

A. Manholes, Inlets, and Miscellaneous Structures 24

1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 25 30-inch frame and cover assembly per TCEQ requirement. 26

2. On manhole major adjustments, inlets and miscellaneous structures protect the 27 bottom using wood forms shaped to fit so that no debris blocks the invert or the 28 inlet or outlet piping in during adjustments. 29 a. Do not use any more than a 2-piece bottom. 30

3. Do not extend chimney portion of the manhole beyond 24 inches. 31

4. Use the least number of grade rings necessary to meet required grade. 32 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 33

rings. 34

B. Valve Boxes 35

1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 36 the Drawings. 37

C. Backfill and Grading 38

Page 237: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 05 14 - 7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE

Page 7 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1. Backfill area of excavation surrounding each adjustment in accordance to Section 1 33 05 10. 2

D. Pavement Repair 3

1. If required pavement repair is to be performed in accordance with Section 32 01 17 4 or Section 32 01 29. 5

3.5 REPAIR / RESTORATION [NOT USED] 6

3.6 RE-INSTALLATION [NOT USED] 7

3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 8

3.8 SYSTEM STARTUP [NOT USED] 9

3.9 ADJUSTING [NOT USED] 10

3.10 CLEANING [NOT USED] 11

3.11 CLOSEOUT ACTIVITIES [NOT USED] 12

3.12 PROTECTION [NOT USED] 13

3.13 MAINTENANCE [NOT USED] 14

3.14 ATTACHMENTS [NOT USED] 15

END OF SECTION 16

Revision Log

DATE NAME SUMMARY OF CHANGE

12/20/2012 D. Johnson

1.2.A – Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment

requiring a new frame and cover; Added items to be included in price bids; Blue text added for clarification for miscellaneous structure

adjustments 3.4 – Pavement repair requirements were added

17

Page 238: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 1 WATER SERVICES 1-INCH TO 2-INCH

Page 1 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

SECTION 33 12 10 1

WATER SERVICES 1-INCH TO 2-INCH 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of-6 way, fittings and water meter boxes complete in place, as shown on the Drawings, 7 directed by the Engineer, and specified herein for: 8 a. New Water Service 9 b. New Water Service (Bored) 10 c. Water Meter Service Relocate 11 d. Private Water Service 12

B. Deviations from this City of Fort Worth Standard Specification 13 The relocation, replacement, or reconnection of water services will be required as shown 14 on the plans, and/or as described in these Special Contract Documents in addition to 15 those located in the field and identified by the Engineer. 16 17 1.2 Price and Payment Procedures 18 A. Measurement and Payment 19 1. New Water Service 20 b.) Payment for all work and materials such as tap saddle, corporation stops, and 21 fittings shall be included in the price bid for Service Taps to Mains. 22

Payment for all work and materials such as furnishing and setting new meter box shall be 23 included in the price bid for furnish and set meter box. 24 Payment for all work and materials such as backfill, fittings, type K copper tubing, and 25 curb stop with lock wings shall be included in the Linear Foot price bid for Service Line 26 from Main to Meter five (5) feet behind the meter. 27

MULTIPLE SERVICE BRANCHES: When multiple service branches are required the 28 contractor shall furnish approved factory manufactured branches. 29

Payment for multiple service branches will include furnishing and installing the multiple 30 service branch only and all other cost will be included in other appropriate bid item(s). 31

32

3. Water Meter Service Reconnect 33

b.) Payment 34

1. No additional compensation will be given in Miscellaneous Contracts for water 35 service reconnections. 36

C. Products Installed but not Furnished Under this Section 37

1. Water meters for various sizes 38

39

D. Related Specification Sections include, but are not necessarily limited to: 40

1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 41

Page 239: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 2 WATER SERVICES 1-INCH TO 2-INCH

Page 2 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

2. Division 1 – General Requirements 1

3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 2

4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 3

5. Section 33 12 25 – Connection to Existing Water Mains 4

1.2 PRICE AND PAYMENT PROCEDURES 5

A. Measurement and Payment 6

1. New Water Service 7 a. Measurement 8

1) Measurement for this Item shall be per each new “Water Service” complete 9 in place from the tap of the main to the installation of the meter box and 10 associated appurtenances where the service line is installed by open cut 11 construction. 12

b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14

and measured as provided under “Measurement” will be paid for at the unit 15 price bid per each “Water Service” installed for: 16 a) Various sizes 17

c. The price bid shall include: 18 1) Furnishing and installing New Service Line as specified by the Drawings 19 2) Submitting product data 20 3) Tapping saddle 21 4) Corporation stop 22 5) Curb stop 23 6) Fittings 24 7) Service line installed by open cut 25 8) Connection to meter 26 9) Meter Box and Lid 27 10) Pavement removal 28 11) Excavation 29 12) Hauling 30 13) Disposal of excess material 31 14) Surface Restoration associated with Meter Box installation and connection, 32

excluding grass (seeding, sodding or hydro-mulch paid separately) 33 15) Clean-up 34 16) Disinfection 35 17) Testing 36

2. New Bored Water Service 37 a. Measurement 38

1) Measurement for this Item shall be per each new Water Service complete 39 in place from the tap of the main to the installation of the meter box and 40 associated appurtenances where the service line is installed by trenchless 41 method. 42

b. Payment 43 1) The work performed and materials furnished in accordance with this Item 44

and measured as provided under “Measurement” will be paid for at the unit 45 price bid per each “Bored Water Service” installed for: 46 a) Various sizes 47

c. The price bid shall include: 48

Page 240: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 3 WATER SERVICES 1-INCH TO 2-INCH

Page 3 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

1) Submitting product data 1 2) Tapping saddle 2 3) Corporation stop 3 4) Curb stop 4 5) Fittings 5 6) Service line installed by trenchless method 6 7) Connection to meter 7 8) Meter Box and Lid 8 9) Pavement removal 9 10) Excavation 10 11) Hauling 11 12) Disposal of excess material 12 13) Surface restoration associated with Meter Box installation and connection, 13

excluding grass (seeding, sodding or hydro-mulch paid separately) 14 14) Clean-up 15 15) Disinfection 16 16) Testing 17

3. Water Meter Service Reconnect 18 a. Measurement 19

1) Measurement for this Item shall be per each Water Meter Service 20 Reconnect complete in place from public service line connection to private 21 service line connection. 22

b. Payment 23 1) The work performed in conjunction with relocation of the meter, associated 24

private service line, fittings and meter box 5 feet or less in any direction 25 from centerline of existing meter location and the materials furnished in 26 accordance with this Item will be paid for at the unit price bid per each 27 “Water Meter Service, Reconnection” installed for: 28 a) Various size of services 29

c. The price bid shall include: 30 1) Private service line 31 2) Fittings 32 3) Private connection to water meter 33 4) Connection to existing private service line 34 5) Cut and crimp of existing service 35 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, 36

as directed by City 37 7) Pavement removal 38 8) Excavation 39 9) Hauling 40 10) Disposal of excess material 41 11) Surface restoration for area disturbed for installation of meter box, 42

excluding grass (seeding, sodding or hydro-mulch paid separately) 43 12) Clean-up 44 13) Cleaning 45 14) Disinfection 46 15) Testing 47

4. Private Water Service Relocation 48 a. Measurement 49

Page 241: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 4 WATER SERVICES 1-INCH TO 2-INCH

Page 4 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

1) Measurement for this Item shall be per linear foot of Private Service 1 relocation complete in place from the meter box to a connection to the 2 existing service line on private property. 3

b. Payment 4 1) The work performed in conjunction with Private Service Line installation 5

where the meter and meter boxes are moved more than 5 feet in any 6 direction from centerline of existing meter location and materials furnished 7 in accordance with the Item and measured as provided under 8 “Measurement” will be paid for at the unit price bid per linear foot of 9 “Private Water Service” performed for: 10 a) Various service sizes 11

c. The price bid shall include: 12 1) Obtaining appropriate permit 13 2) Obtaining Right of Entry 14 3) Submitting product data 15 4) Private service line 16 5) Fittings 17 6) Backflow preventer, check valve, and isolation valve relocation, if applicable 18 7) Connection to existing private service line 19 8) Pavement removal and replacement 20 9) Excavation 21 10) Hauling 22 11) Disposal of excess material 23 12) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid 24

separately) 25 13) Clean-up 26 14) Cleaning 27 15) Disinfection 28 16) Testing 29

1.3 REFERENCES 30

A. Definitions 31

1. New Service 32 a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction 33

from the water main to the right-of-way, including corporation stop, curb stop, 34 fittings and water meter boxes complete in place, as shown on the Drawings. 35

2. New Service (Bored) 36 a. Installation of new 1-inch to 2-inch Water Service Line by trenchless 37

construction method from the water main to the right-of-way, including 38 corporation stop, curb stop, fittings and water meter boxes complete in place, 39 as shown on the Drawings. 40

3. Meter Service Reconnection 41 a. Relocation and reconnection of the private service line from an existing meter 42

to be abandoned and a new meter installed that lies within 5 feet of the 43 existing meter. 44

4. Private Service Relocation 45 a. Relocation and reconnection of private service line behind the water meter 46

where the existing meter to be abandoned and the new meter installed is 47 greater than 5 feet of the existing meter. A licensed plumber is required to 48 relocate the private service. 49

Page 242: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 5 WATER SERVICES 1-INCH TO 2-INCH

Page 5 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

5. Lead-free 1 a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 2

percent lead in accordance with the reduction of Lead in Drinking Water Act 3 (P.L. 111-380). 4

B. Reference Standards 5

1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification, unless a date is specifically cited. 8

2. ASTM International (ASTM): 9 a. A48, Standard Specification for Gray Iron Castings. 10 b. A536, Standard Specification for Ductile Iron Castings. 11 c. B88, Standard Specification for Seamless Copper Water Tube. 12 d. B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes. 13 e. C131, Standard Specification for Resistance to Degradation of Small-Size 14

Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 15 f. C150, Standard Specification for Portland Cement. 16 g. C330, Standard Specification for Lightweight Aggregates for Structural 17

Concrete. 18 h. D883, Standard Terminology Relating to Plastics. 19

3. American Water Works Association (AWWA): 20 a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case. 21 b. C800, Underground Service Line Valves and Fittings. 22

4. NSF International (NSF): 23 a. 61, Drinking Water System Components - Health Effects. 24

5. Reduction of Lead in Drinking Water Act 25 a. Public Law 111-380 (P.L. 111-380) 26

1.4 ADMINISTRATIVE REQUIREMENTS 27

A. Scheduling 28

1. Provide advance notice for service interruptions and meet requirements of Division 29 0 and Division 1. 30

1.5 SUBMITTALS 31

A. Submittals shall be in accordance with Section 01 33 00. 32

B. All submittals shall be approved by the City prior to delivery. 33

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34

A. Product Data, if applicable: 35

1. Tapping Saddle 36

2. Corporation stop 37

3. Curb Stop 38

4. Service Line 39

5. Meter Box 40

6. Meter Box Lid 41

B. Certificates and Test Reports 42

Page 243: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 6 WATER SERVICES 1-INCH TO 2-INCH

Page 6 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

1. Prior to shipment of any Water Service components, the manufacturer shall submit 1 the following: 2 a. A Certificate of Adequacy of Design stating that the components to be 3

furnished comply with all regulatory requirements identified in this Section 4 including: 5 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 6 2) AWWA C800 7 3) NSF 61 8

1.7 CLOSEOUT SUBMITTALS [NOT USED] 9

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10

1.9 QUALITY ASSURANCE 11

A. Qualifications 12

1. Manufacturers 13 a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 14

61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the 15 requirements of this Specification. 16

1.10 DELIVERY, STORAGE, AND HANDLING 17

A. Storage and Handling Requirements 18

1. Protect all parts such that no damage or deterioration will occur during a prolonged 19 delay from the time of shipment until installation is completed and the units and 20 equipment are ready for operation. 21

2. Protect all equipment and parts against any damage during a prolonged period at 22 the site. 23

3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 24 extremes in temperature. 25

4. Secure and maintain a location to store the material in accordance with Section 01 26 66 00. 27

1.11 FIELD [SITE] CONDITIONS [NOT USED] 28

1.12 WARRANTY [NOT USED] 29

PART 2 - PRODUCTS 30

2.1 OWNER-FURNISHED PRODUCTS 31

A. Water meters for various sizes 32

2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 33

A. Manufacturers 34

1. Only the manufacturers as listed on the City’s Standard Products List will be 35 considered as shown in Section 01 60 00. 36 a. The manufacturer must comply with this Specification and related Sections. 37

2. Any product that is not listed on the Standard Products List is considered a 38 substitution and shall be submitted in accordance with Section 01 25 00. 39

Page 244: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 7 WATER SERVICES 1-INCH TO 2-INCH

Page 7 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

3. The Water Services and appurtenances shall be new and the product of a 1 manufacturer regularly engaged in the manufacturing of Water Services and 2 appurtenances having similar service and size. 3

B. Description 4

1. Regulatory Requirements 5 a. All materials shall conform to the Reduction of Lead in Drinking Water 6

Act (P.L. 111-380). This Act defines “Lead-free” for pipes and other 7 appurtenances to be less than 0.25 percent lead. 8

b. Water Services shall meet or exceed the latest revisions of AWWA C800 and 9 shall meet or exceed the requirements of this Specification. 10

c. All Water Services components in contact with potable water shall conform to 11 the requirements of NSF 61. 12

C. Materials/Design Criteria 13

1. Service Lines 14 a. Provide Type K Copper Tubing per ASTM B88. 15 b. Furnish in the annealed conditions, unless otherwise specified in the Contract 16

Documents. 17

2. Service Couplings 18 a. Fitting Ends 19

1) Flared Copper Tubing with thread dimensions per AWWA C800 20 2) Provide coupling nuts with a machined bearing skirt of a length equal to 21

the tubing outer diameter (O.D.). 22 b. Provide with hexagonal wrench grip compatible with the coupling size. 23 c. Provide lead-free service couplings in accordance with the Reduction of Lead in 24

Drinking Water Act. 25

3. Corporation stops 26 a. Provide brass castings per AWWA C800 for: 27

1) Bodies 28 2) Plugs 29 3) D washers 30 4) Bottom nuts 31

b. Machining and Finishing of Surfaces 32 1) Provide 1 ¾ inch per foot or 0.1458 inch per inch ± 0.007 inch per inch 33

taper of the seating surfaces for the key and body. 34 2) Reduce large end of the tapered surface of the key in diameter by chamfer 35

or turning for a distance that will bring the largest end of the seating 36 surface of the key into the largest diameter of the seating surface of the 37 body. 38

3) Relieve taper seat in the body on the small end. 39 4) Extend small end of the key there-through to prevent the wearing of a 40

shoulder and facilitate proper seating of key. 41 5) Design key, key nut and washer such that if the key nut is tightened to 42

failure point, the stem end of the key shall not fracture. 43 6) Design nut and stem to withstand a turning force on the nut of at least 3 44

times the necessary effort to properly seat the key without failure in any 45 manner. 46

7) Port through corporation stop shall be full size to eliminate turbulence in 47 the flow way. 48

Page 245: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 8 WATER SERVICES 1-INCH TO 2-INCH

Page 8 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

8) Design stop for rotation about the axis of the flow passageway inside the 1 following minimum circles in order to properly clear the tapping machine: 2 a) Two 7/8-inch for 1-inch corporation stops 3 b) Four 15/16-inch for 1 ½ -inch and 2-inch corporation stops 4

c. Provide lead-free corporation stops in accordance with the Reduction of Lead in 5 Drinking Water Act. 6

4. Curb Stops 7 a. Provide brass castings per AWWA C800. 8 b. Valve plugs shall be: 9

1) Cylinder type 10 2) Plug type, or 11 3) Ball type 12

c. Incorporate full flow porting. 13 d. Provide for full 360 degree plug rotation clockwise or counter-clockwise. 14 e. Overall Length 15

1) 3-5/16 inch + 1/8 inch for 1-inch diameter 16 2) 4-1/32 inch + 9.32 for 1-inch diameter 17

f. Cylindrical Plug Type 18 1) Provide O-ring seal at top and bottom. 19

a) O-ring at top only is acceptable if bottom of curb stop body is closed. 20 2) Seals shall be Buna N. 21 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to 22

effectively seal in the closed position. 23 4) The port in the plug shall provide a straight through, full size flow way, so 24

shaped as to eliminate turbulence. 25 5) All waterways shall be smooth and free of burrs or rough areas. 26 6) Design the curb stop to provide ease and accuracy of operation and 27

positive shut-off of water. 28 g. Tapered Plug Type 29

1) Provide O-ring seal at top and bottom. 30 2) The tapered plug and cylindrical recess in the valve body shall be machined 31

to match within approved manufacturing tolerances. 32 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U-33

shaped seal rings backed with O-rings. 34 4) The port in the plug shall provide a straight through, full size flow way, so 35

shaped as to eliminate turbulence. 36 5) All waterways shall be smooth and free of burrs or rough areas. 37 6) Design the curb stop to provide ease and accuracy of operation and 38

positive shut-off of water. 39 h. Ball Plug Type 40

1) Provide double O-ring seals on the stem. 41 2) The ball shall seal against rubber rings mounted in the valve body at the 42

inlet and outlet ports. 43 3) The ball shall be bronze with a smooth Teflon coating. 44 4) The port in the plug shall provide a straight through, full size flow way, so 45

shaped as to eliminate turbulence. 46 5) All waterways shall be smooth and free of burrs or rough areas. 47

i. Provide lead-free curb stops in accordance with the Reduction of Lead in 48 Drinking Water Act. 49

5. Straight Adapters 50

Page 246: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH

Page 9 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

a. Brass castings and threads per AWWA C800 1 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in 2

Drinking Water Act. 3

6. Three Part Copper Unions 4 a. Brass castings and threads per AWWA C800 5 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction 6

of Lead in Drinking Water Act. 7

7. Straight Meter Couplings 8 a. Brass castings per AWWA C800 9 b. Threads per AWWA C700 10 c. Tailpiece with outside iron pipe thread 11 d. Chamfer corners on threaded end of meter nut. 12 e. Machine inside and outside of tailpiece. 13 f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of 14

Lead in Drinking Water Act. 15

8. Branch Connections 16 a. Brass castings per AWWA C800 17 b. Inlet and outlet connections per AWWA C800 18 c. Provide lead-free branch connections in accordance with the Reduction of Lead 19

in Drinking Water Act. 20

9. Service Saddles 21 a. Castings 22

1) Brass or Nylon coated ductile iron castings per AWWA C800 23 2) Free of porosity with sharp edges removed 24 3) Fit contour of pipe as follows: 25

26

Nominal Pipe Size

(inches)

Minimum Outside Diameter of Pipe

(inches)

Maximum Outside Diameter of Pipe

(inches) 1.50 1.900 2.000 2.00 2.375 2.500 2.25 2.875 3.000 4.00 4.900 5.000 6.00 6.900 7.100 8.00 9.050 9.300 10.00 11.100 11.400

27 4) Saddle 28

a) Form to fit firmly against side of maximum diameter of water main with 29 approximately 180 degrees wrap around. 30

5) Outlet 31 a) Design outlet boss for no thread distortion by bending moments. 32 b) Tapped for taper threaded corporation stop conforming to AWWA 33

C800. 34 b. Straps 35

1) Conform to ASTM B98. 36 2) Form flat to fit uniformly against the wall of the water main. 37 3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 38

Page 247: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH

Page 10 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

4) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that ½ 1 inch remains after clamp is fully tightened on the pipe. 2

5) Chamfer strap ends to protect the starting threads. 3 6) The threads shall be full and free from shear. 4 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. 5 8) Single straps are allowed for Saddles for pipe 2-inches in diameter and 6

smaller. 7 c. Nuts 8

1) Bronze material 9 a) Same material as straps 10

2) Dimensions equal to or larger than heavy hexagon nuts 11 3) Tapped 5/8 inch (11-NC-2B) 12

d. Gaskets 13 1) Neoprene rubber material 14 2) Cemented to saddle and positioned to facilitate installation 15

10. Brass Flanged Angle Valve 16 a. For 1 ½-inch and 2-inch services 17 b. Brass castings per AWWA C800 18 c. Valve Body with integral outlet flange and inlet wrenching flat 19 d. Fit together key and body by turning key and reaming body 20

1) Key with O-ring seal seat at the upper end 21 2) Lap key and body seat are to conform to corporation stop requirements of 22

this Specification. 23 3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in 24

flange gasket surface. 25 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled 26

circular about the axis of the flange. 27 5) The size of the outlet flange and the diameter and spacing of the bolt holes 28

shall conform to AWWA C700. 29 6) The flange on 2-inch angle valves shall be double drilled to permit 30

connection to l ½ -inch meters. 31 7) The inlet port of the valve shall be tapered to conform to AWWA C800 32

taper pipe thread. 33 8) The key cap shall include a wrenching tee marked with a raised or recessed 34

arrow to show whether the valve is open or closed. 35 9) Valve Assembly (main body, key, key cap) 36

a) Brass material per AWWA C800 37 b) O-ring seal on the top of the key between the key and body seat 38 c) Key cap shall complete the assembly by attaching to the key by means 39

of a strong bronze pin with phosphor bronze spring washer(s) 40 depressed between the key cap and the top of the valve main body. 41

d) Provide with padlock wings for locking the valve in the closed position. 42 e) There shall be a uniform application of cold water valve grease 43

between the body and the key. 44 f) The valve shall be capable of being easily opened and stopping lugs. 45 g) The waterway through the valve shall be smooth and rounded for 46

minimum pressure loss, and shall be free of burrs or fins. 47 h) The valve shall be strong, well designed, neat in appearance, water-48

tight and entirely adequate for the intended purpose. 49

Page 248: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 11 WATER SERVICES 1-INCH TO 2-INCH

Page 11 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

i) Provide with either a high quality rubber drop-in gasket or an O-ring 1 seal depending on the manufacturer's flange seal surface design 2 choice. 3

e. Provide lead-free brass flanged angle valves in accordance with the Reduction 4 of Lead in Drinking Water Act. 5

11. Meter Boxes shall: 6 a. Be constructed of: 7

1) Linear Medium Density Polyethylene (LMDPE) as defined in ASTM D883. 8 a) Minimum wall thickness of 3/8-inch throughout with no blowing agents 9

or foaming plastics 10 b) Polymer body shall be black throughout and shall have a molded 11

recycled emblem with a minimum of 35 percent Post Industrial/ Pre 12 Consumer Recycled Content- verified with a Leed Product 13 Documentation. 14

c) Smooth edges and corners and be free from sharp edges so the unit 15 can be handled safely without gloves. 16

d) Exterior free from seams or parting lines 17 e) Not to be installed in roadway – designed to withstand loading in non-18

deliberate and incidental traffic only. 19 2) Concrete 20

a) Frame of No. 6 gauge wire welded closed 21 b) Type I or Type II Portland cement, in accordance with ASTM C150, 22

portioned with lightweight aggregate, in accordance with ASTM C330 23 (1) Percentage of wear not to exceed 40 per ASTM C131 24 (2) Minimum 28 day compressive strength of 3,000 psi 25

b. Be able to withstand a minimum 15,000 pounds vertical load 26 c. Withstand a minimum 400 pounds sidewall load. 27 d. 1-inch Standard Meter Box 28

1) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or 1-inch meter 29 Single or Dual service meter: DFW38C1PS-14-BODY or approved equal. 30

2) Polymer 31 a) Size: 21-1/2-inch x 20-1/2-inch Box, 14 inches high 32 b) Minimum inside working room: 19-1/2-inch x 16-1/2-inch 33 c) Pipe slots 34

(1) One pipe slot molded on the inlet end of the body that measures 2-35 1/4-inch x 3-1/4-inch and one pipe slot on the outlet end of the 36 body that measures for 7-1/2-inch center “U” Branch. 37

d) Polymer body shall have a 1-inch bottom flange to resist settling of box 38 after installation. 39

3) Concrete 40 a) Size: 11-inch x 18-inch Box, 12 inches high 41

e. 2-inch Standard Meter Box 42 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter: 43

DFW1730C-12-BODY or approved equal. 44 2) Polymer 45

a) Size: 34-1/8-inch x 21-1/4-inch Box, 12 inches high 46 b) Minimum inside working room: 31-3/4-inch x 16-5/16-inch 47 c) Pipe Slots 48

(1) One pipe slot molded on each end of body that measures 3-inch x 49 4-inch with optional molded 4-inch x 9-inch cut out. 50

Page 249: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH

Page 12 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

d) Polymer body shall have a molded ½-inch bow centered on sidewall to 1 resist backfilling per Drawings. 2

e) Polymer body shall have a 2-1/2-inch bottom flange to resist settling of 3 box after installation. 4

3) Concrete 5 a) Size: 15-1/4-inch x 26-7/8-inch Box, 12 inches high 6

f. Bullhead Standard Meter Box 7 1) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or 1-inch 8

Single service meter: DFW37C-12-BODY or approved equal 9 2) Polymer 10

a) Size: 21-inch x 14-3/4-inch, 12 inches high 11 b) Minimum inside working room: 19-1/8-inch x 10-7/16-inch 12 c) Pipe Slots 13

(1) One pipe slot molded on each end of body that measures 2-1/4-14 inch x 3-1/4-inch. 15

d) Polymer body shall have a 1-inch bottom flange to resist settling of box 16 after installation. 17

3) Concrete 18 a) Size: 15-5/8-inch x 15-5/8-inch Box, 12 inches high 19

12. Meter Box Lid 20 a. Cast Iron or Ductile Iron 21

1) Per ASTM A48, Class 30B or ductile iron per ASTM A536 22 2) Shall withstand a minimum vertical load of 15,000 pounds 23 3) Coat castings with a bituminous emulsified asphalt unless otherwise 24

specified in the Contract Documents, ground smooth, and cleaned with 25 shot blasting, to get a uniform quality free from strength defects and 26 distortions. 27

4) Dimensions shall be within industry standards of ±1/16 inch per foot. 28 5) All castings will bear the Manufacturer’s IS (name or logo) and Country of 29

Origin. 30 6) Casting weights may vary ±5 percent from drawing weight per industry 31

standards. 32 b. Plastic 33

1) The lid shall be: 34 a) Constructed of Engineered Plastic as defined in ASTM D883 35

(1) Polymer Lid shall be black throughout and shall have a molded 36 recycled emblem with a minimum of 50 percent Post Consumer 37 Recycled and 50 percent Post Industrial/ Pre Consumer Recycled 38 Content- verified with a Leed Product Documentation. 39

(2) Polymer Lid shall be black throughout with no blowing agents or 40 foaming plastics 41

(3) Smooth edges and corners and be free from sharp edges so the 42 unit can be handled safely without gloves. 43

(4) Exterior free from seams or parting lines. 44 (5) Polymer lid shall have a molded tread-pattern- tread dimensions 45

shall be .188-inch x .938-inch x .150-inch deep. 46 (6) Polymer Lid shall have “City of Fort Worth” molded into the lid. 47 (7) Polymer lid shall have “Water Meter” molded into the lid- Font shall 48

be std Fadal CNC font with 1-inch characters x .150-inch deep. 49

Page 250: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH

Page 13 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

(8) Polymer Lid shall have a molded pick hole pocket- dimensions shall 1 be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless 2 steel rod. 3

(9) Polymer lid shall have 2 pieces of ½-inch rebar located in lid 4 pockets for locatability as shown in Drawings. 5

b) Domestic Manufacture Only-Made in USA molded on Lid. 6 c) Not to be installed in roadway-designed to withstand loading in non-7

deliberate and incidental traffic only. 8 d) Able to withstand a minimum 15,000 pounds vertical load 9 e) Engineered Plastic with ultraviolet protection. 10

2) 1-inch Standard Plastic Meter Box Lid 11 a) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or 1-inch 12

meter Single or Dual service meter: DFW38C-1EPA FTW-LID or 13 approved equal. 14

b) Size: 18-inch x 17-inch, 2 inches high 15 c) For use with Class A Standard Meter Box DFW38C1PS-14-BODY or 16

approved equal. 17 d) Polymer lid shall seat evenly inside meter box and shall not overlap the 18

top edge of the meter box. 19 3) 2-inch Standard Plastic Meter Box Lid 20

a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter: 21 DFW1730C-1EPA FTW-LID or approved equal. 22

b) Size: 34-1/8-inch x 21-1/4-inch, 12 inches high 23 c) For use with Class B Standard Meter Box DFW1730C-12-BODY or 24

approved. 25 d) Polymer lid shall seat evenly inside meter box and shall not overlap the 26

top edge of the meter box. 27 4) Bullhead Standard Plastic Meter Box Lid 28

a) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or 1-29 inch Single service meter: DFW37C-1EPA FTW-LID or approved equal. 30

b) Size: 17-3/4-inch x 11-inch, 1-3/4 inches high 31 c) For use with Class C Standard Meter Box DFW37C-12-BODY or 32

approved equal. 33 d) Polymer lid shall seat evenly inside meter box and shall not overlap the 34

top edge of the meter box. 35

13. Horizontal Check Valve 36 a. Equip 1 ½-inch and 2-inch Water Services with a horizontal check valve, with 37

pipe plug, only if specified in the Drawings. 38 b. If an existing backflow preventer is present, the Contractor is to leave it, and is 39

not required to provide an additional horizontal check valve. 40 c. Provide lead-free horizontal check valves in accordance with the Reduction of 41

Lead in Drinking Water Act. 42

14. Service Marker 43 a. 3 inch wide, 5 mil blue vinyl tape 44

2.3 ACCESSORIES [NOT USED] 45

2.4 SOURCE QUALITY CONTROL 46

A. Tests and Inspections 47

Page 251: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH

Page 14 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

1. At the City’s option, the manufacturer shall be required to provide certification 1 records showing conformance of materials, design and testing to these 2 Specifications. 3

2. The test procedures shall conform to AWWA C800. 4 a. In the event that a chosen valve fails the City’s hydrostatic test, the cost of the 5

test shall be at the expense of the supplier. 6 b. Proof testing of the remainder of the valves shall be at the cost and 7

responsibility of the supplier. 8 c. These tests will be the basis of acceptance or rejection of the remainder of the 9

shipment by the City. 10

3. The City reserves the right to select products at random for testing. The failure of 11 materials to conform to the applicable Specification may result in the rejection of 12 the entire shipment. 13

B. Marking 14

1. Service saddle castings shall be clearly marked by letters and numerals cast 15 thereon showing: 16 a. Manufacturer’s name 17 b. Type 18 c. Size of Pipe 19

PART 3 - EXECUTION 20

3.1 INSTALLERS 21

A. A licensed plumber is required for installations on the outlet side of the service meter. 22

3.2 EXAMINATION [NOT USED] 23

3.3 PREPARATION [NOT USED] 24

3.4 INSTALLATION 25

A. General 26

1. Install Water Services and appurtenances in accordance with AWWA C800. 27

2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 28 feet or wider, or where shown on Drawings. 29

3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless 30 otherwise shown on the Drawings. 31

4. Install services at a minimum depth of 36 inches below final grade/proposed top of 32 curb, unless otherwise specified in the Contract Documents. 33

5. Perform leak tests in accordance with Section 33 04 40. 34

6. Replace existing ¾-inch Service Lines with 1-inch new Service Line, tap, and 35 corporation. 36

7. Install replaced or relocated services with the service main tap and service line 37 being in line with the service meter, unless otherwise directed by the City. 38

8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 39

B. Handling 40

Page 252: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 15 WATER SERVICES 1-INCH TO 2-INCH

Page 15 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

1. Haul and distribute Service Lines fittings at the project site and handle with care to 1 avoid damage. 2 a. Inspect each segment of Service Line and reject or repair any damaged pipe 3

prior to lowering into the trench. 4 b. Do not handle the pipe in such a way that will damage the pipe. 5

2. At the close of each operating day: 6 a. Keep the pipe clean and free of debris, dirt, animals and trash – during and 7

after the laying operation. 8 b. Effectively seal the open end of the pipe using a gasketed night cap. 9

C. Service Line Installation 10

1. Service Taps 11 a. Only ductile iron pipe may be directly tapped. 12 b. Install service taps and/or tap assemblies of the specified size as indicated on 13

the Drawings, or as specified by the Engineer. 14 c. Perform taps on a water system that is either uncharged or under pressure. 15 d. Taps consist of: 16

1) For Concrete Pressure Pipe or Steel Pipe 17 a) Standard internal pipe threaded holes in the pipe walls 18

(1) Made during pipe fabrication 19 (2) Provide tapered threaded outlet with nylon sleeved inserts for up 20

to 2-inch. 21 (3) Provide flange outlet with flange to thread insulator adaptor kits for 22

4-inch and larger taps. 23 2) Other pipe materials 24

a) Bronze service clamp with a sealed, threaded port through which the 25 pipe wall is drilled to complete a service port 26

e. Tap Assemblies 27 1) Consist of corporation stop with iron to copper connection attached to: 28

a) Copper tubing terminating as shown on the City’s Standard Detail 29 b) May be required adjacent to gate valves 30 c) Install as shown on the Drawings, or as directed by the Engineer. 31 d) When required, shall be included in the unit price bid for installing gate 32

valve. 33 2) Chlorination and testing purposes 34

a) No separate payment will be made for taps required for testing and 35 chlorination. 36

2. Installation of Water Services 37 a. Install tap and Service Line in accordance with City Details. 38 b. Install meter box in accordance with City Details. 39

1) Adjustment of the Service Line to proper meter placement height shall be 40 considered as part of the Meter Box installation. 41

3. Trenching 42 a. Provide a trench width sufficiently wide to allow for 2 inches of granular 43

embedment on either side of the Service Line. 44

4. Bored Services 45 a. Services shall be bored utilizing a pilot hole having a diameter ½ inch to ¾ 46

inches larger than the Service Line. 47

5. Arrangement 48

Page 253: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 16 WATER SERVICES 1-INCH TO 2-INCH

Page 16 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes 1 and other associate appurtenances as shown in the City Detail, and to the 2 approval of the Engineer. 3

6. Service Marker 4 a. When Meter Box is not installed immediately subsequent to service installation: 5

1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the 6 service and extending through the backfill approximately 6 inches above 7 ground at the Meter Box location. 8

b. Installation of service taps only: 9 1) Attach service marker tape to the corporation stop or plug and extend 10

upward and normal to the main through the backfill at the adjacent trench 11 edge to at least 6 inches above ground to flag the tap location. 12

7. Corporation stops 13 a. Fully open corporation stop prior to backfill. 14

D. Removal of Existing Water Meters 15

1. Remove, tag and collect existing Water Service meter for pickup by the City for 16 reconditioning or replacement. 17

2. After installation of the Water Service in the proposed location and receipt of a 18 meter from the City inspector, install the meter. 19

3. Reset the meter box as necessary to be flush with existing ground or as otherwise 20 directed by the City. 21

4. All such work on the outlet side of the service meter shall be performed by a 22 licensed plumber. 23

3.5 REPAIR / RESTORATION [NOT USED] 24

3.6 RE-INSTALLATION [NOT USED] 25

3.7 FIELD [OR] SITE QUALITY CONTROL 26

A. Field Tests and Inspections 27

1. Check each Water Service installation for leaks and full flow through the curb stop 28 at the time the main is tested in accordance with Section 33 04 40. 29

3.8 SYSTEM STARTUP [NOT USED] 30

3.9 ADJUSTING [NOT USED] 31

3.10 CLEANING [NOT USED] 32

3.11 CLOSEOUT ACTIVITIES [NOT USED] 33

3.12 PROTECTION [NOT USED] 34

3.13 MAINTENANCE [NOT USED] 35

3.14 ATTACHMENTS [NOT USED] 36

END OF SECTION 37

38

Page 254: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 10 - 17 WATER SERVICES 1-INCH TO 2-INCH

Page 17 of 17

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised June 19, 2013

1

2

Revision Log

DATE NAME SUMMARY OF CHANGE

12/20/2012 D. Johnson

Added Blue Text for clarification 1.2 A. – Revision to items included in price bid

Specification modified to be in accordance with the Reduction of Lead in Drinking Water Act – All materials shall be lead free in accordance

with this Act. 1.2.A.3 – Water Meter Service Relocate was renamed Water Meter

Service Reconnect 1.6.B. – added certification submittals for compliance with regulatory

requirements

2/13/2013 F. Griffin

Added the phrase ‘, including grass’ to lines; Part 1, 1.2.A.1.c.14, Part1, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part

1,1.2.A.3.c.11, Part1, 1.2.A.4.c.11 Added the phrase ‘and replacement’ to line Part 1,1.2.A.4.c.7

4/26/2013 F. Griffin

Revised lines with ‘including grass’ replacing with ‘excluding grass (seeding, sodding or hydromulching paid separately)’ Included in Part 1, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11; Part 1, 1.2, A, 4, 2, 11

6/19/2013 D. Johnson 1.2.A.4.c – Addition of private water service appurtenances relocation to being included in the linear foot price of private water services

Page 255: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 11 - 1 LARGE WATER METERS

Page 1 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

SECTION 33 12 11 1

LARGE WATER METERS 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Large Water Meter, Vault, Bypass and Appurtenances (3-inch and larger) 6

B. Products Installed but Not Furnished Under This Section 7

1. Water Meter and Strainer 8

C. Deviations from this City of Fort Worth Standard Specification 9 1.2 Price and Payment Procedures 10 A. Measurement and Payment 11

3. The price bid shall include: 12

b. Precast concrete vault and appurtenances, or poured in place vaults. 13

D. Related Specification Sections include, but are not necessarily limited to: 14

1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 15

2. Division 1 – General Requirements 16

3. Section 03 80 00 – Modifications to Existing Concrete Structures 17

4. Section 33 06 16 – Concrete Water Vaults 18

5. Section 33 11 10 – Ductile Iron Pipe 19

6. Section 33 11 11 – Ductile Iron Fittings 20

7. Section 33 12 10 – Water Services 1-inch to 2-inch 21

8. Section 33 12 20 – Resilient Seated Gate Valve 22

9. Section 33 12 50 – Water Sample Stations 23

1.2 PRICE AND PAYMENT PROCEDURES 24

A. Measurement and Payment 25

1. Measurement 26 a. Measurement for this Item shall be per each. 27 b. Measurement includes meter, vault, piping, appurtenances, and bypass line 28

(from upstream tee to downstream tee). 29 1) Piping upstream of bypass line tee is measured and paid separately as 30

water pipe, by size. 31 2) Piping downstream of bypass line tee is measured and paid separately as 32

water pipe, by size. 33 a) Any licensing requirements for plumbing installation are included in this 34

item’s measurement. 35

2. Payment 36 a. The work performed and the materials furnished in accordance with this Item 37

shall be paid for at the unit price bid per each “Water Meter and Vault” installed 38 for: 39

Page 256: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 11 - 2 LARGE WATER METERS

Page 2 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1) Various meter sizes 1

3. The price bid shall include: 2 a. Excavation 3 b. Pre-cast concrete vault and appurtenances 4 c. Crushed rock foundation 5 d. Access hatch 6 e. Piping and appurtenances 7 f. Fittings 8 g. Horizontal thrust blocking 9 h. Sample station and appurtenances 10 i. Flushing points and appurtenances 11 j. Installation of Compound Water Meter with Strainer 12 k. Reinforced Concrete Pipe Sump 13 l. Reconnection of Service 14 m. Backfill 15 n. Pavement removal 16 o. Hauling 17 p. Disposal of excess material 18 q. Placement and compaction of backfill 19 r. Plumbing Licensing requirements 20 s. Clean-up 21 t. Concrete Filled Steel Pipe Bollards as required 22 u. Surface restoration around perimeter of water meter vault and piping as 23

required. 24

1.3 REFERENCES [NOT USED] 25

1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26

1.5 SUBMITTALS 27

A. All submittals shall be in accordance with Section 01 33 00. 28

B. All submittals shall be approved by the City prior to delivery. 29

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 30

A. Product Data 31

1. Precast Concrete Vault 32

2. Piping 33

3. Sample Station 34

4. Isolation Valves 35

5. Sample Tap and appurtenances 36

6. Hatch 37

1.7 CLOSEOUT SUBMITTALS [NOT USED] 38

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39

1.9 QUALITY ASSURANCE [NOT USED] 40

1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 41

Page 257: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 11 - 3 LARGE WATER METERS

Page 3 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

1.11 FIELD [SITE] CONDITIONS [NOT USED] 1

1.12 WARRANTY 2

A. Manufacturer Warranty 3

1. Manufacturer’s warranty shall be in accordance with Division 1. 4

PART 2 - PRODUCTS 5

2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 6

2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 7

A. Materials 8

1. Precast Concrete Vault – Conform to Section 33 05 16 9

2. Gate Valves – Conform to Section 33 12 20 10

3. Ductile Iron Pipe – Conform to Section 33 11 10 11

4. Ductile Iron Fittings – Conform to Section 33 11 11 12

5. Sample Station – Conform to Section 33 12 50 13

6. Sample and flushing point taps – Conform to Section 33 12 10 14

7. Hatch – Conform to Section 33 05 16 15

B. Meter and Strainer 16

1. Furnished by City 17

2.3 ACCESSORIES [NOT USED] 18

2.4 SOURCE QUALITY CONTROL [NOT USED] 19

PART 3 - EXECUTION 20

3.1 INSTALLERS [NOT USED] 21

3.2 EXAMINATION 22

A. Evaluation and Assessment 23

1. Verify lines and grades are in accordance to the Drawings. 24

3.3 PREPARATION [NOT USED] 25

3.4 INSTALLATION 26

A. Install vault in accordance with manufacturer’s recommendations and in accordance 27 with Section 33 05 16. 28

B. Pipe Penetrations 29

1. Conform to Section 03 80 00. 30

C. Meter 31

1. Obtain meter and strainer from City Field Operations Warehouse. 32

Page 258: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 11 - 4 LARGE WATER METERS

Page 4 of 4

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised December 20, 2012

3.5 REPAIR / RESTORATION [NOT USED] 1

3.6 RE-INSTALLATION [NOT USED] 2

3.7 FIELD QUALITY CONTROL [NOT USED] 3

3.8 SYSTEM STARTUP [NOT USED] 4

3.9 ADJUSTING [NOT USED] 5

3.10 CLEANING [NOT USED] 6

3.11 CLOSEOUT ACTIVITIES [NOT USED] 7

3.12 PROTECTION [NOT USED] 8

3.13 MAINTENANCE [NOT USED] 9

3.14 ATTACHMENTS [NOT USED] 10

END OF SECTION 11

12

Revision Log

DATE NAME SUMMARY OF CHANGE

13

Page 259: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 25 - 1 CONNECTION TO EXISTING WATER MAINS

Page 1 of 8

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 6, 2013

SECTION 33 12 25 1

CONNECTION TO EXISTING WATER MAINS 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Connection to existing water mains to include, but not limited to: 6 a. Cutting in a tee for a branch connection 7 b. Extending from an existing water main 8 c. Installing a tapping sleeve and valve 9

B. Deviations from this City of Fort Worth Standard Specification 10 1.2 Price and Payment Procedures 11 A. Measurement and Payment 12 2. Connection to an existing pressurized Fort Worth Water Distribution System Main 13 that requires a shutdown of some part of the water system. 14 b. Payment 15 1.) No additional compensation will be allowed in Miscellaneous Contracts for 16 connecting to existing water mains, its considered subsidiary to the water pipe being 17 installed. 18 3. Connection to an existing pressurized Fort Worth Water Distribution System Main by 19 Tapping Sleeve and Valve: 20 b. Payment 21 1.) No additional compensation will be allowed in Miscellaneous Contracts for 22 tapping sleeves and valves, its considered subsidiary to the to the price paid per tap 23 sleeve and valve. 24

C. Related Specification Sections include, but are not necessarily limited to: 25

1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 26

2. Division 1 – General Requirements 27

3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 28

4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 29

5. Section 33 05 30 – Location of Existing Utilities 30

6. Section 33 11 05 – Bolts, Nuts, and Gaskets 31

7. Section 33 11 10 – Ductile Iron Pipe 32

1.2 PRICE AND PAYMENT PROCEDURES 33

A. Measurement and Payment 34

1. Connection to an existing unpressurized Fort Worth Water Distribution System Main 35 that does not require the City to take part of the water system out of service 36 a. Measurement 37

1) This Item is considered subsidiary to the water pipe being installed. 38 b. Payment 39

Page 260: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS

Page 2 of 8

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 6, 2013

1) The work performed and the materials furnished in accordance with this 1 Item are subsidiary to the unit price bid per linear foot of water pipe 2 complete in place, and no other compensation will be allowed. 3

2. Connection to an existing pressurized Fort Worth Water Distribution System Main 4 that requires a shutdown of some part of the water system 5 a. Measurement 6

1) Measurement for this Item shall be per each connection completed. 7 b. Payment 8

1) The work performed and the materials furnished in accordance with this 9 Item shall be paid for at the unit price bid per each “Connection to Existing 10 Water Main” installed for: 11 a) Various sizes of existing water distribution main 12

c. The price bid shall include all aspects of making the connection including, but 13 not limited to: 14 1) Preparing submittals 15 2) Dewatering 16 3) Exploratory excavation (as needed) 17 4) Coordination and notification 18 5) Remobilization 19 6) Temporary lighting 20 7) Polyethylene encasement 21 8) Make-up pieces 22 9) Linings 23 10) Pavement removal 24 11) Excavation 25 12) Hauling 26 13) Disposal of excess material 27 14) Clean-up 28 15) Cleaning 29 16) Disinfection 30 17) Testing 31

3. Connection to an existing pressurized Fort Worth Water Distribution System Main 32 by Tapping Sleeve and Valve: 33 a. Measurement 34

1) Measurement for this Item shall be per each connection completed. 35 b. Payment 36

1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each “Tapping Sleeve and 38 Valve” installed for: 39 a) Various sizes of connecting main 40 b) Various sizes of existing water distribution main 41

c. The price bid shall include all aspects of making the connection including, but 42 not limited to: 43 1) Preparing submittals 44 2) Dewatering 45 3) Exploratory excavation (as needed) 46 4) Coordination and notification 47 5) Tapping Sleeve and Tapping Valve 48 6) Remobilization 49 7) Temporary lighting 50

Page 261: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS

Page 3 of 8

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 6, 2013

8) Polyethylene encasement 1 9) Make-up pieces 2 10) Linings 3 11) Pavement removal 4 12) Excavation 5 13) Hauling 6 14) Disposal of excess material 7 15) Clean-up 8 16) Cleaning 9 17) Disinfection 10 18) Testing 11

1.3 REFERENCES 12

A. Reference Standards 13

1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification, unless a date is specifically cited. 16

2. American Society of Mechanical Engineers (ASME): 17 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 18

3. ASTM International (ASTM): 19 a. A36, Standard Specification for Carbon Structural Steel. 20 b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High 21

Temperature or High Pressure Service and Other Special Purpose Applications 22 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure 23

or High Temperature Service, or Both 24 d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 25 e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon 26

Steel Plates. 27 f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low- and 28

Intermediate-Tensile Strength. 29 g. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 30 h. D2000, Standard Classification System for Rubber Products in Automotive 31

Applications. 32

4. American Water Works Association (AWWA): 33 a. C200, Steel Water Pipe - 6 IN and Larger. 34 b. C207, Steel Pipe Flanges for Waterworks Service – Sizes 4 IN through 144 IN. 35 c. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water 36

Pipelines. 37 d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. 38

5. American Water Works Association/American National Standards Institute 39 (AWWA/ANSI): 40 a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 41 b. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 42 c. C115A21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron Threaded 43

Flanges. 44

6. NSF International (NSF): 45 a. 61, Drinking Water System Components – Health Effects. 46

7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): 47

Page 262: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS

Page 4 of 8

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 6, 2013

a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1

1.4 ADMINISTRATIVE REQUIREMENTS 2

A. Pre-installation Meetings 3

1. Required for any connections to an existing, pressurized 16-inch or larger City 4 water distribution system main that requires a shutdown of some part of the water 5 system 6

2. May also be required for connections that involve shutting water service off to 7 certain critical businesses 8

3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time 9 for the work to occur. 10

4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 11

5. Review work procedures as submitted and any adjustments made for current field 12 conditions. 13

6. Verify that all valves and plugs to be used have adequate thrust restraint or 14 blocking. 15

7. Schedule a test shutdown with the City. 16

8. Schedule the date for the connection to the existing system. 17

B. Scheduling 18

1. Schedule work to make all connections to existing 16-inch and larger mains: 19 a. During the period from November through April, unless otherwise approved by 20

the City 21 b. During normal business hours from Monday through Friday, unless otherwise 22

approved by the City 23

2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 24 planned disruption to the existing water system. 25 a. In the event that other water system activities do not allow the existing main to 26

be dewatered at the requested time, schedule work to allow the connection at 27 an alternate time acceptable to the City. 28 1) If water main cannot be taken out of service at the originally requested 29

time, coordination will be required with the City to discuss rescheduling and 30 compensation for mobilization. 31

2) No additional payment will be provided if the schedule was altered at the 32 Contractor’s request. 33

1.5 SUBMITTALS 34

A. Submittals shall be in accordance with Section 01 33 00. 35

B. All submittals shall be approved by the City prior to delivery and/or fabrication for 36 specials. 37

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38

A. Product Data, if applicable 39

1. Tapping Sleeve noting the pressure rating and coating system supplied including: 40 a. Dimensions, weights, material list, and detailed drawings 41 b. Maximum torque recommended by the manufacturer for the valve by size 42

Page 263: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS

Page 5 of 8

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 6, 2013

B. Submittals 1

1. Provide a detailed sequence of work for 16-inch, or larger, connections if required 2 by City that includes: 3 a. Results of exploratory excavation 4 b. Dewatering 5 c. Procedure for connecting to the existing water main 6 d. Time period for completing work from when the water is shut down to when 7

the main is back in service 8 e. Testing and repressurization procedures 9

2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 10 must be certified and provide Welding Certificates, upon request, in accordance 11 with AWWA C200. 12

1.7 CLOSEOUT SUBMITTALS [NOT USED] 13

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14

1.9 QUALITY ASSURANCE [NOT USED] 15

1.10 DELIVERY, STORAGE, AND HANDLING 16

A. Storage and Handling Requirements 17

1. Protect parts so that no damage or deterioration occurs during a prolonged delay 18 from the time of shipment until installation is completed. 19

2. Protect all equipment and parts against any damage during a prolonged period at 20 the site. 21

3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly 22 built and securely bolted thereto. 23

4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 24

5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 25 extremes in temperature. 26

6. Secure and maintain a location to store the material in accordance with Section 01 27 66 00. 28

1.11 FIELD [SITE] CONDITIONS [NOT USED] 29

1.12 WARRANTY 30

A. Manufacturer Warranty 31

1. Manufacturer’s warranty shall be in accordance with Division 1. 32

PART 2 - PRODUCTS 33

2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 34

2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 35

A. Manufacturers 36

1. Only the manufacturers as listed by the City’s Standard Products List will be 37 considered as shown in Section 01 60 00. 38

Page 264: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS

Page 6 of 8

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 6, 2013

a. The manufacturer must comply with this Specification and related Sections. 1

2. Any product that is not listed on the Standard Products List is considered a 2 substitution and shall be submitted in accordance with Section 01 25 00. 3

B. Description 4

1. Regulatory Requirements 5 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 6

this Specification. 7 b. All valve components in contact with potable water shall conform to the 8

requirements of NSF 61. 9

C. Tapping Sleeve Materials 10

1. Body 11 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 12

Steel or equal 13 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 14

applied per AWWA C213. 15 c. All buried tapping sleeves shall be provided with polyethylene encasement in 16

accordance with AWWA/ANSI C105/A21.5. 17 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 18

2. Flange 19 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B16.1 20

Class 125. 21 b. Recessed for tapping valve per MSS SP-60 22

3. Bolts and Nuts 23 a. Flanged Ends 24

1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 25 material. 26

2) Provide bolts and nuts in accordance with Section 33 11 05. 27

4. Gaskets 28 a. Provide gaskets in accordance with Section 33 11 05. 29

5. Test Plug 30 a. ¾-inch NPT carbon steel with square head and fusion bonded epoxy coating 31

2.3 ACCESSORIES [NOT USED] 32

2.4 SOURCE QUALITY CONTROL [NOT USED] 33

PART 3 - EXECUTION 34

3.1 INSTALLERS [NOT USED] 35

3.2 EXAMINATION 36

A. Verification of Conditions 37

1. Verify by exploratory excavation, if needed, that existing water main is as depicted 38 in the Drawings and that the location is suitable for a connection to the existing 39 water main. 40 a. Excavate and backfill trench for the exploratory excavation in accordance with 41

33 05 10. 42

Page 265: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS

Page 7 of 8

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 6, 2013

2. Verify that all equipment and materials are available on–site prior to the shutdown 1 of the existing main. 2

3. Pipe lines shall be completed, tested and authorized for connection to the existing 3 system in accordance with Section 33 04 40. 4

3.3 PREPARATION [NOT USED] 5

3.4 INSTALLATION 6

A. General 7

1. Upon disruption of the existing water main, continue work until the connection is 8 complete and the existing water main is back in service. 9

B. Procedure 10

1. Expose the proposed connection point in accordance with Section 33 05 10. 11

2. Dewater the existing water line so the chlorinated water is not unlawfully 12 discharged. 13

3. Maintain the water that may bleed by existing valves or plugs during installation 14 within the work area to a reasonable level. 15 a. Control the water in such a way that it does not interfere with the proper 16

installation of the connection or create a discharge of chlorinated water. 17

4. If any discharge of chlorinated water occurs, discharged water shall be de-18 chlorinated in accordance with Section 33 04 40 19

5. Cut and remove existing water main in order to make the connection. 20

6. Verify that the existing pipe line is suitable for the proposed connection. 21

7. Place trench foundation and bedding in accordance with 33 05 10. 22

8. In the event that a tapping sleeve and valve is used, the coupon from the existing 23 water main shall be submitted to the City. 24

9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 25

10. Establish thrust restraint as provided for in the Drawings. 26

11. Clean and disinfect the pipeline associated with the connection in accordance with 27 Section 33 04 40. 28

12. Place embedment to the top of the pipe zone. 29

13. Request that the City Valve Crew re-pressurize the pipeline. 30

14. Directionally flush the connection in accordance with Section 33 04 40. 31

15. Request that City Valve Crew open all remaining valves. 32

3.5 REPAIR/RESTORATION [NOT USED] 33

3.6 RE-INSTALLATION [NOT USED] 34

3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 35

3.8 SYSTEM STARTUP [NOT USED] 36

3.9 ADJUSTING [NOT USED] 37

3.10 CLEANING [NOT USED] 38

3.11 CLOSEOUT ACTIVITIES [NOT USED] 39

Page 266: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS

Page 8 of 8

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised February 6, 2013

3.12 PROTECTION [NOT USED] 1

3.13 MAINTENANCE [NOT USED] 2

3.14 ATTACHMENTS [NOT USED] 3

END OF SECTION 4

5 Revision Log

DATE NAME SUMMARY OF CHANGE

12/20/2012 D. Johnson 2.2.C.3 and 4 – Added reference to Section 33 11 05 and removed bolt, nut and gasket material specification

2/6/2013 D. Townsend 3.4.B.4 Modified to refer to Section 33 04040

6

Page 267: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 40 - 1 FIRE HYDRANTS

Page 1 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 3, 2014

SECTION 33 12 40 1

FIRE HYDRANTS 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Dry-barrel fire hydrants with 51/4-inch main valve for use with potable water mains 6

B. Deviations from this City of Fort Worth Standard Specification 7

1.2 Price and Payment Procedures 8

A. Measurement and Payment 9

3. The price bid shall include: 10

c. Extension barrel and stem will be paid per vertical foot over 3’-6” in 11

Miscellaneous contracts. 12

C. Related Specification Sections include, but are not necessarily limited to: 13

1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14

2. Division 1 – General Requirements 15

3. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 16

4. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 17

5. Section 33 11 10 – Ductile Iron Pipe 18

6. Section 33 11 11 – Ductile Iron Fittings 19

7. Section 33 11 14 – Buried Steel Pipe and Fittings 20

8. Section 33 12 20 – Resilient Seated (Wedge) Gate Valve 21

1.2 PRICE AND PAYMENT PROCEDURES 22

A. Measurement and Payment 23

1. Measurement 24 a. Fire Hydrant and Extension 25

1) Measurement for this item shall be by the each hydrant, complete in place. 26

2. Payment 27 a. The work performed and materials furnished in accordance with this Item and 28

measured under “Measurement” will be paid for at the unit prices bid per each 29 “Fire Hydrant” installed. 30

3. The price bid shall include: 31 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 32

Drawings 33 b. Dry-Barrel Fire Hydrant assembly from base to operating nut 34 c. Extension barrel and stem 35 d. Adjusting hydrant to the appropriate height 36 e. Painting 37 f. Pavement Removal 38 g. Excavation 39 h. Freight, loading, unloading and handling 40 i. Disposal of excess material 41

Page 268: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 40 - 2 FIRE HYDRANTS

Page 2 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 3, 2014

j. Furnish, placement and compaction of embedment 1 k. Furnish, placement and compaction of backfill 2 l. Blocking, Braces and Rest 3 m. Clean up 4 n. Disinfection 5 o. Testing 6

1.3 REFERENCES 7

A. Definitions 8

1. Base: The lateral connection to the fire hydrant lead; also called a shoe 9

B. Reference Standards 10

1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13

2. American Water Works Association (AWWA): 14 a. C502, Dry-Barrel Fire Hydrants 15 b. Manual of Water Supply Practices M17 (AWWA Manual M17) – Installation, 16

Field Testing, and Maintenance of Fire Hydrants 17

3. NSF International 18 a. 61, Drinking Water System Components – Health Effects 19

4. National Fire Protection Association (NFPA) 20 a. 1963, Standard for Fire Hose Connections 21

5. Underwriters Laboratories, Inc. (UL) 22 a. 246, Hydrants for Fire-Protection Service 23

6. Factory Mutual (FM) 24 a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for 25

Private Fire Service 26

1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 27

1.5 SUBMITTALS 28

A. Submittals shall be in accordance with Section 01 33 00. 29

B. All submittals shall be approved by the City prior to construction. 30

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31

A. Product Data 32

1. Dry-Barrel Fire Hydrant stating: 33 a. Main valve opening size 34 b. Nozzle arrangement and sizes 35 c. Operating nut size 36 d. Operating nut operating direction 37 e. Working pressure rating 38 f. Component assembly and materials 39 g. Coatings and Finishes 40

1.7 CLOSEOUT SUBMITTALS [NOT USED] 41

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 42

Page 269: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 40 - 3 FIRE HYDRANTS

Page 3 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 3, 2014

1.9 QUALITY ASSURANCE 1

A. Qualifications 2

1. Manufacturers 3 a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. 4

1) Change orders, specials and field changes may be provided by a different 5 manufacturer upon City approval. 6

2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and FM 7 1510. 8

1.10 DELIVERY, STORAGE, AND HANDLING 9

A. Storage and Handling Requirements 10

1. Store and handle in accordance with the guidelines as stated in AWWA C502 and 11 AWWA Manual M17. 12

2. Protect all parts so that no damage or deterioration will occur during a prolonged 13 delay from the time of shipment until installation is completed and the units and 14 equipment are ready for operation. 15

3. Protect all equipment and parts against any damage during a prolonged period at 16 the site. 17

4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 18 strongly built and securely bolted thereto. 19

5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 20

6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 21 extremes in temperature. 22

7. Secure and maintain a location to store the material in accordance with Section 01 23 66 00. 24

1.11 FIELD CONDITIONS [NOT USED] 25

1.12 WARRANTY 26

A. Manufacturer Warranty 27

1. Manufacturer’s Warranty shall be in accordance with Division 1. 28

PART 2 - PRODUCTS 29

2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 30

2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 31

A. Manufacturers 32

1. Only the manufacturers as listed on the City’s Standard Products List will be 33 considered as shown in Section 01 60 00. 34 a. The manufacturer must comply with this Specification and related Sections. 35

2. Any product that is not listed on the Standard Products List is considered a 36 substitution and shall be submitted in accordance with Section 01 25 00. 37

3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer 38 regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar 39 service and size. 40

B. Description 41

Page 270: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 40 - 4 FIRE HYDRANTS

Page 4 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 3, 2014

1. Regulatory Requirements 1 a. Dry-Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA 2

C502 and shall meet or exceed the requirements of this Specification. 3 b. All Dry-Barrel Fire Hydrant components in contact with potable water shall 4

conform to the requirements of NSF 61. 5

C. Performance / Design Criteria 6

1. Capacities 7 a. Rated working pressure of 250 psi or greater 8

2. Design Criteria 9 a. Operating nut 10

1) Uniformly tapered square nut measuring: 11 a) 1 inch at the base 12 b) 7/8 inch at the top 13

2) Open by turning the operating nut to the right (clockwise) 14 a) Provide operating direction clearly marked with an arrow and the word 15

“OPEN”. 16 3) Provide weather shield with operating nut. 17

b. Main Valve 18 1) Minimum 51/4-inch opening 19 2) Compression type 20

a) Opening against pressure 21 b) Closing with pressure 22

c. Nozzles 23 1) ‘T’ shape, 3 nozzle arrangement 24 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 25

a) Hose nozzles 26 (1) 2 x 21/2-inch (nominal size of connection) 27

(a) 180 degrees apart 28 (b) Thread Designation 2.5-7.5 NH (NFPA 1963) 29

b) Pump nozzle 30 (1) 4-inch (nominal size of connection) 31

(a) Thread Designation 4-4 NH (NFPA 1963) 32 d. Hydrant Barrel Configuration 33

1) Upper barrel 34 2) Breakable flange and stem 35

a) To be installed above ground at the connection to the upper barrel 36 3) Extension barrel (if needed) and lower barrel 37

a) Extension barrel and stem 38 (1) Lengthen in 6-inch increments 39

e. Drain Valve 40 1) Non-corrodible material 41 2) Spring operated drain valves are not allowed. 42

D. Function 43

1. Drain Valve 44 a. Drain fire hydrant barrels when main valve is closed. 45

E. Materials 46

1. Furnish materials in accordance with AWWA C502. 47

2. Dry-Barrel Fire Hydrant Assembly 48

Page 271: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 40 - 5 FIRE HYDRANTS

Page 5 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 3, 2014

a. Internal parts 1 1) Threads 2

a) Provide operating thread designed to avoid metal such as iron or steel 3 threads against iron or steel parts. 4

2) Stem 5 a) Stem Nuts 6

(1) Provide bronze stem nuts. 7 (a) Grades per AWWA C502 8

b) Where needed, stem shall be grooved and sealed with O-rings. 9

3. Provide crushed rock for placement around base conforming to Section 33 05 10. 10

F. Finishes 11

1. Primer Materials 12 a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502. 13

2. Finish Materials 14 a. Dry-Barrel Fire Hydrant 15

1) Exterior 16 a) Above grade 17

(1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant 18 assembly components in accordance with AWWA C502. 19

(2) Coating shall be Flynt Aluminum Paint in Silver. 20 b) Below grade 21

(1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant 22 assembly components in accordance with AWWA C502. 23

2) Interior 24 a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance 25

with AWWA C502 26

2.3 ACCESSORIES 27

A. Polyethylene Encasement 28

1. Provide polyethylene encasement in accordance with Section 33 11 10. 29

B. Embedment 30

1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 31

2.4 SOURCE QUALITY CONTROL 32

A. Tests and Inspections 33

1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA C502. 34

B. Markings 35

1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502. 36

PART 3 - EXECUTION [NOT USED] 37

3.1 INSTALLERS [NOT USED] 38

3.2 EXAMINATION [NOT USED] 39

3.3 PREPARATION [NOT USED] 40

3.4 INSTALLATION 41

A. General 42

Page 272: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 40 - 6 FIRE HYDRANTS

Page 6 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 3, 2014

1. Install in accordance with AWWA Manual of Water Supply Practice M17, 1 manufacturer’s recommendations and as shown on the Drawings. 2

2. Provide vertical installation with braces, rest and blocking in accordance with City 3 Standard Details. 4

3. Excavate and backfill trenches in accordance with 33 05 10. 5

4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 05 10. 6 a. At the location of the weep holes, wrap barrel with polyethylene encasement 7

and crushed rock with filter fabric to prevent dirt and debris from entering the 8 fire hydrant. 9

5. Polyethylene encasement installation shall be in accordance with the applicable 10 portion of Section 33 11 10. 11

6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated 12 in the Drawings. 13

7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in 14 accordance with AWWA Manual of Water Supply Practice M17, to allow drain 15 outlets to operate. 16 a. The crushed rock should extend 6 inches above the drain outlets and a 17

minimum of 1 foot on all sides of the fire hydrant base. 18

8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 19 a. Cover is measured from the invert at the fire hydrant base, vertical to ground 20

elevation. 21 b. Fittings may be used along fire lead line to ensure minimum and maximum 22

cover requirements are met. 23

3.5 REPAIR / RESTORATION [NOT USED] 24

3.6 RE-INSTALLATION [NOT USED] 25

3.7 FIELD CONTROL 26

A. Field Inspections 27

1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no 28 deformation, leaking or damage of any kind for the pressure ranges indicated. 29

2. City inspector will issue final inspection notice to City staff. 30

3. City Field Operations Staff and Fire Department Staff shall have the opportunity to 31 inspect and operate the hydrant, to ensure that the fire hydrant was installed in 32 accordance with AWWA Manual of Water Supply Practice M17. This includes but is 33 not limited to: 34 a. Operation of Nozzles and operating nut are not obstructed. 35 b. Drain valve is not obstructed or plugged 36

4. Keep fire hydrant wrapped or covered to identify that it is out of service until the 37 water line it’s connected to is put in service. 38

B. Non-Conforming Work 39

1. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not 40 meet the criteria of the AWWA Manual of Water Supply Practice M17, the 41 Contractor will remedy the situation criteria, at the Contractor’s expense. 42

Page 273: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

33 12 40 - 7 FIRE HYDRANTS

Page 7 of 7

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised January 3, 2014

3.8 SYSTEM STARTUP [NOT USED] 1

3.9 ADJUSTING [NOT USED] 2

3.10 CLEANING [NOT USED] 3

3.11 CLOSEOUT ACTIVITIES [NOT USED] 4

3.12 PROTECTION [NOT USED] 5

3.13 MAINTENANCE 6

3.14 ATTACHMENTS 7

END OF SECTION 8

9

Revision Log

DATE NAME SUMMARY OF CHANGE

12/20/2012 D. Johnson 2.2.F.2.a.1).a).(2) Added paint manufacturer specification

2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations

11/27/2013 D. Townsend

Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act (P.L. 111-380) – All material s to be lead-free in

accordance with this act. Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1

Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2

1/3/2014 D. Townsend

H.R. 3588 (P.L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act (P.L. 111-380) requirement for fire

hydrant. All previous revisions related to “lead-free” requirement are now deleted including those revisions made 11/27/2013, those being:

Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1, 2.2.B.1.c, 2.4.B.2

10

Page 274: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

34 71 13 - 1 TRAFFIC CONTROL

Page 1 of 6

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

SECTION 34 71 13 1

TRAFFIC CONTROL 2

PART 1 - GENERAL 3

1.1 SUMMARY 4

A. Section Includes: 5

1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 6

B. Deviations from this City of Fort Worth Standard Specification 7

1. TRAFFIC CONTROL 8 The contractor will be required to obtain a “Street Use Permit” prior to starting 9 work. As part of the “Street Use Permit” a traffic control plan is required. The 10 Contractor shall be responsible for providing traffic control during the construction 11 of this project consistent with the provisions set forth in the “Latest Edition Texas 12 Manual on Uniform Traffic Control Devices for Streets and Highways” issued under 13 the authority of the “State of Texas Uniform Act Regulating Traffic on Highways,” 14 codified as Article 6701d Vernon’s Civil Statutes, pertinent sections being Section 15 Nos. 27, 29, 30 and 31. 16

17 Unless otherwise included as part of the Construction documents, the Contractor 18 shall submit a traffic control plan (duly sealed, signed and dated by a Registered 19 Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer at or 20 before the start of each work order. The P.E. preparing the traffic control plan 21 may utilize standard traffic reroute configurations posted as “Typicals” on the City’s 22 Buzzsaw website. Although work will not begin until the traffic control plan has 23 been reviewed and approved, the Contractor’s time will begin in accordance with 24 the timeframe mutually established in the ‘Notice to Proceed’ issued the 25 Contractor. 26

27 Work shall not be performed on certain locations/streets during “peak traffic 28 periods” as determination by the City Traffic Engineer and in accordance with the 29 applicable provision of the “City of Fort Worth Traffic Control Handbook for 30 Construction and Maintenance Work Areas.” 31

32 Payment for traffic control shall cover design and / or installation and maintenance 33 of the traffic control plan, and shall be paid at the unit price bid per each for 34 “Traffic Control”. 35

36

C. Related Specification Sections include, but are not necessarily limited to: 37

1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 38

2. Division 1 – General Requirements 39

1.2 PRICE AND PAYMENT PROCEDURES 40

A. Measurement and Payment 41

1. Installation of Traffic Control Devices 42

Page 275: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

34 71 13 - 2 TRAFFIC CONTROL

Page 2 of 6

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

a. Measurement 1 1) Measurement for Traffic Control Devices shall be per month for the Project 2

duration. 3 a) A month is defined as 30 calendar days. 4

b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6

and measured as provided under “Measurement” shall be paid for at the 7 unit price bid for “Traffic Control”. 8

c. The price bid shall include: 9 1) Traffic Control implementation 10 2) Installation 11 3) Maintenance 12 4) Adjustments 13 5) Replacements 14 6) Removal 15 7) Police assistance during peak hours 16

2. Portable Message Signs 17 a. Measurement 18

1) Measurement for this Item shall be per week for the duration of use. 19 b. Payment 20

1) The work performed and materials furnished in accordance to this Item 21 and measured as provided under “Measurement” shall be paid for at the 22 unit price bid per week for “Portable Message Sign” rental. 23

c. The price bid shall include: 24 1) Delivery of Portable Message Sign to Site 25 2) Message updating 26 3) Sign movement throughout construction 27 4) Return of the Portable Message Sign post-construction 28

3. Preparation of Traffic Control Plan Details 29 a. Measurement 30

1) Measurement for this Item be per each Traffic Control Detail prepared. 31 b. Payment 32

1) The work performed and materials furnished in accordance with this Item 33 shall be paid for at the unit price bid per each “Traffic Control Detail” 34 prepared. 35

c. The price bid shall include: 36 1) Preparing the Traffic Control Plan Details for closures of 24 hours or longer 37 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 38

(TMUTCD) 39 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 40 4) Incorporation of City comments 41

1.3 REFERENCES 42

A. Reference Standards 43

1. Reference standards cited in this Specification refer to the current reference 44 standard published at the time of the latest revision date logged at the end of this 45 Specification, unless a date is specifically cited. 46

2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 47

Page 276: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

34 71 13 - 3 TRAFFIC CONTROL

Page 3 of 6

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 1 Transportation, Standard Specifications for Construction and Maintenance of 2 Highways, Streets, and Bridges. 3

1.4 ADMINISTRATIVE REQUIREMENTS 4

A. Coordination 5

1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 6 implementing Traffic Control within 500 feet of a traffic signal. 7

B. Sequencing 8

1. Any deviations to the Traffic Control Plan included in the Drawings must be first 9 approved by the City and design Engineer before implementation. 10

1.5 SUBMITTALS 11

A. Provide the City with a current list of qualified flaggers before beginning flagging 12 activities. Use only flaggers on the qualified list. 13

B. Obtain a Street Use Permit from the Street Management Section of the Traffic 14 Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the Project 15 shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. A 16 copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 17

C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 18 Engineer. 19

D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 20 Specifications. The Contractor will be responsible for having a licensed Texas 21 Professional Engineer sign and seal the Traffic Control Plan sheets. 22

E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 23

F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 24 changes to the Traffic Control Plan(s) developed by the Design Engineer. 25

G. Design Engineer will furnish standard details for Traffic Control. 26

Page 277: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

34 71 13 - 4 TRAFFIC CONTROL

Page 4 of 6

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1

1.7 CLOSEOUT SUBMITTALS [NOT USED] 2

1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3

1.9 QUALITY ASSURANCE [NOT USED] 4

1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5

1.11 FIELD [SITE] CONDITIONS [NOT USED] 6

1.12 WARRANTY [NOT USED] 7

PART 2 - PRODUCTS 8

2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 9

2.2 ASSEMBLIES AND MATERIALS 10

A. Description 11

1. Regulatory Requirements 12 a. Provide Traffic Control Devices that conform to details shown on the Drawings, 13

the TMUTCD, and TxDOT’s Compliant Work Zone Traffic Control Device List 14 (CWZTCDL). 15

2. Materials 16 a. Traffic Control Devices must meet all reflectivity requirements included in the 17

TMUTCD and TxDOT Specifications – Item 502 at all times during construction. 18 b. Electronic message boards shall be provided in accordance with the TMUTCD. 19

2.3 ACCESSORIES [NOT USED] 20

2.4 SOURCE QUALITY CONTROL [NOT USED] 21

PART 3 - EXECUTION 22

3.1 EXAMINATION [NOT USED] 23

3.2 PREPARATION 24

A. Protection of In-Place Conditions 25

1. Protect existing traffic signal equipment. 26

3.3 INSTALLATION 27

A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 28 the Drawings and as directed. 29

B. Install Traffic Control Devices straight and plumb. 30

C. Do not make changes to the location of any device or implement any other changes to 31 the Traffic Control Plan without the approval of the Engineer. 32

1. Minor adjustments to meet field constructability and visibility are allowed. 33

Page 278: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

34 71 13 - 5 TRAFFIC CONTROL

Page 5 of 6

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 1

1. Corrective action includes but is not limited to cleaning, replacing, straightening, 2 covering, or removing Devices. 3

2. Maintain the Devices such that they are properly positioned, spaced, and legible, 4 and that retroreflective characteristics meet requirements during darkness and rain. 5

E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 6 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 7 lights, signs, or other precautionary measures for the protection of persons or property), 8 the Inspector may order such additional precautionary measures be taken to protect 9 persons and property. 10

F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 11 or in conflict with the proposed method of handling traffic or utility adjustments, can be 12 constructed during any phase. 13

G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 14 distance of drivers entering the highway from driveways or side streets. 15

H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 16 be erected and mounted on portable supports. 17

1. The support design is subject to the approval of the Engineer. 18

I. Lane closures shall be in accordance with the approved Traffic Control Plans. 19

J. If at any time the existing traffic signals become inoperable as a result of construction 20 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 21 approved by the Engineer, to be used for Traffic Control. 22

K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 23 turn-ons, street light pole installation, or other construction will be done during peak traffic 24 times (AM: 7 am – 9 am, PM: 4 pm - 6 pm). 25

L. Flaggers 26

1. Provide a Contractor representative who has been certified as a flagging instructor 27 through courses offered by the Texas Engineering Extension Service, the American 28 Traffic Safety Services Association, the National Safety Council, or other approved 29 organizations. 30 a. Provide the certificate indicating course completion when requested. 31 b. This representative is responsible for training and assuring that all flaggers are 32

qualified to perform flagging duties. 33

2. A qualified flagger must be independently certified by 1 of the organizations listed 34 above or trained by the Contractor’s certified flagging instructor. 35

3. Flaggers must be courteous and able to effectively communicate with the public. 36

4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 37 and follow the flagging procedures set forth in the TMUTCD. 38

5. Provide and maintain flaggers at such points and for such periods of time as may 39 be required to provide for the safety and convenience of public travel and 40 Contractor’s personnel, and as shown on the Drawings or as directed by the 41 Engineer. 42 a. These flaggers shall be located at each end of the lane closure. 43

M. Removal 44

Page 279: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

34 71 13 - 6 TRAFFIC CONTROL

Page 6 of 6

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised November 22, 2013

1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 1 and other Traffic Control Devices used for work-zone traffic handling in a timely 2 manner, unless otherwise shown on the Drawings. 3

3.4 REPAIR / RESTORATION [NOT USED] 4

3.5 RE-INSTALLATION [NOT USED] 5

3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 6

3.7 SYSTEM STARTUP [NOT USED] 7

3.8 ADJUSTING [NOT USED] 8

3.9 CLEANING [NOT USED] 9

3.10 CLOSEOUT ACTIVITIES [NOT USED] 10

3.11 PROTECTION [NOT USED] 11

3.12 MAINTENANCE [NOT USED] 12

3.13 ATTACHMENTS [NOT USED] 13

END OF SECTION 14

Revision Log

DATE NAME SUMMARY OF CHANGE

11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required

15

Page 280: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

APPENDIX

GC-4.01 Availability of Lands - None

GC-4.02 Subsurface and Physical Conditions - None

GC-4.04 Underground Facilities - None

GC-4.06 Hazardous Environmental Condition at Site - None

GC-6.06.D Minority and Women Owned Business Enterprise Compliance

MBE Good Faith Effort Form

MBE Joint Venture Eligibility Form

MBE Prime Contractor Waiver Form

MBE Specifications – Special Instructions for Bidders

MBE Subcontractors/Suppliers Utilization Form

GC-6.07 Wage Rates

Heavy and Highway Construction Prevailing Wage Rates 2013

Commercial Construction Prevailing Wage Rates 2013

GC-6.09 Permits and Utilities - None

GC-6.24 Nondiscrimination - None

GR-01 60 00 Product Requirements - None

Page 281: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

GC-4.01 Availability of Lands

THIS PAGE LEFT INTENTIONALLY BLANK

Page 282: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

GC-4.02 Subsurface and Physical Conditions

THIS PAGE LEFT INTENTIONALLY BLANK

Page 283: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

GC-4.04 Underground Facilities

THIS PAGE LEFT INTENTIONALLY BLANK

Page 284: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

GC-4.06 Hazardous Environmental Condition at Site

THIS PAGE LEFT INTENTIONALLY BLANK

Page 285: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

GC-6.06.D Minority and Women Owned Business Enterprise Compliance

MBE Good Faith Effort Form

MBE Joint Venture Eligibility Form

MBE Prime Contractor Waiver Form

MBE Specifications – Special Instructions for Bidders

MBE Subcontractors/Suppliers Utilization Form

Page 286: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ATTACHMENT 1C Page 1 of 4

Rev. 2/10/15

City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form

OFFEROR COMPANY NAME:

Check applicable block to describe Offeror

M/W/DBE NON-M/W/DBE

PROJECT NAME:

BID DATE

City’s MBE Project Goal:

%

Offeror’s MBE Project Commitment:

%

PROJECT NUMBER

If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form.

If the Offeror’s method of compliance with the MBE goal is based upon demonstration of a “good faith effort”, the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications.

1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier.

(Use additional sheets, if necessary)

List of Subcontracting Opportunities List of Supplier Opportunities

Page 287: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ATTACHMENT 1C Page 2 of 4

Rev. 2/10/15

2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors

and/or suppliers from the City's M/WBE Office. _____Yes Date of Listing _____/______/_____ _____No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,

at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? _____Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) _____No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,

at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened?

_____Yes (If yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.)

_____No

5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,

at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened?

_____Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that “undeliverable confirmation” received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or “undeliverable confirmation” documentation may render the GFE non-responsive.) _____ No

6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,

at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? _____Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned

as undeliverable, then that “undeliverable message” receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or “undeliverable message” documentation may render the GFE non- responsive.)

_____No

NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement.

NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6.

7.) Did you provide plans and specifications to potential MBEs? _____Yes _____No

8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs?

_____Yes _____No

Page 288: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ATTACHMENT 1C Page 3 of 4

Rev. 2/10/15

9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? _____Yes (If yes, attach all copies of quotations.) _____No 10.) Was the contact information on any of the listings not valid? _____Yes (If yes, attach the information that was not valid in order for the M/WBE Office to address the corrections

needed.) _____No 11.) Submit documentation if MBE quotes were rejected. The documentation submitted should be in the

forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel.

(Please use additional sheets, if necessary, and attach.)

Company Name Telephone Contact Person Scope of Work Reason for Rejection

ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year.

Page 289: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ATTACHMENT 1C Page 4 of 4

Rev. 2/10/15

The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City’s M/WBE Office. _______________________________________ _______________________________________ Authorized Signature Printed Signature _______________________________________ _______________________________________ Title Contact Name and Title (if different) _______________________________________ _______________________________________ Company Name Phone Number Fax Number ______________________________________ _______________________________________ Address Email Address _______________________________________ _______________________________________ City/State/Zip Date

Page 290: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

Joint Venture Page 1 of 3

Rev. 2/10/15

CITY OF FORT WORTH

MBE Joint Venture Eligibility Form All questions must be answered; use “N/A” if not applicable.

. Name of City project: ___________________________________________________________________________

A joint venture form must be completed on each project

RFP/Bid/Purchasing Number: ____________________________

1. Joint venture information:

Joint Venture Name:

Joint Venture Address: (If applicable)

Telephone: Facsimile: E-mail address:

Cellular:

Identify the firms that comprise the joint venture:

Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture

MBE firm name:

Non-MBE firm name:

Business Address: Business Address:

City, State, Zip: City, State, Zip:

Telephone

Facsimile

E-mail

Telephone

Facsimile

Cellular Cellular

Certification Status:

E-mail address

Name of Certifying Agency:

2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE:

Page 291: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

Joint Venture Page 2 of 3

Rev. 2/10/15

3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? _____________________ 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement)

Profit and loss sharing:

Capital contributions, including equipment:

Other applicable ownership interests:

6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable):

Management decisions: a. Estimating

b. Marketing and Sales

c. Hiring and Firing of management personnel

d. Purchasing of major equipment and/or supplies

Supervision of field operations

The City’s Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE:

From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City’s M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City’s BDE Ordinance.

Page 292: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

Joint Venture Page 3 of 3

Rev. 2/10/15

AFFIDAVIT

The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein.

The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process.

The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture’s eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non-MBE firm

Printed Name of Owner Printed Name of Owner

Signature of Owner Signature of Owner

Printed Name of Owner Printed Name of Owner

Signature of Owner Signature of Owner

Title Title

Date Date

Notarization

State of _________________________________________ County of _________________________________ On this _____________________________ day of _________________, 20 ____, before me appeared ___________________________________________ and ___________________________________________ to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public ______________________________________________________

Print Name

Notary Public ______________________________________________________

Signature

Commission Expires _________________________________________________ (seal)

Page 293: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ATTACHMENT 1B Page 1 of 1

Rev. 2/10/15

City of Fort Worth Minority Business Enterprise Specifications

Prime Contractor Waiver Form

OFFEROR COMPANY NAME:

Check applicable block to describe prime

M/W/DBE NON-M/W/DBE

PROJECT NAME:

BID DATE

City’s MBE Project Goal:

%

Offeror’s MBE Project Commitment:

%

PROJECT NUMBER

If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes.

Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications.

Will you perform this entire contract without subcontractors? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business.

YES

NO

Will you perform this entire contract without suppliers? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business.

YES

NO

The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year.

______________________________________ ___________________________________________ Authorized Signature Printed Signature

______________________________________ ___________________________________________ Title Contact Name (if different)

______________________________________ ___________________________________________ Company Name Phone Number Fax Number

______________________________________ ___________________________________________ Address Email Address ______________________________________ ___________________________________________ City/State/Zip Date

Page 294: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

Rev. 2/10/15

City of Fort Worth

Minority Business Enterprise Specifications

SPECIAL INSTRUCTIONS FOR OFFERORS

APPLICATION OF POLICY

If the total dollar value of the contract is $50,000 or more, then a MBE subcontracting goal is applicable.

POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City’s current Business Diversity Enterprise Ordinance applies to this bid.

MBE PROJECT GOALS

The City's MBE goal on this project is __________% of the base bid value of the contract.

Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive.

COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation.

SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted.

1. Subcontractor Utilization Form, if goal is met or exceeded:

received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date.

2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal:

received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date.

3. Good Faith Effort and Subcontractor Utilization Form, if no MBE participation:

received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date.

4. Prime Contractor Waiver Form, if you will perform all subcontracting/supplier work:

received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date.

5. Joint Venture Form, if goal is met or exceeded:

received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date.

FAILURE TO COMPLY WITH THE CITY’S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS.

FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS.

Any questions, please contact the M/WBE Office at (817) 212-2674.

Page 295: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ATTACHMENT 1A

Page 1 of 4

Rev. 2/10/15

City of Fort Worth Minority Business Enterprise

MBE Subcontractors/Suppliers Utilization Form

OFFEROR COMPANY NAME:

Check applicable block to describe Offeror

M/W/DBE NON-M/W/DBE

PROJECT NAME:

BID DATE

City’s MBE Project Goal:

%

Offeror’s MBE Project Commitment:

%

PROJECT NUMBER

Identify all subcontractors/suppliers you will use on this project

Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications.

MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties.

Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal.

ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.

Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth.

If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement.

Page 296: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ATTACHMENT 1A

Page 2 of 4

Rev. 2/10/15

Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.

SUBCONTRACTOR/SUPPLIER Company Name

Address Telephone/Fax

Email Contact Person

Tier

NCTRCA

Non Detail

Subcontracting Work

Detail Supplies

Purchased

Dollar Amount M B E

W B E

MBE

Page 297: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ATTACHMENT 1A

Page 3 of 4

Rev. 2/10/15

Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.

SUBCONTRACTOR/SUPPLIER Company Name

Address Telephone/Fax

Email Contact Person

Tier

NCTRCA

Non Detail

Subcontracting Work

Detail Supplies

Purchased

Dollar Amount M B E

W B E

MBE

Page 298: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

ATTACHMENT 1A

Page 4 of 4

Rev. 2/10/15

Total Dollar Amount of MBE Subcontractors/Suppliers $

Total Dollar Amount of Non-MBE Subcontractors/Suppliers $

TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $

The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date

Page 299: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

GC-6.07 Wage Rates

Heavy and Highway Construction Prevailing Wage Rates 2013

Commercial Construction Prevailing Wage Rates 2013

Page 300: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CLASSIFICATION DESCRIPTION Wage Rate

Asphalt Distributor Operator 15.32$             

Asphalt Paving Machine Operator 13.99$             

Asphalt Raker 12.69$             

Broom or Sweeper Operator 11.74$             

Concrete Finisher, Paving and Structures 14.12$             

Concrete Pavement Finishing Machine Operator 16.05$             

Concrete Saw Operator 14.48$             

Crane Operator, Hydraulic 80 tons or less 18.12$             

Crane Operator, Lattice Boom 80 Tons or Less 17.27$             

Crane Operator, Lattice Boom Over 80 Tons 20.52$             

Crawler Tractor Operator 14.07$             

Electrician 19.80$             

Excavator Operator, 50,000 pounds or less 17.19$             

Excavator Operator, Over 50,000 pounds 16.99$             

Flagger 10.06$             

Form Builder/Setter, Structures 13.84$             

Form Setter, Paving & Curb 13.16$             

Foundation Drill Operator, Crawler Mounted 17.99$             

Foundation Drill Operator, Truck Mounted 21.07$             

Front End Loader Operator, 3 CY or Less 13.69$             

Front End Loader Operator, Over 3 CY 14.72$             

Laborer, Common 10.72$             

Laborer, Utility 12.32$             

Loader/Backhoe Operator 15.18$             

Mechanic 17.68$             

Milling Machine Operator 14.32$             

Motor Grader Operator, Fine Grade 17.19$             

Motor Grader Operator, Rough 16.02$             

Off Road Hauler 12.25$             

Pavement Marking Machine Operator 13.63$             

Pipelayer 13.24$             

Reclaimer/Pulverizer Operator 11.01$             

Reinforcing Steel Worker 16.18$             

Roller Operator, Asphalt 13.08$             

Roller Operator, Other 11.51$             

Scraper Operator 12.96$             

Servicer 14.58$             

Small Slipform Machine Operator 15.96$             

Spreader Box Operator 14.73$             

Truck Driver Lowboy‐Float 16.24$             

Truck Driver Transit‐Mix 14.14$             

Truck Driver, Single Axle 12.31$             

Truck Driver, Single or Tandem Axle Dump Truck 12.62$             

Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$             

Welder 14.84$             

Work Zone Barricade Servicer 11.68$             

2013  PREVAILING WAGE RATES

The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by 

the United States Department of Labor and current as of September 2013.  The titles and descriptions for the 

classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway, 

Heavy, Utilities, and Industrial Construction in Texas.  

(Heavy and Highway Construction Projects)

Page 1 of 1

Page 301: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CLASSIFICATION DESCRIPTION Wage Rate

AC Mechanic  $             25.24 

AC Mechanic Helper  $             13.67 

Acoustical Ceiling Installer  $             16.83 

Acoustical Ceiling Installer Helper  $             12.70 

Bricklayer/Stone Mason  $             19.45 

Bricklayer/Stone Mason Trainee  $             13.31 

Bricklayer/Stone Mason Helper  $             10.91 

Carpenter  $             17.75 

Carpenter Helper  $             14.32 

Concrete Cutter/Sawer  $             17.00 

Concrete Cutter/Sawer Helper  $             11.00 

Concrete Finisher  $             15.77 

Concrete Finisher Helper  $             11.00 

Concrete Form Builder  $             15.27 

Concrete Form Builder Helper  $             11.00 

Drywall Mechanic  $             15.36 

Drywall Helper  $             12.54 

Drywall Taper  $             15.00 

Drywall Taper Helper  $             11.50 

Electrician (Journeyman)  $             19.63 

Electrician Apprentice (Helper)  $             15.64 

Electronic Technician  $             20.00 

Floor Layer   $             18.00 

Floor Layer Helper  $             10.00 

Glazier  $             21.03 

Glazier Helper  $             12.81 

Insulator    $             16.59 

Insulator Helper  $             11.21 

Laborer Common  $             10.89 

Laborer Skilled  $             14.15 

Lather  $             12.99 

Metal Building Assembler  $             16.00 

Metal Building Assembler Helper  $             12.00 

Metal Installer (Miscellaneous)  $             13.00 

Metal Installer Helper (Miscellaneous)  $             11.00 

Metal Stud Framer  $             16.12 

Metal Stud Framer Helper  $             12.54 

Painter  $             16.44 

Painter Helper  $               9.98 

Pipefitter  $             21.22 

Pipefitter Helper  $             15.39 

Plasterer  $             16.17 

Plasterer Helper  $             12.85 

Plumber  $             21.98 

Plumber Helper  $             15.85 

Reinforcing Steel Setter  $             12.87 

(Commercial Construction Projects)2013  PREVAILING WAGE RATES

Page 1 of 2

Page 302: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

Reinforcing Steel Setter Helper  $             11.08 

Roofer  $             16.90 

Roofer Helper  $             11.15 

Sheet Metal Worker  $             16.35 

Sheet Metal Worker Helper  $             13.11 

Sprinkler System Installer  $             19.17 

Sprinkler System Installer Helper  $             14.15 

Steel Worker Structural  $             17.00 

Steel Worker Structural Helper  $             13.74 

Waterproofer  $             15.00 

Concrete Pump  $             18.50 

Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel  $             19.31 

Forklift  $             16.45 

Foundation Drill Operator  $             22.50 

Front End Loader  $             16.97 

Truck Driver  $             16.77 

Welder  $             19.96 

Welder Helper  $             13.00 

The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted 

and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman 

Trubitt, PLLC Construction Group.  The  descriptions for the classifications listed are provided on the TEXO's (The 

Construction Association) website.   www.texoassociation.org/Chapter/wagerates.asp

Equipment Operators 

Page 2 of 2

Page 303: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

GC-6.09 Permits and Utilities

THIS PAGE LEFT INTENTIONALLY BLANK

Page 304: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

GC-6.24 Nondiscrimination

THIS PAGE LEFT INTENTIONALLY BLANK

Page 305: PROJECT MANUAL - BidNet 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance

CITY OF FORT WORTH MWR2016 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100435 Revised July 1, 2011

GR-01 60 00 Product Requirements

THIS PAGE LEFT INTENTIONALLY BLANK