Loading...
HomeMy WebLinkAboutContract 47371 FoRTWORTH ;TnAi CITY SFCRr:"TARY PROJEFTR T A 0 IL E THE C(JNSTRUQT ,ot"TOETC)R'S BONDING CO, CONST' ijcmvrs' Copy WATER & SANITARY SEW. URRO MVWT CONTRACT 2015 WS M-C PART 2 City Project No. 02434 D.O.E. No, 7476 File No. X-23158 Water Project No. P253-608170243487 Sewer Project No. P258-608170243487 Betsy Price David Cooke Mayor City Manager John Robert Carman Director, Water Department Prepared for The City of Fort Worth Water Department Jo 'n AusVin Saird 2015 97239 Baird,Hampton & Brown,Inc. L Engineering&Surveying 08-06-920 TU 6300 Ridglea Place,Suite 700 Fort Worth,Texas 76116 TBPE Firm#44 TBPLS Firm# 100 11300 01MICIAL RECORID1 Fit' WORT11, TX FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF WATER & SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C PART 2 r City Project No. 02434 D.O.E. No. 7476 File No. X-23158 Water Project No. P253-608170243487 Sewer Project No. P258-608170243487 Betsy Price David Cooke Mayor City Manager John Robert Carman Director, Water Department Prepared for The City of Fort Worth ••.,�y Water Department es oP, ®John Austin Baird 2015 ..........97239................. •: l(� Baird,Hampton & Brown,Inc. Si®NAL® �yG Engineering&Surveying 08-06-2015 6300 Ridglea Place,Suite 700 Fort Worth,Texas 76116 TBPE Firm#44 TBPLS Firm 10011300 'Arr FORTWORTH, iw is J City of Fort Worth ........................... .... ........... Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page i of 4 SECTION in TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 0043 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequaiification's 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 5813 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH II ATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised November 22,2013 MAP),, STANDARD CONSTRUCTION SPECIFICATION DOC:'CItw1EN'rs Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 3 -Exterior Improvements 3201 18 Temporary Asphalt Paving Repair 32 1133 Cement.Treated Base Courses Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buz7saw site at: 1� TS /pro t itt;.t uzzsa)uocoin/client/f'ortw rtl -y/Resources/02%20- 1 %20Consti�ticlion%20)ocu eii s/S 4,-ific,t ort Division 02 -Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving removal Division 03--Concrete 03 30 00 Cast-In-Place Concrete 0334 13 Controlled.Low Strength Material(Cl..,SM) 03 34 16 Concrete Fuse Material for Trench repair 038000 Modifications to Existing Concrete Structures Division 31-Earthwork 3123 16 Unclassified Excavation 31 25 00 Erosion and_Sediment Control Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair «, 320129 Concrete Paving Repair 32 1123 Flexible Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Chatters 32 1723 Pavement Markings 32 1725 Curb Address Painting 3291 19 Topsoil Placement and Finishing of Parkwaysmy,, 3292 13 Hydro-Mulching, Seeding,and.Sodding 32 93 43 Trees and Shrubs Division 33-Utilities 33 04 10 Joint Bonding and Electrical. Isolation. 33 04 11 Corrosion Control Test Stations 330412 Magnesium Anode Cathodic Protection System r 33 04 30 Temporary Water Services CITY OF FORT"WORTH WATER&SANIZARYSEWFFC f LPLA4;],,A41:'N77 C°a"ldV'rRAC'.°I°2015 WSM-C 13arl 2 "FIR STANDARD C°l:)NST RUCTION SPECIFICAIION D)C1..YMENTS City Pray/crag No.02434 Revised November 22,2013 �uiu5 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS iYi)!Y Page 3 of 4 33 04 40 Cleaning and Acceptance Testing of Water Mains 3305 10 Utility Trench Excavation,Embedment, acfill 3305 12 Water Line Lowering 3305 13 Frame,Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade r 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 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 ar 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services I-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 Standard Blow-off Valve Assembly Division 34-Transportation 3441 30 Aluminum Signs 3471 13 Traffic Control } Appendix GC-4.02 Subsurface and Physical Conditions lop GC-6,06,D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates C-6,09 Permits and Utilities GC-6,24 Nondiscrimination G -01 60 00 Product Requirements '2!" END OF SECTION IITo 1, CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM C Part 2 o STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised November 22,2013 t, i &C Revieiv ]mire t of t:Dtridll Me of the City of Fort Worth, Texas CITY COUNCIL AGENDA F TH tyu COUNCIL ACTION: Approved on 1211512015 -Ordinance No. 22020-12-2015 * 6015WSMCP2 - DA : 12/15/2015 REFERENCE .: C-27577 LOG NAME: WOOD CODE: C TYPE: NOW PUBLIC NO f CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with Woody Contractors„ Inc.„ in the Amount of $1,516,450..00 for Water and Sanitary Suer Replac.einent Contract 2015 WSM-C„ Part r on Canyon Ridge Avenue, Jamaica ILane, Toronto Avenue, Prurington Avenue, Avenue H and Avenue I, Provide for Project Costs and Contingencies in the Amou.rnt.of$200,000.00 for a Project Total in the Amount of$1,716,450.00 and Adopt Appropriation Ordinance (COUNClll.... DISTRICTS 5 and 6) RECOMMENDATION: It is recommended that the City Councl[: 1. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$1,716,450 from available fundsq and 2. Authorize the execution of a contract with Woody Contractors, Inc., in the amount of$1,516,450.00. for Water and Sanitary Suer Replacement Contract 2015 WSM.-C, Part 2. A DISCUSSION. On February 17, 2015 (M&C C-27192)„ the City Council authorized an Erigineering Agreement with Baird, �r Hampton & Brown„ Inc,., to prepare the plans and specifications for Water and Sanitary Sewer Replacement Contract 2015 WSM-C. This Mayor and Council Communication is to authorize a construction contract for the replacement of the deteriorated water mains on the following streets: Street- Lane From 70 _ a �anycrn Ridge AWenue Jamaica S. Ayers Avenue _ __.__ Jamaiica Lane Pancla Ayenue canyon Ridge P=venue _.�.._ _ Toronto Avenue Bomar AWenue Purington AWenue ON Puringtcn Avenue Ben Street Tandy Lane Avenue H mm.�.. ]S. Beach Street genie Street FAWenue I _..... __ K each Street McKenzie Street The project was advertised for bid on August 6, 2015 and August 13„ 2015 in the Fort Worth Star- T le earn„ On September 3, 2015 the following bids were received: ,,fir, Bidder _ Amount Timue_of Completion� Woody Contractors, Inc7 $1,516N45 Calendar C}ays MIR bttp://al p .ct"�Ayrrirt org/council p'a.ciret��r:��.e revie �.asp�rID=2t8t &cotuticilda.t o.: t2/i.5/2015 12/16/2015 C; Review Page 2 of r [Conatser Construction TX, L $1,5 7,075�00J Ark Contracting Services, LLC $1,624,125.00 Burns Brothers" Inc. $1,964,402.00 Em-CCU Construction, Inc. $2,176,365.00 Atkins Brothers Equipment Company, Inc][$ 221,105.00 In addition to the contract cost, $120,000..00 is requiired for project management, inspection and material testing and $50,000.00 is provided for project contingencies,. Appropriations for the Water and Sanitary Sewer Replacement Contract 2015 WSM-C„ Part 1 and 2 Project will consist of the following F___­ Description Amount '» E rd, Hampton & Brown Inc. $1 55,120.00 William J. Schultz, Inc. dba Circle "C "Construction Company $ 960,625.00 ,,516 Woody Contractors, Inc. $1,516,450.00 Project Management., Inspection, Material Testing and $ yy� Contingencies 569,445.00 Total Project E3dget _ $3,031,643.00 Funding for the Water and Sanitary Sewer Replacement Contract 2015 WSM-C, Part 1 and 2 Project will ' consist of the following: �ND Revised _ A ro nations** 1" star Capital Projects Fund 59601 $ 2"745,557.00 Sewer Capital Projects Fund 59607 $ 256,056.00 Pro act Total 5�051,645.Q0 Appropriations are dependent upon approval of M&C Log Name 6015WSMCP1 -CIPCLEC. Construction is anticipated to commence in January 2016. With a contract time of 190 calendar days, the y project is estimated to be complete by mid July 2016. This project will have no impact on the Water Department operating budget. M F OFFICE -Woody Contractors„ Inc., is in compliance with City's BDE Ordinance by committing to nine percent MBE participation on this project. The City's MBE goal on this project is seven percent. 001 The project is located in COUNCIL DISTRICTS 5 and 5, Mapsco 75B, 75F" 75(3, 75K, 75J. FISCAL INFORMATION/CERTIFICATION,: " The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget„ as appropriated, of the Water Capital Projects Fund. "The Fiscal Year 2016 Water Operating Budget includes appropriations of$26,065,355.00 for the purpose of providing pay-as-you-go funding for capital projects. After this transfer for Fiscal Year 2016, the balance will be $19,154„996.67. Pending ' and Project Encumbrances Remaining Appropriations and Balance __Expenditures FWaterT http:Happs.cfNv-net.org/cour.icil, packet/m c. review.asp'?].D=21 8 13,, counci ldate=12/15/2 015 12/16/2015 M&C Review, Page 3 of'3 Capital $2 745,55 $ 2,734,609.01$109 947 99] (59601)�� S ewer F, Capital $ 286,086.00 $ 285,619.40 $ 466.60 (59E 07 TO P/ Fund Department Account Project Program Activity Budget Deference# Amount ID Y r- $1,716,450.00 �2 060-0 4956001 CO2434 C01783 2016 �9�di "",-666 i�N 1516,450w00—--- ---------------------- .... ... ................ ....... -- - ---------------------- FROM Fund ID - Ye"a.r r ------------ Depart m e n t P roJect Program Activity' Budget Re fer e nce .........................A..........m...........o. unt 3�.. 59601mm _. 0600430 .m 5740010 Cow D - (Charl .... ............ Submitted for ity_ ana�er s Office by' Jay Chapa (6122) Originating Department Head: John Carman (8246) OR Additional Information Contact: Liam Conlon (6824) ATTACHMENTS 6015WSMCP2 - WOODY Ord.docx 6015WSMCP2 WOODY Map 1.pdf 6015WSMCP2 WOODY MN 2.kdf lnur rm 12/16/2015 litip://al,)ps.cfwTiet.(:)rg/council., parckethric 'review.asp?l :=21813&coti.n.cildate=12/15/2015 so 0005 15- 1 ADDENDUM I Page 1 of 2 SECTION 00 05 15 2 ADDENDUM NO. 1 3 CITY OF FORT WORTH 4 WATER DEPARTMENT 5 6 WATER&SANITARY SEWER REPLACEMENT CONTRACT 2105,WSM-C PART 2 7 City Project No. 02434 8 DOE No. 7476 9 10 Addendum No. 1 Issue Date: August 28,2015 11 Bid Receipt Date: September 3,2015 12 13 This addendum forms part of the contract documents referenced above and modifies the original 14 Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the 15 Contract Documents(inside). Note receipt of the Addendum in the Bid Proposal and on the outer 16 envelope of your bid. 17 18 19 SPECIFICATION: 20 21 Section 00 4100 Bid Form 22 4.1 —Contract duration has been revised to 190 days. 23 24 Section 00 52 43—Agreement 25 3.2 Final Acceptance duration has been revised to 190 days. 26 27 Section GC-6.07—Prevailing Wage Rates 28 Section replaced in its entirety. 29 30 CONSTRUCTION PLANS: 31 32 Sheet 48—24in DIP Water line Avenue I Sta. 0+00 to 4+00 Cathodic Protection 33 System 34 Sheet added to set. 35 Sheet 49—24in DIP Water Line Avenue I Sta. 7+00 to 11+00 Cathodic Protection 36 System 37 Sheet added to set. 38 Sheet 50—24in DIP Water Line Avenue I Sta. 11+000 to End Cathodic Protection 39 System 40 Sheet added to set. 41 Sheet 51—24in DIP Water Line Cathodic Protection Installation Details 42 Sheet added to set. CITY OF FORT WORTH IVA TER&SANITARY SEIVER REPLACEMENT CONTRACT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised July 1,2011 �l�11N, 000515-2 A Ctt°:Nt LAVI B Page 2 of 2 a I Sheet 52--24in DIP Water Line Cathodic Protection Installation Details 2 Sheet added to set. 3 Sheet 53_.24in RCCP Water Dine Avenue I Sta.0+00 to 4+00 Cathodic Protection 4 System 6 Sheet added to set. 6 Sheet 54-24in RCCP Water Dine Avenue I Stu®4+00 to 7 Cathodic Protection 7 System 8 Sheet added to set. Sheet SS—24in RCCP Water Line Avenue 1 Stua 1+00 to 11+00 Cathodic Protection T 10 Systems I1 Sheet added to set. 12 Sheet 56 24in RCCP Water Line Avenue I Sta. 11+00 to End Cathodic Protection 13 System 14 Sheet added to set. 16 Sheet 57 0-24in RCCP Water Line Cathodic Protection Installation Details 1.6 Sheet added to sets 17' Sheet 58--24in RCCP Water Line Cathodic Protection Installation Details 18 Sheet added to set, 'P 19 20 All other provisions ofthe contract documents,plans and specifications shall remain unchanged. 21 22 Failure to.return a,signed copy oCthe addendum with the Proposal shall be grounds for rendering 23 the bid non-res,ponsivev A signed copy of this addendum shall be placed into the Proposal at the 24 time of bid submittal. 25 Water Department ru�u�uyy 26 John Robert Cannan 27 1.EC EIPT ACKNCIV'Jl.,E1: G D° Director 2 . ,y Q uo� 30 Tony Sholola,Pope 31 C:"e�rrnp "uy .. r a .. muCmrl ���� Engineering Mwa ,er(Water Dept.) 32. 33 34 w„s, 35 36 7 END OF sEC'CIC1N Ct'P” OF FOR1fWORTH WA T R d-S41 ITARY SENT tt'LAC.EAMN"C CONDUCT T 2015 WS :..C*Part 2 "a"'lA'N1:rARD CONSTRUCTION TION SPECIt"1CA1'10p WCUpwV'P PSIS ityProjectNo,024..34 Baum,tuuty t8 201 q y a f 040515-1 ADDENDUM 2 Page 1 of 2 I SECTION 00 05 15 2 ADDENDUM NO.2 3 CITY OF FORT WORTH 4 WATER DEPARTMENT 5 6 WATER&SANITARY SEWER REPLACEMENT CONTRACT 2105,WS M-C PART 2 7 City Project No. 02434 8 DOE No. 7476 9 10 Addendum No.2 Issue Date: September 2,2015 11 Bid Receipt Date: September 3,2015 12 13 This addendum forms part of the contract documents referenced above and modifies the original 14 Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the 15 Contract Documents(inside). Note receipt of the Addendum in the Bid Proposal and on the outer 16 envelope of your bid. 17 18 19 SPECIFICATION: 21 Section 00 42 43 Proposal Form Unit Price 22 Section Replaced in its entirety 23 • Bid Item 4-3311.0251 8"DIP Carrier Water Pipe—bid item added to 24 proposal PW 25 26 Bid Item 7—3311.0261 8"PVC Water Pipe—bid quantity revised 0 27 p 28 • Bid Item 19—3312.0107 Connection to Existing 20"Water main—bid 29 item revised to 3312.4203 20"x8"Tapping Sleeve and Valve 30 31 • Remaining Bid Items have been renumbered to better accommodate the 32 revisions to other bid items. 7 33 34 35 7 36 37 All other provisions of the contract documents,plans and specifications shall remain unchanged. 38 39 CITY OF FORT WORTH WATER&SANITARY SEWER REP LA CEMENT CONTRA CT 2015 RISM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci#y Prqjeci No.024.34 Revised July 1,2011 000513-2 ADDENDUM 2 Page 2 of 2 I Failure to return a.signed copy of the addendum with the Proposat shall be grounds for rendering 2 the bid non-respon-sive., A signed copy of this addendurn shall be placed into the Proposal at the firne of bid submittal. 4 Water Department 5 John Robert Carman 6 RECEIPT ACKNOWLEDGED: Director 7 8 By- By T(,-)riy Sholola,P.E. 10 Engineering Manager(Water Dept.)w. ............. 1UWj 13 14 ➢5 16 END OF SECTION Crr'Y OF FORT WORTH WA UN SA VIARYSFOU REPIACEMENTCONTRA CT 2015 KM-C Pmt 2 SrANDARD CONSUMCrION SPECIFICA rION DOCUMEN IS Ciry Projort No,02434 Revised Juty 1,201 1 0011 13... I INVITATION TO BIDDERS Page I of 2 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS !F 5 Sealed bids for the construction of WATER&SANITARYSEWER REPLACEMENT 6 CONTRACT 2015 WSM­C Part 2, City Pr No. 02434 will be received by the City of Fort 7 Worth Purchasing Office: 8 lr 9 City of Fort Worth 10 Purchasing Division I 1 1000 Throckmorton Street 12 Fort Worth,Texas 76102 13 until 130 P.M. CST, Thursday, September 3r`°,2015,and bids will be opened publicly and read 14 aloud at 2:00 PM CST in the Council Chambers. 77 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the(approximate)following: 18 Reconstruction of approximately 1400 LF'of 24"water main and associated appurtenances. This 19 project also includes the reconstruction(�f approximately 1400 LF of 12"water line and 5,000 20 LF of 8"water line and associated appurtenances, 21 22 PREQUALIFICATION 23 The improvements included in this project must be performed by a contractor who is pre- 24 qualified by the City at the time of bid opening. The procedures for qualification and pre- pr 25 qualification are outlined in the Section 00 21 13 .-INSTRUCTIONS TO BIDDERS. 26 27 DOCUMENT EXAMINATION AND PROCUREMENTS 28 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 29 of Fort Worth's Purchasing Division website at http-://www.fortwoqbgovorgipurchasin and 30 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 31 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 32 suppliers. 33 34 Copies oft e Bidding and Contract Documents may be purchased from: 35 Baird, Hampton&Brown, Inc, 36 6300 RidgleaPlace, Suite 700 37 Fort Worth, TY 76116 38 39 The cost of Bidding and Contract Documents is: 40 Set of Bidding and Contract Documents with full size drawings: $80 41 Set of Bidding and Contract Documents with half size(if available)drawings: $50 42 43 PREBID CONFERENCE 44 A prebid conference may be held as described in Section 00 21 13 ® INSTRUCTIONS TO yrF 45 BIDDERS at the following location,date,and time: 46 DATE: August 19'h,2015 47 TIME: 9:00 am 48 PLACE: 311 W. 10''Street 49 Fort Worth, Texas 76102 CITY OF FORT WORTH WATER&SANITARY SEWER REPLA CEMENT CONTRA CT2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C,7�y Project No.02434 Yur Revised July 1,2011 0011 13 2 INVITATION TO BIDDERS Page 2 of 2 I LOCATION: Water Depailinent Conference Room 2 Fiw 3 4 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 5 City reserves the right to waive irregularities and to accept or reject bids. 6 7 8 INQUIRIES 9 All inquiries relative to this procurement should be addressed to the following: 10 Attn: Liam (7onlon, City of Fort Worth 11 Email: 12 Phone: (817) 39-7-6824 13 AND/OR 14 Attn: Austin Baird, P.E.: Baird, Hamplon&Brown, Inc, 15 Email: abaird(p?bhhinc,com, 16 Phone: (817) 338 1277 17 18 ADVERTISEMENT DATES 19 4uguvt 6h, 2015 20 August 13'hl 2015 21 END OF SECTION CITY OF FORT WORTH WATER&SANITARY SE WFR RFP1-4 CF;MrN7'(,'OhVJ'I?A CT2015 WSM- "Part 2 STA NDARD CONSTRuc'nON SPEC(FICA"II"F.ON DOCUMENTS City Prqjeci Na.02434 Revised July 1,2011 00 21 1:3••I It+NSTRUCTIONNS TO BIDDERS Page 1 00 1 SECTION 00 2113 Vol 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof, 11 1.2.1, Bidder: Any person, firm,partnership,company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2.Nonresident Bidder:Any person,firm,,partnership, company,association,or T 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 It 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 ,I 35 requiring prequalification at the time of bidding.Bids received from contractors who are T 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 AsaIb o�tpomtAk�uzzs w cam/fortworth ovlRes�u cesl02%20- 41 %20Const ction%2ODoculnents/Contractor%2OPreaualifrcatioli/TPW%2OPaving 42 %20Contractor°/n20Precicl lification%20I'rogr rr�/I'RE [JAL IFICATION%20REO 43 UI E1v1ENTS%201^OR%20PAVING%2000N'I'I CTORS.PDF?,public 44 MR 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 littps://pro"ect oint.buzzsaw.com/fortworth /RescyLirce.�/02%20- 47 %20Construction%2ODocu ents/Contractor%2OPre Lialification/TPW%2OPaviiig, 48 %20Contractor%2OPre ualification°1cf20Pro r RE IALIFICATIOIJ%20REtJ 1� 49 UI ICE TS%20FOR%20PAVINCi%2000NTRACTORS.PDF? ublic CITY OF FORT WORTH GI's TER cox SANITARY SEWER REPLAC EA9ENT CONS tC T 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C;ay Project No.02434 Revised November 27,2012 0021 A3-2 AN,ST U(I"'IC. NS TO BIDDERS , Page 2 of 0 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 huL. -1//arj5LAP kAIu_z saw,coj /fcoilsLorth&o csou eso }2"/.2Q'1 4 %20( grist.r�uc�t on%20E3a�cun,iet�ts/C otitKa�.ctor%2,�Pre.�lif�c�tic�11/!�°��ie "!a2(�a�lcl�f�2 5 0Sani1,1 0/o20Scy�aa `%2(IC;�antracl:or°d,20C Ym (IILLi icatioii'/a20Pro),rain/WSSC/�291.1 6 uRI%20rg u r(Lgjcuits.doc"?public r1 7 8 9 3.2,Each Bidder unless currently prequalified,must be prepared to submit to City within y,y 10 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11,BIDDERS PREQUALIFIC.h°l'IC Ns. 12 n 13 3.2.L Submission of and/or questions related to prequalifrcati.on should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 " 1 17 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s)for a project to submit such additional information as the City,in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project,and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 22 deliver a quality product and successfully complete prgpects for the amount bid within �G 23 the stipulated time frame.Based upon the City's assessment of the submitted 24 information,a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested,may be grounds 26 for rejecting the apparent low bidder as iron-responsive°effected contractors will be i 27 notified in writing of a recommendation to the City Council, 28 29 3.4.In addition to prequalification,additional requirements for qualification may be required cur; 30 within various sections of the Contract Docurents, 31 32 3.5. 33 34 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 35 36 4.1.Before submitting a Bid,each Bidder shall; 37 38 4.1,1, Examine and carefully study the Contract Documents and other related data 39 identified in the Bidding Documents(includirrg"technical data" referred to in 40 Paragraph 4.2. below).No inforrrration given by City or any representative of the 41 City other than that contained in the Contract Documents and officially 42 promulgated addenda thereto,shall be binding upon the City. 43 n,, 44 4.1.2. Visit the site to become familiar°with and satisfy Bidder as to the general, local and 45 site conditions that may affect cost, progress,performance or furnishing of the 46 Work. a 47 48 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 49 progress,performance or furnishing of the Work. Ali 50 51 4,1.4. CITY OF FORT WORTH WATER&,SeANITrARk`,.4AwWER REP LACa MENT CONTRAC.T 201 S , M-C Part 2 R! STANDARD C:ONSTRC c,rio N SPECIFICATION IX)C~0.JPVENT'S Cit ,y Project No.02434 Revised November 27,2012 0021 I3-3 INSTRUCTIONS TO BIDDERS Pale 3 of 9 1 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous tote Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data"and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 1 6 at the Site that have been identified in the Contract Documents as containing t 7 reliable "technical data." 8 9 4.1.6, Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish.All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 6 binding upon the City. 17 18 4.1.7. Perform independent research,investigations,tests,borings,and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. Can request,City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations,tests and studies. 25 26 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates,investigation,research,tests,explorations, and other data which are 7z 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually r 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.9. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents.The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 2 43 4.2. Deference is made to Section 00 73 00--Supplementary Conditions for identification of 44 5 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation oft the Contract Documents. 47 The logs of Soil Borings, if any,on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 1, CITY OF FORT WORTH WATER&SANITARY SF WER REPLA CEMENT"CONTRA CT 2015 M­C"Part 2 'i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na 02434 "t Revised November 27,2012 0121 13•-4 INSTRUC"FIONS TO BIDDERS Page 4 of 9 1 4.2.2.those drawings of physical conditions in or relating to existing surface and 2 subsurface structures(except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request Those reports and drawings may not be part of the Contract 7 Documents,but the"technical data"contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02•of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary C onditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 11 any other data, interpretations,opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques, sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents,(iii)that Bidder has given City written notice of all 19 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6•,and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and fUmishing the 24 Work. 25 26 4.4•The provisions of this Paragraph 4,inclusive,do not apply to Asbestos, polychlorinated 27 biphenyls(PC13s),Petroleum,liazardous Waste or Radioactive Material covered by 28 Paragraph 4.06•of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional. lands and access thereto 36 required for temporary construction facilities,construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or perm anent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents, 41 42 5.2.Outstanding right-of-way,easements,and/or permit's to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementar y Conditions.In the event the necessary right- 44 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 prqject, 47 CITY OF FORT WOWI'H WATER&SA NETA R YSE WFR REPLA CEMENTC ONTRA C T 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPEC IFICNI'LON D(X'LJMEN`I'S C-Ygy Prqjecl No.02434 Revi%ed November 2"7,2012 ii I, 00 21 13....5 IN'ST'RUCTIONS TO BIDDERS Page 5 of 9 %_ 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way,easements, and/or permits,and shall submit a schedule to the City of how 0M 3 construction will proceed in the other areas of the project that do not require permits 4 or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 .m.,the Monday prior to the Bid opening. Questions `'7' 0 received after this day may not be responded to. Interpretations or clarifications 1 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions tom i 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth, TX 76102 21 Attn: Liam Conlon, Water Department 22 Email: liam.conlon(- rtworthlex rsgov off, 23 Phone: 817-392-6824 2 25 26 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 27 City. " 2 29 6.3.Addenda or clarifications may be posted via Buzzsdw at<Inser�t ink to Documents--,. 30 31 6.4.A prebid conference will be held at the time and place indicated in the Advertisement or 32 fNVITATION TO BIDDERS. Representatives of City will be present to discuss the 33 Project. Bidders are encouraged to attend and participate in the conference. City will 34 transmit to all prospective Bidders of record such Addenda as City considers necessary 35 in response to questions arising at the conference. Oral statements may not be relied 36 upon and will not be binding or legally effective. 37 38 7. Bid Security 39 °y 40 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 41 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety eeting 42 the requirements of Paragraphs 5.01 of the General Conditions. 511?I 3 44 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 45 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 46 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 47 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 48 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 49 other Bidders whom City believes to have a reasonable chance of receiving the award gy 50 will be retained by City until final contract execution. 51 CITY OF FORT WORTH WATER&SAN17ARY.5EWER REPLA CEMFNT CONTRA CT 2015 WSMI C Fart 2 Rv STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciiy Projece No.02434 Revised November 27,2012 i!4�Ylw N 21 13.Pro ]IN a'1CnU,X.77ud;7NS TO BIDDERS Page 6 of'9 1 . Contract Times 2 The number of days within wllmtich,or the dates by which,Milestones are to be achieved in 3 accordance with the General.Pequirennent„s and the"Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreenae nt or incorporated therein by reference to the 5 attached Bid Form. 6 7 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 9 Wit, 10 10. Substitute and "Or-Equal” Items 1 I The Contract,if awarded,will be on the basis of materials and equipment described in the 12 Bidding Documents without consideration of possible substitute or"or-equal" items. 13 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 14 ecJuu."al" item of material or equipment may be furnished or used by Contractor if acceptable to 15 City,application for such acceptance will not be considered by City until after the Effective 16 bate of the Agreement, 'The procedure for submission of-my such application by Contractor 17 and consideration by C:;ity is set forth in Para raplus 6.05A.,6.05B.and 6.05C.o'fthe General 18 Conditions and is supplennented in Section.0125 00 of the General Requirements. 19 �"r1 20 11. Subcontractors,Suppliers and Others 21 22 l 1..1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 2.3 12®2011 (as amended),the City has goals for the participation of minority business ��yy 24 and/or small business enterprises in City contracts.A copy of the Ordinance can be 25 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and 26 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 27 Waiver Forma and/or Good Faith Effort Form with documentation and/or Joint 28 "Venture Form appropriate.The Forms including documentation must be received 29 by the City no later than 5:00 P.M.CST, five(5)City business days after the bid 30 opening date.The Bidder shall obtain a receipt from the City as evidence the 31 documentation was received.Failure to comply shall render the bid as non- 32 responsive. 33 mw», 34 11.2. No Contractor shall be required to employ any Subcontractor,Supplier,other person 35 or oraniat:i.on against whom Contractor has reasonable objection. 36 37 12. Bid Form 38 39 12.1. The Bid Form is included with the Bidding 1.o uua�rients;additionall copies may be 40 obtained from the City. 41 42 112. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 43 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 44 the Bid Forme A Bid price shall be indicated for each Bid item,alternative,and unit 45 price item listed therein. In the case of optional alternatives,the words"No Bid," 46 "alto Change," or"Not Applicable""may be entered.Bidder shall state the prices, 47 written in ink in both words and nu.meraN,for which the Bidder proposes to do the 48 work contemplated or furnish materials required.All prices shall be written lle ibly. 49 In case of discrepancy between price in written words and the price in written 50 numerals,the price in written words shall govern. 51 CITY OF FORT WORTH WA &SANHARY SEWER I?EP,C A(,'I'AfLr "7'COQ(rRA 7'2 15 KjM-,Par/2 S'rs"aloYDARD CONSTRUCTION S LCIF"q(.`A110ND( n)INnENTS a:Puy Project No.024„n4 Revised November 27,2012 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.3. Bids by corporations shall be executed in the corporate name by the president or a 2 vice-president or other corporate officer accompanied by evidence of authority to 3 sign. The corporate seal shall be affixed. The corporate address and state of 4 incorporation shall be shown below the signature. 5 6 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 7 partner, whose title must appear under the signature accompanied by evidence of 8 authority to sign. The official address of the partnership shall be shown below the 9 signature. 10 11 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 12 member and accompanied by evidence of authority to sign. The state of formation of 13 the firm and the official address of the firm shall be shown. 14 15 12.6. Bids by individuals shall show the Bidder's name and official address. 16 17 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 18 indicated on the Bid Form. The official address of the joint venture shall be shown. 19 20 12.8. All names shall be typed or printed in ink below the signature. 21 22 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 23 which shall be filled in on the Bid Form. 24 25 12.10. Postal and e-mail addresses and telephone number for communications regarding the 26 Bid shall be shown. 27 28 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 29 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 30 to State Law Non Resident Bidder. 31 32 1 . Submission of Bids 33 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 34 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 35 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 36 marked with the City Project Number, Project title,the name and address of Bidder, and 37 accompanied by the Bid security and other required documents. If the Bid is sent through the 38 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 39 with the notation 'BID ENCLOSED" on the face of it. 40 41 14. Modification and Withdrawal of Bids 42 43 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 44 withdrawn prior to the time set for bid opening. A request for withdrawal must be 45 made in writing by an appropriate document duly executed in the manner that a Bid 46 must be executed and delivered to the place where Bids are to be submitted at any 47 time prior to the opening of Bids. After all Bids not requested for withdrawal are 48 opened and publicly read aloud,the Bids for which a withdrawal request has been 49 properly filed may, at the option of the City,be returned unopened. 50 CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEA4ENT CONTRACT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised November 27,2012 an iu�ulwy)r, 002113-& INSTRUCTIONS TO 1311:1DERS Page 11 ant'0 1 14.2. Bidders may modify their Bid by electronic connanluncation at any time prior to the 2 time set for the closing of Bid receipt. �Awa 3 4 15. Openin Bids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 abstract of the arrnounts of the base Bids and nua.por alternates(if y)will be made available 7 to Bidders after the opening of Bids. 8 9 16. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specnified.for Notice of Award 11 and execution and delivery of co.rnlpllete Agreennent by Successful Bidder. City may,at 12 City's sole discretion„release any Bid and nullify the Bid sec,uuriI prior to that date, 13 14 17. Evaluation of Bids and Award of Contract 15 16 17.1. City reserves the right to reject any or all Bids, including without limiitatiorn[the rights 17 to reject any or all nonconfor minng,nonresponsive, unbalanced or conditional Bids 18 and to reject the Bid of any Bidder if City believes that it would not be in the best 19 interest of the protect to make an award to that Bidder,whether because the Bid is 20 not responsive or the Bidder is unqualified or of douubtful financial ability or fails to 21 meet any other pertinent standard or criteria established by City. City also reserves 22 the right to waive informan.li.ti.es not involving price,contract time or changes in the 23 Work with the Suuccessfnul Bidder. Discrepancies between the unu.ultiplication of units 24 of Work and unit prices will be resolved in favor of the cunt prices. Discrepancies 25 between the indicaied sum of any column of figures and the correct sum thereof will 26 be resolved in favor of the correct sure. Discrepancies between words and figures as 27 will be resolved in favor of the words, 28 29 17.1.1. any or all bids will be rejecter)if City has reason to believe that collusion eists ,�t 30 among the Bidders,Bidder is an interested party to any litigation against.City, 31 City or Bidder may have a claim agahist the other or be engaged in litigation, 32 Bidder is in arrears on any existing contract or has defaulted on a previous 33 contrast,Bidder has performed a prior contract in an unsatisfactory manner,or 34 Bidder has Uncompleted work which in the judgment of the City will prevent or 35 hinder the prompt completion i of additional work if awarded. 36 37 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 38 other persons and organizations proposed for those portions of the Work as to which 39 the identity of Subcontractors,Suppliers,and other persons and organizations must 40 be submitted as provided in the Contract Documents or upon the request of the City. 41 City also may consider the operatiing costs,maintenance requirements,performance 42 data and guuarai atees of major items of materials and equipment proposed for 43 incorporation in the Work when such data is required to be submitted prior to the 44 Notice of Award. 45 46 173. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility,qualifications,and financial 48 ability of Bidders,proposed Subcontractors,Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 rry OF FORT WORTH &6re1TER&SANITA R'SEWAW 6ZEYA..ACA":3Ids"PvP1"Iw°ONd'FU("'T 2013 W;MI1:Part STANDARD CONSTRUCTION SIILCIIF1.('A,"ION DOCUMENTS 17iopllr*cd No.02434 Revised November 27,2012 0021 13-9 INSTRUCTIONS TO BIDDERS T� Page 9 of 9 1 17.4. Contractor shall perform with his own organization,work of a value not less than 2 35%oft the value embraced on the Contract,unless otherwise approved by the City. 3 4 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the r r 6 best interests oft the City. 7 8 17.6, Pursuant to Texas Government Code Chapter 2252.001,the City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 10 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located. 14 15 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 16 to be awarded, City will award the Contract within 90 days after the day of the Bid 17 opening unless extended in writing. No other act of City or others will constitute 18 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 19 the City. !7 20 21 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 22 1 , 23 18. Signing of Agreement 24 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 25 required number of unsigned counterparts of the Agreement. iti 14 days thereafter 26 Contractor shall sign deliver the required number of counterparts of the Agreement to yy 27 City with the required Bonds, Certificates of Insurance,and all other required documentation. 28 City shall thereafter deliver one fully signed counterpart to Contractor. 29 30 31 32 END OF SECTION �a CITY OF FORT WORTH WATER&SAMI ARY SEWER REPS ACF.'h FNY'C'ON C'7'2015 WSAI C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projea No.02434 Revised November 27,2012 i"` 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 "n CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the I)f attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may 'Ip also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/C IQ.pdf httK)://www.ethics.state.tx.us/forms/CIS.pdf f�rWNUo- i i CIQ Form is on file with City Secretary ?f�^� 1 :1 CIQ Form is being provided to the City Secretary I :I CIS Form is on File with City Secretary �nsr CIS Form is being provided to the City Secretary BIDDER: WOODY CONTRACTORS INC. y: TROY WOOi 659 TOWER DRIVE Signature: " 0 a Ila KENNEDALE,TEXAS 76060 Title: PR ENT r,r END OF SECTION 1� NOW CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I NMI Form Revised 20120327 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 02385 Part 2 fw 0041 00 BID FORM Page 1of3 414% SECTION 00 41 00 BID FORM TO: The City Manager MA c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 p)# FOR: CONTRACT 2015 WSM-C Part 2 yfflrXr City Project No.: City Project No. 02434 Units/Sections: Unit 1 Water Improvements Ifft I 1, Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City In the form Included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents, 2. BIDDER Acknowledgements and Certification 2.1, In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and Af INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 22 Bidder is aware of all costs to provide the requiired Insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation, 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 10 1 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices In competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. rug b. "fraudulent practice" means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. amf CITY OF 1:70R T WORT[I STANDARD CONST'RUC'TION SPECIFICATION DOCUMENTS I orm Revised 20120327 00 41 0000 43 13 00 42 4300 43 37_00 45 12,,,,,P 0 3 5 13_Bid Puoposal Workbook IPA 0041 00 SIC FORM Page 2 of 3 Pie . "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 executiion of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalffied contractors and subcontractors: RM, a. WATER b. �Jot"w Tilt type here or,space c. Li 6f type, here of. Ip ce d. t,,tt,4Yr xk.'type Ihere o=i"slijace 4. Time of Completion g .1. The Work will be complete for Final Acceptance within 190 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General CondMons. . . 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.. L 5. Attached to this Bid The following documents are attached to and made a part of this is 'wa a. This Bid Form, Section 00 41 00 k. b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph PRY 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 ... �� d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 ' e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 ` g. Conflict of Interest Affidavit, Section 00 35 13 ' *If necessary, CIQ or CIS forms are to be provided directly to City Secretary t '° . Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount .1.. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Remised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 43 12_00 35 13_Bid Proposal workbook rt1 004100 BID FORM Page 3 of 3 62 It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts, ORJ 6.3. Evaluation of Alternate Bid Items<use this if applicable, otherwise delete> V* Total Bid $1,516,450.00 7. Bid Submittal IMP This Bid is submitted on 9-3-2015 by the entity named below. Respectfully submit Receipt is acknowledged of Initial acknowledged of the Addenda: following Addenda: rye By: Addendum No. 1 tur Signatur Addendum No. 2: 7' Addendum No. 3: 9" TZW 0 0 tQY Addendum No. 4: (Printed Name) OF, Title: PRESIDENT Company: WOODY CONTRACTORS INC. Corporate Seal: Address: 650 TOWER DRIVE 0 KENNEDALE,TEXAS 76060 State of Incorporation., TEXAS RV) Email: twoo&20200aol.com, Phone: 817-483-4787 fipilk END OF SECTION MR CITY OF FOIRT WORTH STANDARD CONSTRUCTNON SPECIFRATIOIN DOCUMENTS Form IRevi sed 20120327 00 41 0000 43 1300 42 4300 43 3700 45 12_00 35 13 Md I:roposaI Workbook Nil 42 43 BID PROPOSAL Parr, or t SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application �9V Project Item In'foTmaflion Bidder's l°roposal I3idlitt Item Specil!"uca Lion e t"¢nun C.➢ua:at aaf F3:eaB I7¢n, I7 uw nalxtuRacen n q,➢r.9¢9tl¢:.e I3waI Vawl ae 140, Measure Quantity T Unit I:Water[aralarovea'na nns _ -- _................................. la 3.311:.0"" 24 C1"'Water 33 N l 10 n.,° 12 5 I4a 3311.0681 24"°Concrete A.WWWWA 0 303 @adtlttc,r Ei�� 33 11 1.3 EE EE]g Ic 33110661 24"PVC"0 905 Wal'cr t'gpc 33 11 l2 I�' (160.00 �w2p2,400�.00 _. _�2a 3381.OG7G,71 LYauctlletl Ir"t,4War,, l ittrn+s avf 1Lcstrarrat 24"" 34 6 t 11 6CJT7 4 $100.00 ... � . _. .. _. ... 100........ $400.00 28t 3311.0021 ('3003 F ittinl S �ITIT 33 k l 13 ITIT 'I Smm 3 3305.1103 70 C easing I3y 4�tlrar 1lean Cdr n C ut .._. 33 05 22 L,P � $2fi0.00 $39,100.00 _. 4 3311 0251 16 DIP Curter Wale r Palle 3:6 I I I Cb L,C �2f9 $56.00 $6,720.00 5 3311 040x1 12 PVC°Water Fxi t; 33 11 12 LF $4 $659.00 1 ___ ....... $92,460.00 .... 6.._. 3311.0361 10 IxVCWv'aterl'i 331112 I...F $63.00 $1,575.00 7 331L0261 11 PVC:"i 33 III 12 _L.1° � 48N $46.00 $224,460.00 FOR, S 3311016 I G"P VC".WNater I'i e 33 11 12 L,La 1$0- $43.00 $7,740.00 9 3311.08001 Dricrile fron Water l rttrn w/Re traint(6"" 12"`} 33 111 1 I `I€')11 1 $'900.00 $1,700.00 148 33I2.3005 12 Gate Valve 33 12 20 1,W 7' $2,500.00 $17,500.00 11 3312.3004 10"Gate;Valve 33 I2 20 L2- $2,000.00 $2"000.00 12 3312 3003 S°°Gate Valve _. >�wu _ �. 331220._. EA I t $9,30p.cD0 $14,700.00 I3 33123002 6"Gate Valve 33 1220 � EA $000.00 $11,700.00 14 3.312.6003 8"Blow OfI'V'alve � :33 1260 EA 18000 $36,1 15 3312.10093 3"Combination Air Valve AsSeMbI 1"or Water 33 1230 EA 2391019 $23,000.00 7p, 16a 3304.00012 Cathodic Protect.iriL24"I:)LL'WWat'er 1'rotectio 3.3 04 0112 L,S �'', +�/� _ .. 16b 3304.00902 C'atlncxdae,Protectaor'r �4'C ctnc retc AWWWWA 0.3031 rcatecadera 33 QD4 4917 L,S ®� Nll^" I°7 3312.00 01_1 tae lCLddrant �� _ 33 12 401 F'h°.Aa 13 $3,300.00 $42,900.00 ........_ _... _ 18 3312.0117 Connection to Existim�l,4'�12"'Water Main 33 1225 EA 221 $2,000.00 $44,000.00 19 33124203 20-_x k°"I°aappiy �S q,,eve&Valve 33 12,25 1 A 1 $6,900.00 $6,90000 20 3312 0108 Connection to 33 1 25 FA 2 $3,500.00 $7,1' 21 3312.2001 1""Water Service,Meter Reconnection 33'12 10b IAA 14t $25_0.00 $35,250.00 22 .3312.2.,003 1°"WWaterService _ 33 12 10 1!A 176 $1,050.00 $17$,500.00 J➢>E9n 33 8< 2481➢4 I"Private � _ __.._.__.._ ... -.. 1, 2.3 ?, ' Sa ra rce 1�i0c d„V2¢z'exnatect 33 12 10 __ LF $17.00 $8,501 24 3.304.0102 2"`➢"enr r��te;r S zvrcc iMisc,C)nlyy 31L4:10 LS 3 $40,600.00 $40,600.00 25 3305.4)1€)e8 Trench Safesl, 33 0d5 90 1..,F 72a; $1.00 $2,715.00 .... 1x .... __�__�.._ 32dN117 lY, _ 30 $60.00 $2,400.00 26 3201.0113 6 WWidc As 1aa8t I vnrt�c err"F8e sic9cntaa:I 3201 17 L1a 8150 $40,00 $32£x,000.00 2°7 3201,0123 6 1Wdrdc As h°alt&vruul 1de rear„A rterial 28 3201.08400 'LernFrcazarp A FthamlG L�avrz IRela trr(l."'HMAC (a°°C`1 El � 32 f)t I8 11' 276X1'' $19.00 $51,300.00 29 320I.06I4 Caana I�pvuntRe:ta�lu 1 asitVazut:ial 320'DI 29 S'WY 1M $122.00 $12„200.00 ? 30. .3213.03W 4°'C:onc Srdcwmalk 32 13 20 ',F too, $17.00 $1,700.00 .� ...� �............�. ._-. 31 3213.04011 Cr C'oncretc L7rrve� ,.. ._ 32 13 20 ....... S1' � °"750 $97.001 $92"751 32 3216 0102 7"Conc(.,urb atlnd Gultcr 32 16 13 1.1-' 400 $31.00 $12,400.00 _ �... �... .. _ �.... .......... ... ._...... 3:3 08241 1302 Remove 6"Water Valve 02 4l 14 _ 1.A 21 $100.00 $2,100.00 34 0241.1304 Remove 10�WWater Valve � 0241 14 � ��FA � 6 $100.00 $600.001 35 0241.1.x10 Salwa eMr I!ydrant 0241 14 EA F7 $300.00 $3,300.00 ... _ .. 36 32910I08t 11tflityr Service Surface Restorataan0_a Soddir � 32 92 13 SY 2751 $10.00 $2,750.00 37 3125.0101 SWVI"PIx ,1 acre 31 25 00 Y.S ` ;1`; $2,600.00 $2,600.00 0)" 38 3471.0001 Traffic Conlro1 3471 13 MO $I $2,800.00 $114,000.00 39 9999,('002C,onstruc'tionStakanL Cr17123 ➢:.i . L $14,500.00 $14,500.00 ...... ... - _. �._.... 40 9999,0003 C enstrrac&ion Srarvc 0bl 71 23 L.S 1' $7,900.00 $°7,000.00 Totalli3iel $10516,450.00 993 �._� �..... .�.�....__. ..... :__ .....___�.... ..,�.._ END OF SECTION p CrrY OF P'R.tlICR"l'WO RTH STANDARD COMT Fabonnn a�.a¢varsx112.ttl�Rntl7:pD ir;'rtC�D @d�i9'a:C.ttl^tC:'�"a'ua�aau gbctc'R)aawa➢a'S 00 1(110 010 0 0 o,142,0„00 4'3;a"a_gxrli 43 U 1! 35 t _ffiaa r'wQswwm t4'anwBclhau* !u 004337 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 on SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded contract as low bidder, nonresident bidders (out-of-state contractors PP whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in ction A must be filled out by all nonresident bidders in order for your bid to meet nrr� specifications. The failure of nonresident bidders to do so will automatically isuali that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of '� ,f r f ti V, our principal place of business, are required to be "F4.n 1,,l ere percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of *A ,''k M r roil«w „ our principal place of business, are not required to underbid resident bidders. B he principal place of business of our company or our parent company or majority owner is in the State of Texas. 2 BIDDER: WOODY CONTRACTORS I C. By: TROY%n®nnnY 650 TOWER DRIVE _ 0 ignatur °" KENNEDALEJEXAS 76060 Title: PR IDENT Date: o 00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS FO Revi d 201°10027 00 4100 00 43 13_00 42 43_00 43 3'7_00 45 2,_00 35 13 Bid Proposal Workbook 0045 11 -I BIDDERS PUQUALIFICATIONS Page I of 3 SECTION 00 45 11 2 BIDDERS PREQIJALIFICATiONS 3 4 1. Summary.All conlractors are required to be prequalified by the City prior to submitting 5 bids.To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Staternent for the work type(s)listed with their Bid.Any contractor or subcontraclor who is 7 not prequalified,for the work type(s) listed must submit Section 00 4.5 13,Bidder 8 Prequalification AppjjCajrj()jj in accordance with the requirements below. 9 10 The prequalificationprocess will establish a bid limit based on a technical evaluation and i I financial analysis of the contractor. 'rhe information must be submitted seven(7)days prior 12 to the date of the opening of bids. For exan iple,a contractor ivishing to submit bids on 13 projects to be opened on the 7th ofApril must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder"s 15 PreqUalification Application,the following must acconqxmy the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements,if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 23 ofincorporation, Articles of Organization,Certificate of Fornliafi(�)n,LLC 24 Regulations,Certificate of Limited Partnership Agreement), 25 c. A completed BidderPrequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the rexas 27 Ccimptroller of Public Accounts.'ro obtain a"re .as Taxpayer Identification 28 number visit the Texas Conq)troller off"Public Accounts online at the 29 following web address www.windo%)(.statc.tx,us/taxL)�Liiiiit/and f ill out the 30 application to apply for your Tex. tax ID. 31 (2) The firm"s e-fnail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number -equired reponing on Federal Aid pro ects, The D UNS 33 is used by the City for j 34 number may be obtaincd at wwwArib,com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial pretlijalification.These resumes should include the size and 37 scope of the work performed. -i as requested by the City. 38 e. Other inllonnatio� 39 40 2, Prequalification Requirements 41 a. F'ins ncialSlatearenas. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement of a certified copy 44 be subinitted for consideration. 45 46 47 48 CITY OF FORT WORM HIA 7ER&SANITA R Y SEWER RfPLACh,'M],,')v7'("OIVY'I?A CT2015 WISM-C Part 2 STANDARD CONS"FRUCTION SPECIFICATION NX,"UMENTS Ciry Project No,02,4.34 Revised July 1,2011 004511-2 BIDDERS PICEQ UA.I.AUICAT ONS sC�Y Page 2 of 3 1 (2) To be satisfactory,the financial,statements must be audited or reviewed. 2 by an independent,certified public accounting firm registered and in 1 3 good standing in any state.Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting f=irm should state in the audit report or review whether 8 the contractor is an individual,corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S.dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recogni22 any certified public accountant as 12 independetut who is not,in fact,independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with al.uditing standards generally accepted in the United 16 States ofArnerica.This must be stated in the accounting firm's opinion. 17 It should:(1)express an unqualified opinion,or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial, statement:must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter,in accordaruce with Paragraph 1. � 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts.Bidding capacity is determined by multiplying the 25 positive net working capital(working capital.=current assets—current 26 liabilities)by a factor of 10.Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequaliEcation:purposes, 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification, 32 b. Bidder Pr°e uali cralion.11pplicalion. A Bidder Prequalification Application must be mua 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to repoilr,the notation of YQ 37 "None"or"N/A"should be inserted. 38 (2) A.minimum of five(5)references of related work must be provided.. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequualification. The schedule must 42 include the manufacturer,model and general common description of a 43 each piece of equipments Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3, Eligibility to Bid MIN 47 a. The City shall be the sole judge as to a contractor's prequalification. 8 b. The City may reject, suspend,or modify any prequualification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. ON" 50 c. The City will issue a letter as to the status of the prequalifi,cation approval. CITY OF FORT WORTH W4 TER arc SANITsIRY SEWER rv'Ea?A.✓RQ;"EMENT CONTRA 2015 M-C,'Parr 2 STANDARD C✓CFl3s`rI U rIGN SPECIFICATION DOCUMENTS n;N`rS C ity Prgjeca No.02434 Revised July 1,,2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised July 1,2011 A 004512 BiD FORM Page I of I SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalffied 010, contractors and/or subcontractors whom they intend to utilize fort e major work type(s) listed. 41" Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date NO WATER WOODY CONTRACTORS INC. Apr-16 ........... PA, List work type here o r s pace Company Name Plere o pace Date Her of List work type here o r s pace Compopy Name Here or space Date Hire or 's"Pqce List work type here or space Coqn� Ajy Narne Ilere or.space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified forte work types listed. BIDDER: WOODY CONTRACTORS INC. By: TR ODY 650 TOWER DRIVE 0 (Sign re) KENNEDALEJEXAS 76060 Title:TRESIDENT Date: 1 -, 3 END OF SECTION GiTY OF FORT WORTH STANDARD CONS'rRUCDON SPECIFICA110N DOCUMENTS 00 4100 00 43 13 00 42 43 0 43 37. 00 45 12 00 35 13 Proposal Workbook rk Form Revised 20120120 - - .-9 - IJV 004526-1 CON FRACFOR COMPLIANCE,WITH WORKER'S "ONVENSATION LAW Page I of I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WOR.KER'S COMPENSATION LAW 3 Purstiant to Texas Labor Code Section 406,096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all ofits employees employed on City 5 Project No. 02434. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b), as amen ded,it will provide to City its subcontractor's certificates of compliance with 7 meorker's compensation coverage. 9 CONTRACTOR: 10 POIR, 11 OX) C Q 4 5 L ....... ...... 12 CornpaRy (Pleas, ,Print) 13 14 Signatijre� ...................... ..... . . ........ 15 Address 16 17 YeA#VA� /K Title: .............i....... ....._......m....................._._.r 18 City/State/Zip (Please Print) 19 20 21 THE STATE OFT I'XAS § 22 23 COUNTY OF TARI� AN'F § 24 25 BEF(WE ME,the undersi lied,aluthority,on this day personally appeared 26 known to me to be the person whose name is ............._ 27 subscri bed to die t6regoing instrunient,and acknowledged io me that he/she executed the same as 28 theactanddeedof ��,V e for the purposes and 29 consideration therein expressey-and in the capacity therein stated. 30 31 6 V -1A ND AND SEAL OF (" FIFICE this O_...._ ay of 32 33 34 35 ............... . . ........ SHARON RIDDLE 36 Notary Public in and for the State of Texas Naly Pu* 37 STATE OF TEXAS '12812019 OF My Comminlon Exom 02 38 -,CTION 39 CITY OF FORT WORITf fffA TER&SAV17ARY SEWER R1,J11.AC11A4FNT CONTRACT 2015 WSAI-C Part 2 STANDARD CONSTRUCIION SPUCIFICATION IX)CI YMEN US Qy Prpie ct AV 024 34 ReS sed July, 1,2➢1 NYC)R17WORTIA City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY off- 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) lin the procurement of all goods and services. All requirements and regulations stated lin the City's current Business Diversity Enterprise Ordinance applies to this Ibid. ............................................................ MBE PROJECT GOALS The City's IMBE goal on this project is '7 of the base Ibid 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 BE subcontracting goal is applied, Offerors are required to compiy 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 clOCUrnents 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 Offer&shall deliver the WE documentation in person to the appropriate employ 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 emalled copy will not be accepted. ............................................................ ........... ......­­.­­­.............. .........................- 1. Subcontractor Utilization Form, If goal is received no later than 2:00 lb.irn., on the second City business day met or exceeded: after the bid openi te„exclusive of the bid.open!92 date. 2. o Faith Effort and Subcontractor received no later than 2:00 p.m.., on the second City business day Utilization Form, if participation is less than after the bid opening date,exclusive of the bid opening date. stated 3. Good Faith Effort and Subcontractor received no later than 2:00 p.rn., on the second City business day Utilization Form, if no MBE partici ation: after the bid ate,exclusive of the bid .........................--­­---��4­__.......................................qpqn"_Aate. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day per-form all subcontracting/supplier work: after the bid of the bid date. . .......... 5. Joint Venture Form, if goal is met or received no later than 2:00 p.irn.,, on the second City business day exceededl after the bid open i to date exclusive of the bid open ing date. ....................................__......................... ........... ............................ ................. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at(817)212-2674. Rev.2/10/15 CITY SECRERW 005243-1 COWRACT NO. Agicen-hemt Page I of'4 SECTION 00 52 43 2 AGREFIME'NT 3 THIS AGREEMENT, authorized on 15 December 2015 is made by and between the City of 4 Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City 5 Manager, ("City"'), and WOODY CONTRACTORS, INC, authorized to do business in Texas, 6 acting by and through its duly authorized represenlative, ("Contractor"). 7 City and Contractor, in ct,,)nsideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 ("ontractor shall complete all Work as specified or indicated in the (.7ontract Docunients for the 11 Project identified herein. 12 Article 2.PROJECT JIM 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: ➢5 Water and Sanitary Sewer Replacement Contract 2015 WSM-C Part 2 City Project No. 16 02434 DOE 7476 17 Article 3.CONTRACT TIME 18 11 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract, 21 3.2 Final Acceptance. 22 The Work will be complete for Final Accepiance within 190 Calendar da j s after the date ov 23 when the (.11ontnact "Time commences to run as provided in Paragraph 2.03 of the General 24 Conditions. 25 3.3 Liquidated damages ry 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, Contrach.)r agrees that as liquidated damages for delay (but not as a pena 32 Ity), Contractor shall pay 33 City Four Hundred and Twentv Dogars ($420.09) for each day that expires after the 1 34 time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter 35 of Acceptance. CITY OF FORT WO[Utl Water and Sanilaxy Sewer Replacement STANDARD CONSTRUCTION SH k11F1CA,'T10N DOCUNIETITS Contract 2015WSM-C. Pa Tt 2 Revised June 4,2012 City Prqiect No,02434 005243-2 Agreement Page 2 ot'4 36 Article 4. CONTRACT PRICE _ 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of ONE MILLION FIVE HUNDRED SIXTEEN 39 THOUSAND U R HUNDRED AND FIFTY DOLLARS AND NO CENTS 40 ($1,516,450.001. 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A.The Contract Documents which comprise the entire agreement between City and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form r 48 1) Proposal Form 49 2) Vendor Compliance to State Law Non-Resident Bidder 50 3) Prequalification Statement 51 4) State and Federal documents Q)rgject spec ic) 52 b. Current Prevailing Wage Rate Table 53 e. Insurance ACORD Form(s) 54 d. Payment Bond 55 e. Performance Bond 56 f. Maintenance Bond 57 g. Power of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 i. MWBE Commitment Form 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2015WSM-C Part 2 Revised June 4,2012 City Project No.02434 005243 .3 Agrennent Page 3 sat'4 76 Article 6.INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification Drovision is SDecifically intended to ot)erate 82 and be effective even if it is all ft 83 soueht were caused, in whole or in part, by anv act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs,expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city,its officers,servants and enlployr ees,from and against any and all loss,damage 90 or destruction of property of the city,arising out of,or alleged to arise out of,the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract., This indemnification 93 provision is s ecificall intended to operate and be effective even if it is_alts ged or 94 t)raven that all or some of the damages bein r1N sou lit were caused in whole or in part, 95 by anv act,omission or negligence of the c _2fj!jtSjjL 96 97 Article 7. MISCELLANEOUS 98 TI Terms. 11PP 99 Tenns used in this Agreement which are defined in Article I of the General Conditions will 100 have the meanings indicated in the General Conditions. 0" 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. M4 7.3 Successors and Assigns. 105 City and Contractor each binds itself, its partneirs, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreetnents and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be Unconstittilional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all I I I remaining provisions shall contirme to be valid and binding upon CITY and 112 CONTRACTOR. I I:3 7.5 Governing Law and Venue. IF- 114 This Agreernent, includiiiig all of the Contract Documents is perfo•mabie in the State of 115 Texas. Venue shall be Tarrant Counity, Texas, or the I Jnited States District Court for the 116 Northern District ofTexas, Fort Worth Division. lop, CITY OF FORT WORTI I Water and SarfitaTy Sewer Reptacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2015AVSh4-C Part 2 Revised June 4,20 2 (.'Ity Project No.02434 p�C 00524.3-4 Agiecinient Page 4 of 4 117 7.6 Other Provisions. 118 The Contractor agrees to pay at lust t ininium gage per hour for all labor as the same is 119 classified, promulgated and set out by the (.,Ity, a copy of which is attached hereto and 120 made a part hereof the same as if it were copied verbatim herein. PF 121 73 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duly 123 authorized signatory of the Contractor. o 124 125 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 126 counterparts, 127 128 This Agreement is effective as of the last date signed by the Parties w , 129 Contractor: City of Fort Worth ..any Contractors,crsln _ ......... _... , l� E� :.._.. .. —:�..e .,assistant Catty .. ... _............. (Si _....... �...._ ... .......... .W. .. Attest*.--- neat i l G a°u n' ,e lC'TL LX�' nwr ",wCG, 'hC . J P � ty Secrctary c' ('Seal) °tic ........ _^_� w '.. ...__... Address,- � � � �� .... ..... MSC._ .... �' 'p .�.......�...... ............ ... ......... .........._ _.. ... ]Gate... � . . Approved as to Form and Legality. ...._....._ I ._ _ ..._._..._.......... ..... ...------ .......... Date 5gg,,Ias° W. Black Assistant C ity Attorney 130 131 132 APPROVAL,RE?C::'C fiv M 1:ED, 13.3 13'4 135 .. 136 A sta 11M 7 C p nberg P.t'. 137 °w aq" 1". DIRECTOR, 1311 ater Department: 139 OFFICIAL� RECORD CI'T'Y OF FORT WORTH I p ( ( 5 w 1��� � WX � � �P u' �'� ter��a�°wauu�uCa� ���wu�u� .a al uca�guau^rdt, t T � R2 CONSTRUCTION SPI C:."CC�IC', STANDARD� .��'�CQ2gdC)C�C�"CIV�Ck°Y�BC ' �� � Cu,�nmuG.uau,n2Cn1S�d�xk'�Cv Part 2 Revised June 4 2012 . . (Ity 11fo ect No,02434 00 6113..,p PERFORMANCE BOND Page 1.of 2 Bond No. 8238-20-24 1. SECTION 00 61 13 2 PERFORMANCE BON 4 THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS® 6 COUNTY OF TARRANT 7 That We cndy CMrnntractrers,.Inc. sown as"Principa.I"herein and 9 'vigilant In:surance Coninanv a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas, known as"Surety" herein (whether one or 11 ore),are held and firmly bound unto the City of Fort Worth, a municipal corporation.created 12 pu.rsuarst to the lags ofTexas,, known as"City"herein, in the penal sure of, One dVIillion,Five 13 Hundred Sixteen Thousand,Four Hundred Fifty Dollars &ZLro C"erets PSa,�16,450.00� 14 lawful money of the United.States,to be paid in Fort Worth,'Tarrant County, Texas for the 15 payment of which sum well and truly to be nnade,we bind ourselves, our heirs"executors, 16 administrators,successors and assi ms,jointly and severally„ firmly by these presents. 1.7 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the--,1 tb _day of_ ......,.......n„_.Dec.ein bqr ,2015 ,which Contract is hereby 19 referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all 20 materials, equipment labor and other accessories defined by law, in the prosecution of the Work, t 21 including any C:"hange Orders, as provided for in said Contract designated as Water and Sanitary 22 Sewer Re placement Contract 2015 WSM-C If'an"t 2 C it I�re�"eet:Nei. 02434 I)C�E 7476. fop 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully pei'16rm it obligations under the Contract and shall in all respects duly and 25 lhithfully perform the Work, including Change Orders,under the Contract,,according to the plans, 26 specifications, and contract documents therein referred to, and as well during;any period of TMr 27 extension oft the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void,otherwise to remain in full force and effect. t , 29 PRC VEDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 31 Worth Division. t G:&T' PC1 "➢°wQO 1° �. water d Sanitary Sewer Rep tac;curtent STAP`YDA CONS'RL)C'°ION SPECIFICATION DC7C:`[.4MEN TS Contract ntract 2.015 wSM-C Past 2 ResicedJuly 1„'2011 City Project No.02434 IM 006113-2 PERFORMANCE BOND Page 2 of 2 Bond No. 823 8-20-24 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined. in 3 accordance with the provisions of said statue, 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 17"' day of December 6 2015 7 PRINCIPAL: 8 WOODY CONTRACTORS 9 —--—---- 10 I I BY: 12 Si, ture 13 ATTE 14 15 — ... ... ............ ........ ..................- Mme and idd 16 IZ(Pr—in al) Secretary 'ry 17 18 Address- 650 Tower Dr' 19 K,,,e_ni]_e,da 11'exas 76060 20 21 22 Witness as to Principal 23 SURETY: 24 VIGILANT INSURANCE COMPANY 25 26 27 BY: 28 Sign 29 30 &X1q...)ytJj 11qy..,Aqjp EIM-LtLj,_act 31 Name and Title 32 op", 33 Address:.2001 Ih�n 5 e.,.�gite 3400 .......... 34 Qallg Texg.,s 75201_,,_. 35 ........................................... 36 37 "Witnes; toSuret"Y' ilizial`e' tii(jray" Telephone Number;214-754-0777, ............. 38 39 1 PIP 40 41 *Note: If signed by an olficer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has aUthority to sign such obligatiom If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2015 WSM-C Part 2 Revised July 1,2011 City Project No.02434 0061 14-1 PAYMENT BON D Page 1 of 2 Bond No. 8238-20-24 SECTION 00 61 14 2 FAYMEN l"F3ONI.) 3 4 THE STATE OF TEXAS 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT 7 What we,_........ Wt o (L,ontractors,m tic. known as "Principal" POP 9 herein, and Vicrilant ..........., a corporate surety (sureties), 10 duly authorized to do business in the State of Texas, known as "Surety" lierein (whether one or 11 amore), are held and firmly bound unto the City of Fort Worth, a numicipal corporation created 12 pursuant to the laws of the State of Texas, known as "City" herein., in the penal sum of One 13 Million Five Hundred Sixteen Thousand Four Hundred Fifty Dollars & Zero Cents 14 ($1,516,450.00) lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for the payment of which sure well and truly be made, we bind ourselves, our heirs, 16 executors,administrators,successors and a.ssigns,jointl.y and severally, firmly by these presents, 17 WHEREAS, Principal has entered into a certain written. Contract with City, awarded 18 the _15Th day of December , 2.0aI; �,,,,,,,,,,,w,,,,,,, which C;oll.ttact is hereby rell�.rred to d i 19 made a part hereof for all purposes as if fully set forth herein., to fu..rnish. all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Water and Sanitary Sewer Replaeenient Contract 2015 22 WSM-C:'fart 2,City Project No., 02434 DOE 7476. 23 NOW, THEREFORE, T CONDITION OF T S OE3UGA° ION is such that if 24 Principal shall pay all monies owing to any d all) payment bond bel:Ielici«lry defined in r�r 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become Trull and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of(,haptcr 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 1� CITY OF FORT WORTH water and Sanitary Sewer Replacement STANDARD CONSTRUCTION I ION SPECIFIC;ATION DOCUMMqTs Contract 2015 wSM-C:Part 2 Revised July 1,2011 City. Prgject No.02434 �1 0061 14 w2 PA ME NT°BOND Page 2 of >> and No. 8238-20-24 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 17"' day of December 3 20 15 a 4 PRINCIPAL: WOODY CONTRACTORS, INC.. ATTEST: BY: Y. ____............. �. S u haul 72 (Principal) Secretary e and Title Address: 650�TTower„Drive Kerun.edal.ea"Texas 7fr060 a7y Witness as to Principal SURETY: VIGILANT INSURANCE COMPANY _. _ ...........�........... A171ST: BY: Si a ure •.... K lc. .._S�yegne�r.. ttorne in4:l-0"a.cl PRO ('Surety) Secretary Name and Title Address: 2001. 13 atLStreet,pulte 3400 Dallas., Texas 75201.. Witness as to Surety E1izabe Clray Telephone Number: 214-754-0777 5 6 Dote: If signed by an oflicer of the Surety, there must be on Pile a certified extract from the 7 bylaws showing that this person. has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded.. tlw�YPw. 11 END OF SECTION n 12 CITE'OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2015 WSM—C Part 2 Revised July 1,2011 City Project No.02434 0061 19-1 MAINTENANCE BOND Page➢of 3 Bond No. 8238-20024 SECTION 00 61 19 ppol 2 MAI.NTE.NANCE BOND 3 4 THE STATE OF TEXAS § 5 § ]KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § '7 8 That we.__.,,,,. Wood knowni as"Principal" 9 herein and Vigilant Insurance_C0ITIJ)I!Jy a corporate surety 10 (sureties, if more than one)duly authorized to do business in the State OfTeX3rs,known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a Alm 12 municipal corporation created pursuant to the laws of the State of'rexas, known as"City"herein, 13 in the sum of One Million,:Five Hundred Sixteen Thousand,_Four Hundred_Fifty_Dollars A M Zero Cents ($1,516,450.00) lawful money of the United States,to be paid in Fort Worth,Tarrant 15 C01111tyr,Texas,for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs,executors,adrninistrators, successors and assigns,jointly 17 and severally, firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the 15" day of Decernber_, 20_1.5 which Contract is hereby referred to and a 21 made part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment 22 labor and other accessories as defined by law, in the prosecution of the Work, including any 23 Work resulting from a duly authori7ed Change Order(collectively herein,the"Work")as 24 provided.for in said contract and designated as Water and SanitaEl Sewer Replacement 25 Contract 2015 WSM-C Part 2, City Project No. 02434 DOE 7476; and 26 27 WHEREAS, Principal binds itself to use such materials and to so consh"Uct the Work in 28 accordance with the plans, specifications and Contract,Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period,"); and 31 32 WHERFAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need thereof at any time within the Maintenance 34 Period. CITY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION 1)(KUMENTS Contrwt 2015 WSM-C Part 2 Revised July 1,2011 City Project No.02434 VNI OM, 0061 19-2 MAMTENANCE BOND Page 2 of 3 M, Bond No. 8238-20-24 2 NOWTHEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City,to a completion 4 satisfactory to the City, then this obligation shall becorne null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any tiluely 8 noticed defective Work, it is agreed that the City may cause any and all such detective Work to 9 be repaired and/or reconstructed with all associated costs t1lercof being borne by the Principal and 10 the Surety under this Maintenance bond; and 12 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 70 13 'r ant.County, ,rexas or the United States District Court for the Northern District ofTexas, Fort 14 Worth Division; and 0 pi 1.5 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and rt 17 successive recoveries may be had hereon for successive breaches. 18 19 .20 0)", MY OF FORT WORTH Water and Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Contract 2015 WSM-C Part 2 Revised July 1,2011 City Project No.02434 0061 t9-3 MAINTENANCE t:ttJND Page 3 of 3 '« Bond Igo.�'3 ,-20-24 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument b y duly authorized agents and officers an this the If da y of December ,20 15 3 Is 4 PRINCII'A L: 5 WOODY Q0 IIR. ('..'T RS,,NQ.� ............ ..w. 6 ......................._®.. _...... ....... Y® 9 Ig e 10 A,'1'TES' 13 (Principal)vat Secretary I�tarn 12 � e andTitle 14 15 Address;650 Tower Drive 16 KgpqgLdjqqTexas 76060 17 1 19 Wltrtess as to Princilra[ 20 SURETY:, :, vsrw 21 VIGILANT TNSURANCE C;G. MPA6NY 22 ......._ .. _..........._..�._ ._ _ ... 23 24 BY: _. ._.. 25 mature" 26 27 K 11 1'. wgoj� �kttcl ne in-Fact 28 krT ST Na me and Titte 29 30 _�__._..._.. _......._... Address:2001._ r ar it t uit 34. I imrr 31 �Sy:.Secret° L7tllaseas,P52f�i ..._. 32 .... .. _. .____ ._.... __ 33 Telephone 34 Witness a Surety Eliza eth Gray, 35 ,I4-7'54-0777,,,, 35 36 *Notre: If signed by an officer of e Surety Company, there must be on file a certified extract 37 from the by-laws showing; that this person has authority to sign such obligation. If 7 38 Surety's physical. address is different:from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is amrarded. uiw 40 �1�11jr CITY OF FORT WORTH Water and Sanitary Serer Replacement: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract 2015 WSM-C.Part 2 Revised lady t,2011 City Project tars.02434 �'q Imp Policyholder Information Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a cornplaint. Para obtener informacio'n o para soineter una queJW You may call Chubb's toll-free telephone nurntaer Usted ptiede flamar al n6mero de tel6fono gratis for information or to miake a complaint at de Chubb's para itiformacion o para someter urea queja al 1-800-36-CHUBB 1-800-36-CHUBB You may contact the Texas Department of Puede comunicarse con el Departainento de Insurance to obtain information on cor. panies, Se urns de Texas para obtener infonnaci6n acerca coverages, rights or complaints at de compafffas, coberturas, derechos o quejas al 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departainento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 FAX # (512) 475-1771 FAX # (512) 475-1771 Web: http://www,tdi.state.tx.us Web: http://mtww.tdi.state.tx.us E-mail: ConsumerProtection 9 tdi.state.tx.us E mail: C onsumerProtection( tdi.,state.tx.us f PP PREMIUM OR CLAIM DISPUTES: DISPUTES'SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your premium Si tiene una di sputa,concerniente a su prim.a o a un or about a claim you should contact the agent first. reclamo, de be comunicarse con el agente primero. If the dispute is not resolved, you may contact the Si no se restieve la disputa, puede entonces P Texas Department of Insurance. conninicarse con el departarnento M.N).. ATTACH THIS NOTICE TO YOUR POLICY. UNA ESTE AVISO A SU POLIZA: This notice is for infoation only and does not Este avi rm so es solo para prop6si.to de infon-naci6n y become a part or condition of the attached no se convierte en parte o condici6n del docuniento document. adjunto. "k Form 99-10-0299(Rev.1-08) Chubb OF Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby Constitute and i appoint Elizabeth Gray,Charles D.Sweeney,Kyle W.Sweeney and Michael A.Sweeney of Fort Worth,Texas -- each as their true and lawful Attorney-In-Fact to execute sander such designation h their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail s)given or executed In the course of business,and any rT, Instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26th day of April,201 fie tNAAM,A tant ecratary D ° Norris„Jr.,Vice President I , STATE OF NEW JERSEY ss, County of Somerset On twos 26th dayor April,2011 before me,a Notary Public of New Jersey„personally come Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swam, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such rate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power ofAdomey as Assistant Secretary of said Companies by like authoft and that he is acquainted with David B.Noma,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is In the genuine handwriting of David B.Norris.Jr„and was thereto subscribed by authority of said In deponents presence. Notarial Seat KATHERINE I ADELAAR NOTARY PUBUC OF NEW MRSFI % Q PU Comfilfw6an x.2316 5 r�July 14,?Ol Notary Public ^ N CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company,either by the Chairman or the President or a President or an Assistant President,jointly ° the Secretary or an Assistant Secretary,under their designations;The signature r of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice,President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to arri ceirifficate relating thereto appointing Assistant Secretaries or Attorneys-In-Fact for purposes only of execArting and attesting bonds and undertakings and other writings obligatory In the nature f,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding fA; upon the Company and any,such power so executed and cerfified by such facsimile signature and facsimile seal shall be vats and binding upon the Company with respect to any d or undertaking to which it Is attach L Kenneth C.Wendel.Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY 'Comparilesl do hereby certify that [} ft foregoing extract of the By-Lam of the Companies is true and the Companies are duly licensed and authorized to transact surety business In all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;farther,Federal and Vigilant are licensed In Puerto Rico and the U.S.Virgin Islands,and Federal is licensed In American Samoa,Guam,and each of Ve Provinces of Canada except Prince Edward Island;and IMP (t) - g Power ofAttorney is true,correct and In full force and effect. Given under my hand and seats of said Companies at Warren,NJ this December 17, 2015 . ♦ S ��ghpNr'• M4�,r, •I+Ew wpb Lary swe i1 e ward IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADD14ESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: suret cdhubb.com i0 Form 15-1 0225 U (Ed.5-03) CONSENT CERTIFICATE O INSURANCE .......... .. ....... . ._ . TO: CITY OF FORT'e C:tltTH Date. NAME OF PROJECT {Water and Sanit:ary Seer[terala�ement C'<'nntract 2ff15�V�S>ii�C I°art� PROJECT T N[.1MBER; Water P253-608170243487,Sanitary Sewer, P258-708170243487 IS TO C L?RTIF Y "I°HAT Woody Contractors,Inc. is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for the type of insurance and accordance:,with provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof',. TYPU OF INSURANCE y�iar Folic Effective t, PYLS Limits of Liabilit 'Mtr'orkeu°"s C ono ernsatr`un _. __. -.__ ........ Comprehensive General Bodily Injury: ' Liability abalit:y Insuurance(Public Ea, Occurrence: Liability) Property Darna8e. top Eau.Occuurrence: $ ...... ........ . Blastin Ea.Occurrencc: Collapse of Building or structures adjacent to Ea,Occurrence: excavations Damage to t Jnderground Utilities Ea.Occurrence: Builder's Risk C:,ornpsrehensive Bodily Injury- a utorrucrbile Liability abil'ity Ida.Perscaw Ea.Occurrence; Property Dannafpe; Ea.Occurrence: Bodily Injuuq: Contractual Liability Ea.Occurrence: $ i Property Daa nna8e: Ea,Occurrence: _. _ ......... Other Locations covered Surroundin #ucq dt 1 qjj Worth TX Description of operations covere&Suer lane reluucatio n for the above contract. 'The above policies either in the bendy thereof or by appropriate endorsement:provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or caanc:el latiorn.. r; Where applicable local laves or regulations requirc more than five( )days actual notice of change or cancellation to be assured,the above policies contain such sl°uecial requirements,either in the bandy thereof or by appropriate endorsement thereto attached. 1 The City,its officers,empaloyces and servants shall he endorsed as an additional insured on C(mtractor's insurance paolicics excepalin ernl:)lcrycr's liability insurance coverage under C`ountractor's workers' compensation insurance policy. i Sys ..m.�� � � . ,,, �� x.. �� Insurance t°"'o� �� ... P� 4 uuney w a... a .m Y.,.,.,,, _... .. . Add!ress e 5WS' _._. f J,U r 1J is hen r' ti 71 ' A66Z* CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 12/18/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(Sh.— PRODUCER CONTACT E: Higginbotham Insurance Agency, Inc. NAM Michele Lane ................ 500 W. 13th 0-728-2374 LWQ_R-)A.!7-347-6981 K E-MAIL ....... Fort Worth TX 76102 miane@higginbotham.net .......... ............................. —.—..._.....---- INSURER S AFFORDING COVERAGE NAIC# ...........................­............... .................................................................................. INSURER A:United Fire&C:asualt Co. 13021 .. . ......._.............. INSURED WOODY8 NSURERB:Texas Mutual Insurance Corripan 22945 rg Woody Contractors, Inc. ............. 650 Tower Dr. _Ly§q.RER..C: ................ Kennedale TX 76060-3012 JNSURER D..:..................... ............ INSURER E z INSURER F ........... .......... COVERAGES CERTIFICATE NUMBER 1368214143 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 10"1 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. . ............. ......... ....................... ........... .............. INSR ADUTUER POLICY EFF POLICY EXP 3v LTR TYPE OF INSURANCE 3 WVD POLICY NUMBER [MM2R0= 6MMIDDIYYYY) LIMITS A .X C..0-MMERCIA L GENERAL LIABILITY 85319573 4130/2015 4130/2016 EACH OCCURRENCE $1,000,000 E5 WAOET�j_RPENTLD 121F CLAIMS-MADE E OCCUR P EMISES Ea occurrence ........ $1 000 X._ PP D 1 RDOQ...................................... _MED EXIT(Any one perso2 __$50000 ................ . ................................................................. ..................................................... PERSONALS ADV INJURY $1,000,000 .................... ............ GENT.AGGRECiATE LIMIT APPU _.2NERAL ES PER: E AGGREGATE $2,000,000 POUCY PRO- Loc PRODUCT'S-COMPIOPAGG $2,000,000 OTHER. $ A AUTOMOBILE LIABILITY 85319573 4/30/2015 4/30/2016 COMBINED SINGLE UMI I" acroen!k..... ..._ $ 00 ...... ................. ........ X ANYAU[[0 BODILY INJURY(Per perwm) $ ............ ALLOWNED SCHEDULED BODILY INJURY(Pei acdclent) $ AUTOS AUlOS NON-OWNED ............... HIREDAUTOS AUTOS _iPeramiderit ..............$............... ... .............. A X UM3RELLA LIAR C)CCkJR 85319573 4(30/2015 4/30/2016 FACH OCCURRENCE $4,000,000 _. EXCESS LIAB .........1—CLAIMS-MADE AGGREGATE $4,000,000 DED� RETENTI0N$$0 $ '7F B WORKERS COMPENSATION TSF0001268770 4/30/2015 4/30/2016 1 X I PER OTH- AND EMPLOYERS'LIABILITY YIN — STATUTE. -_ ER ............. ANY PROPRE I OR/PARTNER/EXEC1,11 IVE T� $1,000,000 OFFICEWMEMBER EXCLUI NIA _j,,tACH AC ............... (Mandatory In NH) E.I. DISEASE EAEMPLOYEE $1,000,000 If es, under ................... ........................... ,describe ui DESCRIPTION OF OPERATIONS below E.L DISEASE-POUCYLIMIT $1,000.000 A Leased/Rented Equip 85319573 4/30/2015 4/3012016 Limit:$250,000 Ded:$2,500 Scheduled Equip See Below Ded:$1,,000 ................................. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) The General Liability and Automobile Liability policy includes a blanket autornaft additional insured endorsement that provides additional insured status(General Liability includes completed ops)and General Liability,Automobile Liability and Workers'Compensation policy includes a blanket waiver of sublogation endorsement to the certificate holder only when there is a written contract,between the named insured and the certificate holder that requires such status. The General Liability policy has a blanket Primary& Non Contrributoiy endorsement that affords that coverage to certificate holders only See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Throckmorton St. Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE @ 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: WOODY8 ........................... LOC M ACCOR00 ADDITIONAL REMARKS SCHEDULE Page of ................ AGENCY NAMED INSURED HiggInbotharn Insurance Agency, Inc, Woody Contractors, linc. .......____650 Tower Dr. POLICY NUMBER Kennedale T. 76060-38 CARRIER NAIL CODE rF:FrrT1' E DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: 'gLR� LUCATE OF LIABILITY INSURANCE := I �.......... ......................... ......... ..............._ _'­.......-M............. ............... .......... where there is a written contract between the Named Insured and the certificate holder that requires such status. Umbrella is follow form. Project Name: Water and Sanitary Sewer Replacement Contract 2015 WSM-C Part 2 Project#-. Water P253••,608170243487, Sanitary Sewer, P258-708170243487 THE POLICIES INCLUDE AN ENDORSEMENT PROVIDING 30 DAYS NOTICE OF CANCELLATION(10 FOR NON-PAY OF PREMIUM) TO THE CERTIFICATE HOLDER, ,rr if C 2008 ACORD CORPORATION. All rights reserved. ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD PP 1", STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT MY OF FOR WORTH STANDARD CONSTRUCTION SPECIFCATION DOCU VTS Revision:Damber21,2012 STANDARD GENERAL CONDITIONS OFTHE � (-`0NSTRLJCT1.0N CONTRACT � TABLE OF CONTENTS Page Artic!eI —Definitimnmaod'ren-nin$]ogy,,.......... ....... ._.....................-......... ..............._ ..........-,,..,__,,_,,,_,~,~} 1,01 Defioed'I emms........ - ...... ,.___...._.,._~...-...........................,......~...._~.......-..~........ .......... _.l � 1.02 . .............................._.--___. ................... ........~..,..._,,__,,,,,,,,,,_^^,,,,,,,,,'.,~^,_^~,,6 Article 2—Preliminary Matterm-.......... ..................................._~...--........,.........................-..^._.-_~. ........,..7 � 2.01 Copies of Documents,.........---............... ......,_.. ...... _..~,~.,.-,,....--.........................,................7 2/02 Commencement ofCom&ract Time;Notice twPmoceed__-..__._.-..........,_...._-.,_-._........-..,7 2.03 Starting the Work....,........... ......................... ...................~,..~~~.....~..---.................,.- ........~._.~0 � 2.04 Before mnmtmu ............ ...... ................................,.._.,....~ ........,.__,_8 2.05 PreconstrUCti011 Conference........ ............---....... ................ ............~.~.................... .._._.~........._~Q 2]06 Public Meeting... . ........... .............,_-~.._.. .......^ ....................~_.....,......................-........__..~.~0 � 2.07 Initial Acceptance of Schedules...._._.....~-,....................... ....... ....-_,.~~......~~.-.~...._............8 Article 3—Contract Documents: lm&cut Reuse........... ..............~~.................... ......................._,8 � 3.01 kntent..~._......... _-,~ ... .-,_._..~___.--..,~.~-_~.-~_._...~-._~,~......~._~-.~.~.-~~_~ .~_0 � 3.02 Reference Stan dards_....................-~~.._...... ...~.~~ ..........._. ......~..~~......'^..-...-...-..._^........^^^g 3.03 Reporting and Resolving[A ....,~..._,.....,.......^._...,.....-._.-.^..,..^-._.-_-._.-~_~_._9 3.04 A/nendiog4nd SuppKemncn%*g Contract Documents........-..~.................._.......-.~.-......~..,...-.lU � 3.05 Reuse of Docurmcn1 .-._..-._._.._.,~__.~,._._-.-...~...__~~,._-.._.,.,-..~-.._~--~..__.,....1A 3/6 Electronic ]'-)ata, ....................~.....................................~.......----............_.-.._....... -..-........_.,,...l] � Adicle 4—Availability of Lands; Subsurface and Physical Conditions; Hmz.,andoumEnvironmental Conditions;Reference Poi0ts,~....................~~.................~....,...__....-........................ .-.._......~~......�l 4.01 Availability of Lands........... .......................... _.^. ........... ...... -_.........,,..--___.._-_.~.._.-~~...Il 4.02 Subsurface and PhnrSiCjrj Conditions.-.....,.~...............................-.~...-...~._.-_..........................U2 4.03 Differing Subsurface or Physical Conditions......................_......... .....-^..-.~,. ...... ..........~.^^^~^.12 4.04 thiderground Faci|ities —...^.............,. ......... 13 � 4.05 Refioence Points ............... -............................... ..........~,._.................................,....._., ........._l4 4.06 Hazardous Environmental Condition at Site._,.~........... .....-.--~_ ................._.............. .. ......14 � Article 5—Bonds and Insurance..............................^........................... ...........^....,..~......... ........................-..K6 5.01 Licensed Sm-eties and Dmsurers.._^...-.......~.~.~~.~...,...................,..-.._....^.. ........----.......-.......-.-l6 5.02 Perfomnance, and Maintenance Bonds...~..........................~....._..~..................__......I6 � 5.03 Certificates of Insurance....--........ .-.,.-...,.~..,.....~,~.^...^.--_........_,..~~......-...........................i6 5.04 Contractor's)nsurmuce. ....,~.~........................... ............. .......^....... ............ ..........,.................A8 5,05 Acceptance of Bonds and Insurance; Option t0 Replace. ~~^....._..~.._-^__--__--.,_.-.__.l9 Article 6—Contractor s Responsibilities—.................._.--__._._-.-----___-_._. ........................~-.........}9 6.01 Supervision and -.._.... _._.._.-_ ......... .....,.^.............................._...-..._~.....l4 CITY OFF:ORTWOR"m STAmmA«oKOm*mmmCTI0NmrECmmCATm}mow.)Czmmamr Revision:D=nber2l,2012 'q!?�l17i 6.02 Labor; Working Hours............... ......................,..,..............,,,...,....................,,.q..........a..,......................20 ��y» 6.03 Services„ Materials,and Equipment........... .............................................,a........,,,. ......,..,.,.....,...20 6.04 Project Schedule......................... .... .....W,., ........ ......... .....,.......o.,...,....21 6.05 Substitutes and"Or-Equals............... . ....... ......... ........- ..,....,.....a.....21 6.06 Concen'iitiig Subcontractors, Suppliers,and Other"°s..,....., ..................,.......,.........,.....,......24 6.07 Wage Rates............ .. .,., ..............,,.........,. ......,.,,,,.,,.., ....... .......... ,. ,,.,,. ......,.,, ,......,.--25 6.08 Patent tees and Royalties................................................. ............................... ........................26 6.09 Permits and 1.. ilities.... .. .................... ................... ....................m....,...............,.......,..a.......27 6.10 Laws and Regulations......................................,..,.........................,......,.........................................27 6.11 Taxes... ................2 � 6.12 Use of Site and Other Areas..................................,,,..a,.,..,...........a,.....®................a....,.,a,.,.,....,..,...2 6.13 Record Documents................................................,,..,.................................,,....,.................,............29 6.14 Safety and Protection,,........,..m.,,........................,........................,............,.,.............,...m. ,..........,,.29 6.15 Safety .... ....... .. ....... ............... ... �� 30 6.16 Hazard Communication Programs .....................................,,,...,......,..............................,.....,,.........30 6.17 Emergencies and/or 6.18 .. ....,.,.. ...,,,,..,,........, .,..,..... ,....,,............,, ,,....... 31 6.19 Continuing the cark.............®.,,.......,.a............,....... ..,........,,.............,................. . .........,.,..,........32 6.20 C"orrtractor's General Warranty and Guarra.ntee.......................,.,................., .,..... ..,............. ,....32 "R 6.21 Indemnification....................................-......,..,,....,....,...........................,..................................33 6.22 Delegation of Professional 1' esip n Services.............a,.....m..,.......,,,..,....„..,..Ty...........................-,34 6.23 Right to Audit,......... .. ...µ.....,..... . ..,....,.. ,,,....., a. ...., , ...,......,..,.a.,..,.....,,.,....a,..„W.....34 6.24 oiidiscrinrinatrc ...,,...... . ... .....,... .. ,,....,. ..........,.....,...........,,.. ......,, .,.. ...,. . ............,,,,,.,...-35 Article7-Other Work at the .........................................................,..,....................,,,............-35 7.01 Related Work at Site............................................. ........................... 35 7.02 C,00rd�irati�rsn...... ......,. „"..... .... ...... .. ......... . ...... 36 Article 8---City's ,es iran�sibillit:ies. ..... ............ ....... ..,. .w.a. ........,;.��..36 8.01 Communications to Contractor.... ...... ..,....,®...w .,... ..,.,....................m......... .......36 8.02 Furnish Data............................m.,,....,,....,.......,.w,.......,................,.,..,...,.....,,........., ..............,,..36 8.03 Pay When Due .........---........................-- ................-...................... ..............---.........--.......36 8.04 Lands and Easements;Reports and Tests...., ...... ... 8.05 Change Orders........... .......,....,..,,... .,....... ..............,...,, ......... ...... .....,.. .......---......36 8.06 Inspections,Tests, and Approvals......----..............,,,.............................--.....................................36 8.07 Limitations on City's Responsibilities....,.... .................-...............-.............,.............,,.,.................37 8.08 IJndisc;losed Hazardous Environmental Condition........................................... ....ro..,..... ......,.....37 8.09 ComPliance with Saf ty Pwgrmw.. .. .... -... ..... .... ..... ,.,,,.®.. 37 Article 9-City's Observation Status During Construction.............. ...................... .................................37 9.01 City's Project Representative--,........ ......... ....................m®,,...........,,........,..........,..,........37 � w 9.02 Visits to Site.,............................--...... ...........,.....,,...................................................37 9.03 Authorized Variations in Work......, ......,................,.................�.......3 9.04 Rejecting Defective Work..........................................................................................................,.....3 9.05 1..)eterrnirrations for Work P'erformed......................---....... ..................... ................... ..............3 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work........,.,...........38 y �ry"rAq""d�,��ppQnDpplFqq�ttrry�)y4q°)ryryr�Z,�/^"rp'-'''yy1,M��Bttry'fp�lrpR�rt"nq°pl Vr Y°1�yD p{ �^ y g t�w yp bRp V ry plan NA p III 5 S 1[Y.NDA'1.A D tl„..4.NS➢Y4U(.,T ON�J'rAr",n4_�JF..•A ll X�(-)N r.CU.A4AYAw'rf.'.",k'WTS Revision:Dwadm,21,2012 umgNSyi i W ffn Article |O-Changes in the Work; Claims; Extra Work................................................................................3Q \O.O| Authorized Changes in the Work...............................................................................................3Q lO.O2 Unauthorized Changes in the Work ...........................................................................................39 m� |0.03 Execution o[Change Orders.......................................................................................................39 � lO.O4 Extra Work..................................................................................................................................39 lO]}5 Notification 0n Surety..................................................................................................................39 |O.06 Contract Claims Process.............................................................................................................4O � Article | | -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................4l l |.0| Cost o[the Work................................................... .....................................................................4| � 11.02 Allowances..................................................................................................................................43 � 11.03 Unit Price Work................................................................. ........................................................44 11.04 Plans Quantity Measurement......................................................................................................45 � Article |2-Change uf Contract Price; Change n[Contract Time.................................................................46 12.01 Change o[Contract Price............................................................................................................46 12.02 Change o[Contract Time............................................................................................................47 � 12.03 Delays..........................................................................................................................................47 Article |3 -Tests and Inspections; Correction, Removal or Acceptance o[Defective Work......................4Q � 13.01 Notice o[Defects ........................................................................................................................4Q 1IO2Access|o Work...........................................................................................................................4Q |3.03 Tests and Inspections-.------------------------------------..40 � 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal o[Defective Work................................................................................50 � 13.07 Correction Period........................................................................................................................50 - l3.0Q Acceptance o[Defective Work...................................................................................................5l 13.09 City May Correct Defective Work.............................................................................................5| � Article |4-Payments bn Contractor and Completion....................................................................................52 14.01 Schedule o[Values......................................................................................................................52 � l4�2 ---------------------------------------.52 � _ ' 14.03 Contractor's Warranty o[Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 � 141Y5 Final Inspection -------------------.--------------------..55 � . 14]6 Final Acceptance----------------------------------------.55 14.07 Final ---.--------------------------------------56 � l40Q Final Cnnnn|chon [�c|nvc6andPad�| �ctunagcRc�usc ------------------..56 � . __ - -` _�-- _- ~ 14.09 Waiver o[Claims........................................................................................................................57 Article |5 -Suspension o[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 Articlel6-Dispute Resolution......................................................................................................................6l 16.01 Methods and Procedures.............................................................................................................6| CITY m FORT WORTH STANDARD CONSTRUCTION ypec»rArxmDOCUMENTS � Revision:December z/.zou � � yl: Article17, Miscellaneous.........-......................,...,.....,......a,,...,.,,.,.<,.,m.,..................-...............,.,......................62 17,01 Giving Notice .................................. ......................................................w,,,.,.....................,62 17,02 (:om1putationof Times....,.,,.,,,..,m.m,,.,...W.,,,..o, o...............................m.,,.,,..,.m,..,..... .,....vm....,,..,........, 2 17.03 Cumulative Remedies......a....,a.,,.,e,,.9,,,,,,,,,,,,,n,,.m.,,...... .....62 17.04 Survival rfObligations..................U..v,.,,,,....,..........,...........,............,....,.....................,a,.,µ.,:,:,.u.®.....63 17.05 11 d1 F ,,..wb.,.w.,a....... .,,.....a.,. a ...M,,.......<......w,<,,.., ,........ ...m....µ,.,,w,,.... ..................**.,.w....,,, :,.63 �u�uy iPVyf J u�ul C'TrY OF FORT WCaR`I4I STANDARD(.,(.)NSrRU(,°r"ION SP C;IFQ:'ATION'WCUMENTS 007200-1 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December21,2012 Page 2 of 63 i 13. Change Or&,r A document, which is prepared and approved byte 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. t-a�y­- The City of Fort Worth, Texas, a home-rule municipal corpom ion,„ authorized an 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 perlbrm specific duties with responsibility for final enforcernent of the contracts involving the City of fort Worth is by Charter vested in the City �,, danager and is the entity with whom Contractor has entered into the Agreement and for wh(mm the Work is to be performed. � 5., City tlorne)y The officially appointed. City Attorney of the City of Fort Worth, Te m, or his duly authorized representative. 16. City '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. Sri. 18. Contract t::"lcjarri A demand or sertio�n 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. C onlr^cac°¢ Documents......_Those items so desi mated 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 e moneys payable by City to Contractor for complet.iomi 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 tom (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 Ag'reenwrit- 24. Cost p "the lh6a°k- See paragraph 11.01 of these General Conditions for definition. n,M MY OF ro RI°r WO1.Z1"Fr STANDARD A:oNs°n U r ON Sn1'ECIfl*'m:;°dA°r"ION D "°.m.PmwliENTS Revision:EAunita 21,2012 are?p'NVr 00_r2(X)- I GenaW Conditions Pape 3 of'63 25. 19amagj? Claims A demand for nioney or services arising from the Pro ect 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. IMP 27. Director ofAviation The officially appointed Director of the Aviation 1.)e partment of the City of Fort Worth,'Fexas, or his duly appointed representative, assistant, or agents. 28. Director of.Parks, and Coninnunhy S'ewvices - The officially appointed Director of the Parks and Community Services l3epartment of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 29. Director of Pl anning and Developnwtit The o ►ciarily appointed Director of the Planning and Development Department of the City of Fort Worth, 'J"exas, or his duly appointed representative, assiStarnt,or agents. 30. Director q I)orlation Public Works The officially appointed Director of the f Trans Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed represeritative, assistant, or agents. t 31. Dii�ectorqf'Watert)c,l�ni,tir7ent The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 32. Draivings....-"What part of the Contract Documents prepared or approved by Engineer which graphically s1lows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. 4'lftctive 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 register°ed in the State of Texas performing prof'essional services for the City. 35. Fxtra W6rk 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 k does not involve a change in the Contract Price, Contract Tijiiie, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded 7 work.type at the time of award. low, 37. Final Accepance The written notice given by the City to the Contractor, that the Work specified in the Contract Documents has been completed to the satist'action of the City. MY OF FOWMORTH s'rAM)ARD CONSMUCIION SPECUVATION D00 YMENTS Revision:Wwba-211,2012 007200-1 General CoMitions ]lag,e 44 off'63 38. Final hispec:tion Inspection caj�Tied 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 confo ance with the Contract Documents. 39. General Requirements- --Sections of Division 1 of the Contract Documents. r�lr 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 dangers to persons or property exposed,thereto. 410 Hazardous Waste- l lararclous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the fderal 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, a.gencies, authorities, and courts having jurisdiction. 43® Liens C:aharges, secmity 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.. il'esione.--.....gin;principal event specified in the Contract.DocurTients relating to an intermediate Contract Time prior to Final Acceptance of the Work. 460 N61ice of ivard- The written notice by City to the Successful Bidder stating that upon timely coniplia.nce 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 fixitrig the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified,i Contract Documents. 48,PCB,v- Polychlorinated biphenylsv 4901�'etrolc.um- petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 1407 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil reffise, gasoline, kerosene, and oil mixed with other non-1 lazardous,Waste and crude oils. 50.Plans.-.-See definition of Drawings. CITY OF FORT W0MnI s'rANDARDCOWrRUMO Sr'EX:U'C °6`C9"N1)(K-.lrVr9l NTS Rrvisi on:1Nx=rdxr21,2012 007200-1 sm General Conditions Page 5 of 63 am 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 Representative—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. r 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. r 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. r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Downber2l,2012 Gen rrxa9 Condifions fla.ge 6 of 63 63. SuCrrruitlals- - ll drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Conti-actor and submitted by Contractor to illustrate some portion of the Work. 64. S'a cced sfiul Bi(Mer-- --The Bidder submitting the lowest and most responsive Bid to whom. City makes an Award. 65.AS'ujj erhvrernderut- T°he 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. Suuppl'enzen1uy Conilitions .'That part of the Contract Documents which amends or supplements these General Conditions. 67. �SUpj)lue ..,...-.A manuufact:urer, 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 Un(Iterground t e nfacilities pipelines, ducts, a wires, RJR manholes, vaults, tanks, tunnels, or other such or attachment, and any encaseme is containing such facilities, including but not limited to, those that convey electricity, uses, steuun,, liquid petrolcurn, products, telephone or other communications, cable television, water,wastewater,storms 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. l (.)rk----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 Terininologii Ap ,. 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 A(�jeclive:s: crry OF FO�uu`r WerF 11I �$ Revision:Damt.w21,2012 r General Conditions All Pap e,7 of 63 I m 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 OfjUdgnicnt by City. In qyW addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or aqiectives 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.imigment, acl' t'ion, or deter mina ion will be solely to evaluate, in general, the Work for compliance with the in in the Contract Documents and with the design concept of the 11roJect as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C., Deftclive.- 1. The word "del"ective," when inodifying 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 cw has been damaged pr°ior to City's written acceptance. P", D. Fiv-rdsh, Install, Pedbrni, Provide: 1, The word "Funnish" 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 can tUrnishing 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 DoCUrnents, words or phrases that have a well-kriown technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 101 ARTICLE 2—PRELIMINARY MATTERS 1 2001 Col)iay qfI-hwuments 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 fbiniished upon request at the cost of reproduction. 2.02 Compm encement qfConlracl Time,-Notice to Proc('ed 7 The Contract Time will cornmence 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 Eflective Date of the Agreement. I MPI MY OF FORT WOR'll I STANDARD WN S]RUCTION SPE CIFCATION N'X-1 J M EN US Revision:Dtxm1xr 21,2012 007200-1 General Conditions Page 8 of 63 n!", 2.03 Slarfing the Work Cdor°atractor shall start to perform the Work on the date when the Contract Time commences to run. rat No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before,51arling t.;ons°tnwlion Baseline &he(lules.• Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Ilreconstruction(.; fier°ence Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract:l)ocuments. 2.06 Public,Xfeelhr g 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 lhilial cciq)t ncegf S'chedules 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: 1NTENr,AMENDIN G,RE USE 3.01 Intent A. The Contract Documents are complementary hat is required by one is as binding as if required by all. B. �i 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 �r Contract Documents or from prevailing custom or trade usage as being requi.ied 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. ll� The Specifications may vary in firm fornaat 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,'" `&an conformity with," `gas shown," or "as specified" are intentional in sure Maned sections. Omitted words and phra:es 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 MR11 MY of Fold°r woicrta "IT!, sI.ANDAM)CONS RUCTION SPECIR ATroN 1)c .IU EN I.S Revision:rkxxx balk,201.2, M 0072.00-1 General Conditiow Page,9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Clainis, E. The cross referencing of specification sectionis under the subpata Sri-allh 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 g, Contract Documents and provide a complete Pro,ject whether or not the cross rel'erencing is aid provided in each section or whether or not the cross referencing is coniplete. 102 Re J&rewce pSRndar ,c A. Standards, Specifications, Codes, Laws, and Regulations L Reference to standards, specilications, manuals, or codes of any technical society, �qpw 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 Regulatio ns in effect at the time of opening of Bids (or on the Effective Date of the Agreernent if there were no Bids),except.as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard., specill-Ication, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contract or, or any Y of their subcontractors, consultants, agenus, or employees, from those set forth in the ("ontract K, 1ocuments. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, nienibers,, partners, ernployees, 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 Resoh#i�g Discreywinci,,Sr A. ReporlinA,Discrepancies: I. C'onlraclor's Revieiv qfConowet Docuinena Before,5tarling Work: Before,undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent fi gUrCS therein against all applicable field measurements and conditions. (""ontractor 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 diereby. 2. Conlractors Review of Conlract Docunients During Perjbrnlance of Work: If, uring the performance of the Work, Contractor discovers any conflict, error, anibiguity, or discrepancy with[in, the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulatioiii , (b)any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. ontractor shall not proceed with the Work affected thereby (except in an ernergency as required by Parl'agraph MY OF FOKMORTH STANDARD C'ONSIRUCTION SPECIFCA]ION DOCUMEN I'S Revisicm,v�EXvm4-xY2J,2012 GeneirW Conditions Page;10 of'63 'liul 6u17.A) until an arrrendment or supplerrrent to the Contract Docurnents has been issued by one of the methods indicated in Paragraph 3.04. mr� 3m Contractor shall not be liable to City for failure to report any conflict., error, ambiguity, or discrepancy in the Contract Documents unless C:ontractor had actual knowledge thereof B. Resolving, iscr elmnc ie s: I. Except as may be otherwise specifically stated in the Contract Docur°nents, the provisions of the Contract Docu:nnents 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, rnanrr,al, 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 d Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3004 Amending and,°i"arpplenientin Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in s the Mork 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 M deviations in the Work not involving a change in Contract Price or Contract 'Firne, may be authorized,by one or more of the hallowing ways: 1. A Field Order; 2. City's review of Submittal (subject to the provisions of Paragraph 6o18.C),or 3. City's written interpretation or clarification, 3.05 Reuse ofDocuments 7 A. Contractor,and any Subcontractor,or Supplier shall not: 1 w 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 2m 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. CrrY OF FOR'r we R.J.r r s`rANDAM)CON MY.CT"ION sPr'ir°rRA'rION DOCUMENTS Revision:r nl 2l,2,012 00 72 00 1 General Conditions Page I I of 63 B. The prohibitions of this Paragj-aph 3.05 will survive final payment, or tenrunation of the Contract, Nothin[g herein shall preclude C a ontrctoil, ftom retaining copies of the Contract Documents for record purposes. 3.06 E'Ieclronic Data A. Unless otherwise stated in the Supplernentary Conditions,the data furriished by City or Engineer to Contractor, or by Contractor to City or En, ineeirl, 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 fi,-)rrnat: of text, data, graphics, or other types are ffimished only for the convenience of the receiving party. Any conclusion or infortnation obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic riles and the hard copies,the hard copies govern. B. When transferring docurrients in electronic media fbi-niat, the transferring party makes no representations as to long term compatibility, usability, or readability of docurnents resulting from the use of software, application packages, operating systems, or coniputer, hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERE NCE POINTS 4001 Availabd'i(y of Lands A. City shall ffir-nish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specit.-ically 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. I. The City has obtained or anticipates acquisition of andlor access to rigjit-of,way, and/or easernents, 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 Docurnents must C0111sider 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 Supplernentmy Conditions, The Project. Schedule submitted by the ontractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. A Jpon, 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 pelformed. MY OF FOR TWORTH JyIS STANDARD CONSTRuc mopa SPECTFCATION WCUMIFINTS Re6sion:EAmnAw 21,,2012 0072 00...n � Ge nmal Conditions rsa�e 12 of(s'n C.. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and ecluiptrient. 4.02 Subsurl (ce and 1141 vical(7onditions A. Reports rind.afar ings.- The Supplementary Conditions identify: 1, those reports known to City of explorations and tests of subsurface conditions at or contiguous tot the Situ and M 2. those drawings known to City of physical conditions r°elating to existing; surface or subsurface structures at the Site(except Underground facilities). tat B. Limited Reliance by Contractor on Technical Data Authorize& Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and IM 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; I. 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 . 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 suc ,u other data, interpretations,opinions,or information. 4.03 Dff f�ring,5ub surf c°e or Physical Conditions . Nolive.- 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(Ionttact Documents;or . ditfers nnat:erially from that shown or indicated in the Contract Docurrnents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and gencrally recognized as inherent in work of the character, provided for in the Contract Documents; MY OF FQ:7WT oR'll'II STAN DARD CO C w"1Crt.➢.U(w°"r'flON SSrst3CI (A'r`ION Cdn,'Bt:;t.DVlrrt:r IT; RLvision:U"inlxt,21,2012 N 0 72.00..l INS Genefal Conditions Page 13 oF63 POP then Contractor shall, promptly, after becoining aware thereof and before further disturbing the subsurface or physical conditions or perfonning any Work in connection therewith (except in an ernergency 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'rime if: I. 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 two 24 the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract DOCUID'Ients or the Site; or 3. Contractor failed to give the mirittren notice as required by Paragraph 4.03.A. 4.04 Underground Eacilifies A. A,~ or Indicated: The information and data shown or indicated in the Contract, Documents with respect to existing LJnderground Facilities at or contiguous to the Site is based on inflorniation 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: yo I� City and Engineer shall not be responsible for the accuracy or completeness of any such iiZorniation or data provided by others; and 2. the cost of all of the f6 flowing will be included in the Contract lllrice,, and Contractor shall have full responsibility for: aw reviewing and checking all such intimnation and data; ba locating all Underground Facilities shown or indicated in the Contract Docuinents; cw coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during consAniction;and d. the safety and protection of all such Underground Facilities and repairing any darnage thereto resulting from the Work.. B. .dot,5hown or Indicate(t, 1. If an Underground 1,acility which conflicts with the Work is uncovered or revealed at or contigUOLIS 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 ftuther disturbing conditions affected thereby or perfonning any CFrY OF FORTWORTH S'#'A�ql)A.RDCOI,4S'I'Rll(.'FI(:)N SPH'"'IFCATI)N D(CUMFINTS Revision:Daumlvr 2 n,20�2 FWD General Conditions Page 14 of 63 I Work in connection therewith (except in an emergency as required by Paragraph 6.17°.0, identif"y the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered thiderg°round 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 pr(atection of such discovered I;.Jnder „round Facility. m If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences.»'° . Verification of existing utilities, structures, and service lines shall include noti ficatior► of all Utility compimies a minimum of 48 hours in advance of construction includirig exploratory excavation if necessary. 4.05 Riftrence 11oinis 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 t construction stakes or other customary method of marking to establish line and grades for roadway and Lltilit;y 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 Deference points or property monuments not carelessly or willfully es' o ed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the.o inie:n of the City, any reference point or monument has en carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 5% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Lfarrzar°dous Envir°otnnenlal Condition at,5ite A. Reports and 1)r®awr inpr v; The Supplementary (,"onditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. I imiled Reliance by Contractor, on Rwhn cal Data Authorize (,ontractor 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 Claire against City, or any of their officers, directors,members,partners,employees,agents,consultants,or subcontractors with respect too 1. the c:ornplet:eness of such reports and drawings for C:,ontTactor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF I ORT VN'O rl d �f STANDARD e.,t:)aVS'I RUC~`r6o N SPEC;llRATION rlC%".°C9MraNTS % Revision:Dmanlx12l,2012 007200.1 ,Genem I Conditions 7 Pao 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 fora 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 0, condition to be deleted from the Work. City may have such deleted portion of the Work ro 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 who Contractor is responsible. Nothing in this Paragraph 4.066 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, 2, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION 1X)CUMENTS Revision:D=n1er2l,2012 ()()"F"2 00-n Ge nerW Conditions Page 16 of 63 �mu�r ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Invure rs 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 e 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 I�er `rr°mance, Iayinent, and 114intenance Bonds A. Contractors all 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, D.S. Department of the °I"reasury. All bonds signed by an agent or attorney-in4lact 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 5M02.0", 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 uX with the requirernents of Paragraphs 5.01 and 5.02.C. 5.03 Cer ttficwPec 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 insun ounce 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 narnrned in the Supplemta enry C�;,orn�ditions as"Additional Insured"on all liability policies, CrFY OF FORT WOR711 SI'A°rn:)Arzrn c(.r,N niTar.ic' noN si"r(.'rFCA rncnN f)w- NENIS Revision:Lkxa ubrr 1,2012 0072.00-1 GeneW 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 band coverage on behalf" of the insured, be complete in its entirety, and show complete insurance carrier names as listed in w the current A.M. Best Propetfi�y fir,Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of 7y y` Texas. Except workers' compensation, a must have aucui �irnun rating of .w tlI in the current AM, 3esty Rating Guide or h�ers nbl uivalent financial strength and solvency to the satisfaction of Risk Managecnern0:. If the rating is below that required, written approval of City is rewired, w All applicable policies shall include a Waiver of Subrogation, (Fights of Reccnveryy) in favor of the C:°ityo 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 a 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 obliga:l:ion to maintain such lines OFF of insurance coverage. 7m If insurance policies are not wwrritterr for specified coverage limits, an Umbrella or f?xcess l,iability insurance for any differences is required. Excess Liability shall follow forrn of the priaayary coverage. a Unless cutherw[se stated, all rewired insurance shall be written on the "occurTencc basis". If coverage is underwritten on a claims-rnade 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 clams made and the retroactive date, The insurance coverage shall be maintained for the duration of the Contract and for three (. ) years following Final Acceptance pwvided sunder the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the (.1ity shall evidence such insurance coverage. . Policies shall have no exclusions by endorseranents, which, neither nullif'la or a.rnerrd, e U' 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 deter-mined 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 b the cost of the ccnauu,urn for such additional coverage leas ICI%. l ,l y p?.. 'p 10o coverage shall approv[�ed by the City in regards to asset value and stockholders' equity. I insurance in excess of C)Cl�.00 required l n r' C117Y of ro[8T wr.)RT11. : .rmrn..rs r)rs nvuarr c ous n auc n°uor s[[c ua c [rar r 0072 00-11 General Conditions ndition s Page 18 of 63 lieu of traditional insurance, alternative coverage ma.intain.ed through insurance poops or risk retention groups,must also be approved by City. 11m Any deductible in excess of 5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be ac"ceeptable to and approved by the City. r� 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 his or'y 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 cop�ies 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 confon-n the policy and endorsements tote 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 Contractors insurance. 5.04 Contractor's Insurance ��uwuy A. arrkers C onilwnsration and 1,5nployers' Liabildy, 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' I.Jabilky as is appropriate for the Work being perfornied 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 peorfonn any of the Work, or by anyone for whose acts any of them may be liable: I. claims under workers' compensation, disability benefits, and other similar ernployee benefit acts; . claims for damages because of bodily, injury,, occupational sickness or disease, or death of Contractor's employees. B. Commercial Gei ral Liability. Coverage shall include but not be li.rnited to covering liability (bodily injury or properly damage) arising from` premises/operations, independent contractors, ,u 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 C n-Y OF FORT W ORI I STANDARD C;C)INS t'llkUXTlora SPEC rr°C 'rrON Di(X cMI.Wr'S Revision:Dwmber2l,2012 r 00 72 00-1 General Conditions Page 19 of 63 PF 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 normall y 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 fora 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 on 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 t o t he 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 perforin the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques,sequences,and procedures of construction. "PI CM OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2W 2 General Conditions Page 20 of 63 B. 1 At all times during the progress of` the Work, Contractor shall assign a competent, English- speaking, 4cnpernntenndernt who shall not be replaced without written notice to City. The Superintendent. will be C'ontractor 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 durin g the sequence of construction. 6,02 Labor," lorking 116urs Am Contractor shall provide competent, suitably qualified personnel to perform contructionn as required by the Contract Docurnents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Docunnennts, all Work at the Site shall be performed during Regular Working Hours. Contractor will not pen°nit the perforrrnance of Work beyond Regular Working Hours or for Weekend Working ours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perfonn Work: 1 W for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 1 2m for Weekend Working flours 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 SerwnxlrA"es, Materials,r ials, and Equipment Am Unless otherwise specified in the Contract Docur rents, 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 re-qui.red 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 byte Specifications shall expressly to the benefit of City. If required by City, Contractor shall furnish satisf tctory evidence (including reports of required tests)as to the source,kind,and quality of materials and equipment. C'rl["Y OF FORT WORTH STANDARD C ONSIRUC""ION SPEC IFC°.M'rKYN DoC'UUMENTS Revision:IX-conber2l,2012 i PWI (M)72 00•-I P, General Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the or 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 F" 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. I. 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. r 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration oft e Contract in accordance with the schedule specification 0132 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 ore ui ent is specified or described in the Contract Documents by using the name of a proprietary item or then of a partic ular 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. I. "Or.-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if; a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; CITY Or FORT WORTH STANDARD CON STRUMION SPEC IFCATION DOCUMENTS Revision:Decmber2l,2012 00,72 00-I 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,il'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 tote detailed requirements of the item named in the Contract Documents. 2. Substitute ftems.° 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 gay 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 earned 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 0125 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; MY OF FORT WORTH STANDARD C'ONSTRUCTION SPECIFCATiON DOCUMENTS Revision:Dwip r21, 012 007200-1 General Conditions Page 23 of 63 niTlu c) whether incorporation or use of the proposed substitute item in connection with the or 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; 00 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. 5. .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 6.05.13. 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. MAN E. City's Cost Reimbursement: Cit y will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. 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 66o -equal"at Contractor's expense. CITY OF FORT wolfTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: 2l,2012. 007200-1 MP Generd]Conditions Nge 24 of 63 G. Cit .y �5ubslilule Reimbw-seyneni: Costs (savings or charges) attribuLable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time rtensions:No additional time will be granted for substitutions. 6.06 (.",oncernii7g,5tibcont)�act(ri-s, �VujVfiers, and Others A. Contractor shall perfori-ri with his own org 35% of the ',anization, work of a value not less than 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, Suppher, or other individual or entity to ffirnish or perrorri-i any of the Work against whom Coi,itractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.Q. map 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. Baviness Diversi�y Enterlirise Ordinance Conydiance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance(as amended)by the following: 1. Contractor shall, upon request by the City, provide complete and accurate infiormation regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 20 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 and/or SBE. Material misrepresentation of any nature may 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 perforniing or ftimishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: wovm' MY OF FORTWOKTI I STANDARD CONSTRUCTION SPE"CIFCATION DOCUM11.NTS Revision:Downbex21,2012 r 007200-1 General Conditions Page 25 of 63 I. 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 3 I st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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 f6flowing 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 them 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 Pq)inients. 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 (.7oonpliance. 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 hate nt.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 forte 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, ("ontractor shall indemn yo and hold harmless City,from and against all claims, costs, losses, and damages (including, but not limited to allfiees and charges of engineers, architects, attorneys, and other, rqfessionals and all court or arbitration or other dispute resolution costs) arhviii�T.7, out of or relating to any infringement of patent rig-his or copyrighis inci&nl to the use in the peg forTrance of the Work or resulling,from CITY OF FORT WORTH ORT &J'ANDARD CONS'l"RUCI]ON SPECIFCATION DOCUMENT'S Revision:DwinLxr2l,2012 007200-1 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 6.09.13. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 C0 72(K) I General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, i t s hall 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 obligatkms 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 byte 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 tote Texas Tax Code, Subchapter H. B. Texas Tax penuits and infortnation may be obtained from: 1. Comptroller of Public Accounts Sales Tax.Division Capitol Station Austin,TX 78711;or ht.t.Li://ww'w.window.si,lite.tx.us/taxinfo/taxfbmis/93-f.()rins.html .................. 6.12 Use of Site and Other Areas "M A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,, the storage of materials and equipment, and Owl 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 MP/ any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WOR"111 STANDARD CONSIRUCTION SPEC IF-CATION DOCUMENTS Revision:rAxxmbu2l,2012 007200-1 General Conditions Page 29 of 63 s 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs,shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall • CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 0172(K)-1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent darnage, injury or loss to: 1. all persons on the Site or who may be arffected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on yru or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shil.lbs, 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 safiety, 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 properly and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with the in the protection, removal, relocation, and replacement of their property. Co Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specif ic requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, in ury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14. 1.3 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 the to perform any of the Work,or anyone for whose acts any of the 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. ,w 6.15 S'qpty Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Comniwfication 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 arnong employers in accordance with Laws or Regulations. 6.17 Eames ncies andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt, written notice if Contractor believes that any significant MY OF FORT WOR111 sTANDARD CONSIRIKMON SPECIFCATiON DOCUMENITS Revision:D=aArr21,2012 amupijv 0072(M)-I Gsercneira6 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 conforin 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, t 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. t 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 eater 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. . Submit required number of Samples specified in the Specifications. . 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 ,ta submittal for the limited purposes required by Paragraph 6.18.C. PA CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATIOIN DOCUMENTS Revision Deceniber 21,2012 00 7200-1 IMP General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related or performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. Co 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 ftinctioning whole as indicated by the Contract Documents. 20 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 safely 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 fl"W Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 C"onfinuing 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 Conti-actor may otherwise agree in writing. 6.20 Contractor's General Warrant),and Guarantee A. Contractor warrants and guarantees to City that all or 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 dainage caused.by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whorn Contractor is responsible;or MY OF FORTWORTH M.'ANDAIM CONSTRUCTION SPE7,(JECATION DOCLIME N'M,.. Revision:Dambri-21,2012 MY 00'r2'00..V Genma rai Crrnr&ions Page 33 aa1`63 . norma.l wear and tear under norrrral usage. C. Contractor's obligation to perforrl'r and complete the Work. in accordance with the Contract "�r� Documents shall be absolute. None of the fiAlowing will constitute an acceptance of Work that is not in accordance;with the Contract Documents or a release of Contractor's oblipatiior°u to perf°ornn the Work in accordance with the Contract Documents: 1. observations by City; fill' 2. recor°rrrnendatiion or payment by City of"any progress or .final paynnerrt.;; . the issuance of a certificate of Final Acceptance by City or any payment related thereto by fs City; 4. use or occupancy of the Work or any part thereof by City; „ 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 darna.pe to other work or property resulting therefrom which shall appear within pc�rir:�cl of two (.2) years from the date of Final Acceptance of the Work sinless a longer period is specified and shall OPP furnish a good and sufficient maintenance bond, complying with the recliuirevrrmen.t:s of Article 5.02.13.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 C expense, the City, its officers, servants and employees, from and against any all claims arising out of, or alleged to arise out of, the work services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TQ OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR Pl OYLN THAT ALL QR SOME OF THE DAMAfIXS BEING SQI1C'HT WERE CAUSED IN ffjIOLE OR IN PART, BY ANY,ACT. OMISSION QR NEGLIGENCE QF 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 agrees o indemnify and hold harmless, a its awn expense, the City, its officers, servants and employees, from and against any 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 (MY OF Fos°r wour°m r STANDARD EC"rIV A,..IC][OND4:rCUMI:NT Revision:r ^aralu'21,2012 0072,00-I �ylt�rh R enerd6 Conditions Page 34 of63 SPL!LILIC a LY INTENDED TO Q LRAT AND BE EFELL1I"VE EVEN IF IT IS ALLEGLD QR P Y-LN THAT ALL QR SQD E QE THE DAMAGES BEING SQUCjHT W.ERF CAUSED. IN V MQLE OR IN PART, 311.__ ANY ALT. Q11sIISSIQN QR NEGLIGF.ALE OF THE CITY. 6.22 Delegation 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 �f services are required to carry out Contractor's responsibilities for construction means, methods, techniques,sequences and procedures. B. If prcAcsslonal 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 sailisfy. Contractor shall cause such ,service's 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 ethers, shall bear such professional's written approval when submitted to City. RJR! C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals perfonnned by such deli err lnranfi ssic'nals, provided City has specified to Contractor performance and design criteria that such services must satisfy. wWl D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design do awin s will be only for the limited purpose of chiecki.n ;for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. lt�y's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Para. raph 6.18.C. �wrsw�r 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 Me 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. ) D. 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 crry OF FORT"WORIT-n muny� sTA.+DAM)CONSIRUCTION SPECUVA,1ONDOCUMENTS Revision:Dwm. ber2l,2012 Q.Fa 72 00-n Gr raarieyA Conditions Page 35 of 63 pyS Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in con~npliance 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 reirnburse Contractor for the cost of the copiers as follows at the rate published in the Texas Administrative Code in effect as of the time copying is perfi`need. 6.24 Nondiscrimination A. "Ibe City is responsible for operating Publlic Trarnsporta.t4m Proprarns and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the 11S. N Depa�rtunnent of Transportation and the Federal Transit Adiwninistratio n (FTA), iviit:houut discriminating against any person in the lJnited States on the basis of race, color, or national origin. 0 B. Title V1, Civil Rights Act '1964 as anaerrcleo�l: Contractr:r shall comply with the requirements of the Act and the Regulations as further defined in the Supplernentary Conditions for any project receiving Uederal assistance. ARTICLE 7--OTHER WORD AT THE SITE 7.0I Related Work at s ite p A. City may perfiarnn other work related to the Project at the Site with City's employees, or other City ca°untractors, or through anther direct contracts therefor, or have other work performed by utility owners. If such other wort is not noted in the Q::ontract Documents, them 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 Ci.t "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 r the Work that may be required to properly connect or othernvise 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 aff.'Lcted. C. If the proper execution or results of any part of Contractor's Work depends upon work performed r 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 ontractor's Work. Contractor's failure to so relaaart 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. CMY of FaanB"n°' ''CaRT11 ' s.rANraArzna a.°On+nna raUr°rroN SPr;a uFa,A HoN raged„¢.anar.NTs Revision:Dwmim 21,2012 00 72 l0...'I i General Conditions nditions Page 36 of 63 Gi1Y,u 7.02 Coordination A. If City intends to contract with others for the pedbrrnance 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 anron.g the various contractors will be identified; 2. the specific matters to be covered by such arlcthority and responsibility will be itemized; and � x 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplenlientary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILTTIES 8.01 Crorrarr unicalions to Contractor Except as otherwise provided in the Suppleme'nt'ary Conditions, City shall issue all c(�)mmunications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Tay When Due City shall make pa'yrnents to Contractor in accordance with Article 14.. 8.04 Lands and Easements;Reports and Tests ritNy; 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 C'ontr'actor 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. Uiy, 8.05 Change Orders ri City shall execute Change Orders in accordance with paragraph 10.03. 8.06 7spections, Tests, and Ajj royals City's responsibility with respect to certain inspections tests and approvals is set forth i 007200-1 General Conditions Page 37 ot'63 i 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 Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative 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 Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative 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 Representative'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 Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-➢ M General Conditwm Page,38 of 63 9,03 Atahor°ized Maricrtions,in Work City's Project Representative may authorize minor variations in the Work from the requirements of N1) 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 y binding on City and also on Contractor,who shall peal"orm the Work involved promptly. 9.04 Rejecting De Work J City will have authority to reject Work which (.,ity's Project Representative believes to be defective, or will not produce a completed Prcject that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the coompleted. Project as a f"utwctionin ; 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. 9005 Delerminationy.for Work 'ejorniec Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendations 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. crr:zrrr eats andAcceplabilit r rrf Work A. City will be the initial interpreter of the requirements of the Contract Documents andjudge of the acceptability"oft the Work thereunder. W�h B. City will render a written decision on any issue rcfetTed, C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10006. ARTICLE 10 m CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized(":Jianges in the Work wt»�4 A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. f..ipon 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 i memorialized by a Change Order which may or may not precede an order of Extra work., B. �ayrty For minor changes of Work not requiring changes to Contract Time or Price, a Field Order may be issued by the City. CITY OF FORTWORTI I Revi,sion:Fkmmiv 21,2012 007200-1 General Conditions Page 39 of 63 10.02 Unauthorized Changes in the or Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract pill Time with respect to any work perfonned 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`C han e 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 10.01A, (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 pennanent 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. C 11"Y OF FORT WORTI-I STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dewnber2l,2012 00 T2 00-r Gerwral Conditions Page 40 of 63 +may 10006 Contract Clainins.Process A. City�s Decision Required. All Contract Clainis, except those waived pursuant to Paragraph 14809, 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 flaws and Regulations in respect of such Contract t Claims. B. Notice: 1, Written notice stating the general nature of each Contract Claire 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 snaking the Contract Claim, 2m Notice of the amount or extent of"the Contract Claiuuiu,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), 3m A Contract Claim for an austuruent, in Contract prices all be prepared in accordance with the provisions of Paragraph 12001. 4m A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions ofParagraph 12°020 a Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment:claimed is the entire adjustment to which the Contractor be:lieves it is entitled as a �t result of said event, 6. The City shall submit any response to the Contractor within 30 days after receipt of the u claimant's last submittal (unless Contract allows additional time). Ca 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; 2m approve the Contract Claims;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. CITY OF l^Q)WT WOR'll l STANDARD CONSIR JC'r'M SrrorFCAruoru'DOCUMENTS Rev sio n:Dm-Ailvx2l,2012 oq 00 72 00,-I General Q.o ndn fi nens D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such t 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 ref the Work A. Costs Include&Include The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, 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 yuu Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of°the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. ;payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of yob classifications agreed upon by City and Contractor. Such VP 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 nn contributions, uneployinent, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of perfon.rning Work outside of Regular Working Hours, Weekend. orking Hours, or legal holidays, shall e included in the above to the extent authorised. by City. . Cost of all materials and equipment tarnished 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 e 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. C'r"rY off°FORT WOTU r STANDARD coeaSTRr.CrTOrr sr»rCIF-CATION r�X)c:,UMff NTS Revision:r iber2ll,20'a2 C.oicral Conditions s Page 42 of63 t11i: 4. Payments made by Contractor to Subcontractors for Work peiformed 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. . Costs of special consultants (including but not limited to engineers, architects, testing o ! laboratories, surveyors, attorneys., and accountants)employed for services specie lcally related to the Work. . Supplemental costs including the following: a, The proportion of necessary transportation, travel„ and subsistence expenses of t 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 valise, 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 haws 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 perforrna:nce 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 Citye No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. 41 f, The cost of utilities, fuel,and sanitary facilities at the Site. u 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. r°rrY OF roR°i"woRTI I STANDARD CONSTRUCTION SPE,C'IFC;ATIC.N DO(iMENTS Revision:i a 2V,2012 W72 00..r &:nenefaul C;ov dffioms Page,43 of 63 >n ha The costs of prerniurns for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. Be Cosa l: cl r cl The term Cost of the Work shall not inclt.ude any of the follo wing 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, purchasi 007200-1 General(.."Ondifions 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. Conlingency Alloivance: 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 coiTespondingly adjusted. 11.03 Unit Price Work wla A. Where the Contract Documents provide that all or part of the Work is to be Unit Price WM,- initially the Conti act 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 Agrvement. 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 piVvisions 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 L)ocuments, or reasonably in 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 adjustrnent 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 :2v there is no corresponding 4justment 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 Panagraph 10.01 m 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° MY OF FORTWORD1 SIANDARD CONSMUCTION SPITIFCA]10N EX)CUMENTS Revisiow D%nAvr21,2012 007200-1 General Conditions Page 45 of 63 r 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. 1.1.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. if the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 r 00 72 M I General Conditions Page 46 ol'63 MIT E. For callout work or non site specific Contracts,the plans quantity measurement requirements are not applicable, �P ARTICLE 1 ®CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMIE 12,01 Change r fConfr act 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 (suubJect 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 a. r'reed lump sum or unit price (which may include an allowance for overhead. and profit not necessarily in accordance with Paragraph 12.01.(:"42), 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 411 and agreement to a lump sum or unit price is not reached under Paragraph 12,013,2, 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.Q. err C. Contractor's Fee; The Contractor's additional fee for overhead and profit shall be determined as fbl lows; 1® a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon,then a fee based on e 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 fora 1) rental fees for Contractor's own equipment using standard rental rates; � 2) bonds and insurance; ® for costs incurred under paragraph 11.01.A.4 and 11. 1.A.5,the Contractor's fee shall be five percent,(50/6); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01®C.2.a and 12.0l.C,2.b is that the Subcontractor who actually pertiorms the Work, at whatever CITY of FORT WORTH " STANDARD C"C7Ns°rR MTrON SPEC ITCATION l':)OC'1.1ME, Tu° Revisiow Damber2l,2012 007200-1 ` 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.O1.A. , and 11.01.13; 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. 1 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 y 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 o . 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 y 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. CnY OF FORT WORTH STANDARD CONSTRIUMION SPECIFC:ATION DOCUMENTS Revision:Decanter 21,2012 NY 72,C -n Genem° Conditions Page 48 of 63 itulli ARTICLE 13—TESTS I SPECS LIONS; CORRECTION9,REMOVAL OR ACCEPTANCE ANC E OF DEFECTIVE WORD 13.01 Notice of .)efectny 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 11 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 ctor 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 hispecti'ons° 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 thereol.) 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 fnarnish 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 incCnrporation 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 L,ab") to aerforni inspections or tests ("Testing") for of the Work, as determined solely b ' i Y ��� p�.,, � ( "�"�w �° ���� Y P y y City. lv 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. ii�M9NIry MY OF FORT W(AU'll � STANDARD CONSTRUCTION a PE,''CIFC;A TI N DOCUMENTS Revision:'n7mani 21,2012 007200-1 GerheirM CondRions 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 or (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 or 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 Uncoverinp, Work A. If any Work is covered contrary to the Contract Documents o r s pecific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. Yk 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 c harges 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 or 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. t 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 17 such uncovering,exposure,observation, inspection,testing,replacement,and reconstruction. Al 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials ore ui me t, 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 10! give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any C1rY OF FORT WOR11-1 7, srANDARD CONSTRUCTION SPECIF-'ATION TX.X.'.L)MENTS Revusion:Dembcr2l,2012 00 72 oar-1 M) 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 Defe"rt"ve 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 corrrpleted, or, if the Work has been rejected by City, remove it from the project and replace it with ork 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 'resolu'tion 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. sm 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. rrr 13.07 C"or°rec°tion.Period A. If within two (2) years after the date Of Final . ,.c;ceptance (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 qty 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: Ys 1. repair such defective land or areas;or . correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Protect and replace it with Work that is not defective, and y 4. satisfirctorily correct or repair orremove 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 instra.rctions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses,, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF r C.:)rt'r wort`i r ��uy STANDARD C;o'Ns"rRUC°rrra'N sPr.c;rFe:°ATroN rrcCr.M;Mrs Revision:rMmArs A 2012 W 7200-t General Conditions Page 51 of 63 Sir C. I n s pecial circumstances where a particular its of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that its 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 qfDefective 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 OPP 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 or so accepted. P, 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 MY OF FORT WORTH STANDARD CONSTRUCTION S11F,C1FCA11GN WCUMENTS Revision:Dewnber2l,2012 General Conditions N?e 52 of 63 casts) 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 1 --PAYMENTS TO CONTRACTOR AND COMPLETION 14,01 Scheelule of Values The Schedule of Values for lurnp 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 Nogress,Payments " Am Applicat ons err Payments: 1 P Contractor is responsible for providing all information as required to become a vendor of e City. 2e 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. an accompanied by such supporting docur entation 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 II'ayment, 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. ,5m The amount of r°etainage with respect to progress payments will be as stipulated in the Contract Documents. rrW OF FORT WC1r'ni STANDARD ONST t .TION PECTC TION rritMEN i r RA4xi�7`U 2Q1 i 00 72 00-1 General neral Conditions Page 53 of 63 B. Review gfApplications.° 1. City will, after receipt of each lication 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. 20 City's processing of any payment requested in an Application for Payment will be based on City's observations o 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: ae 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, r 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). n 3, Processing any such payment will not thereby be deemed to have represents 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 u assigned to City in the Contract Documents; or bm 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 h 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 y such payment previously made, to such extent as may be necessary to protect City from r' loss because: a, the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; be discrepancies in quantities contained in previous applications for payments co 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 130099 or CITY OF FORT WORTH J STANDARD CONS U '1ON SPECIFCATIO13 DOCUMENTS f Revision: Iex21„2012 00 72 00®t Genera Corr dffions Page 54 of 63 N e. City has actual knowledge of the occurrence of any of the events enumerated in .Paragraph 15.02.,x. C. Retcreraa e:° 1. For contracts less than $400,000 at the time of execution, retaina e shall be ten percent two/ (100/0), 2. For contracts ,greater than $400,000 at the time of execution, retaina e shall be five percent (5%). D. Liquidated L7crra ag&. For each calendar day that any work shall remain uncompleted after the time specified in the Contract ]:documents, the sure per day specified in the Agreement, will be � deducted from the monies due the Contractor, not as a penalty, but as liquidated dainages suffered by the City. I. tT nierat:° Contractor will be paid pursuant to the requirements of this article 14 and payment will become due in accordance with the Contract Documents. R F. Reduction in llqyinenk 1. City may refuse to make payment oft 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 ,tv such Liens; . 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 14.02.13.4.a through 1 .02.B.4.e or Paragraph 15.02.A. WTI 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 ("Ontractor'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. C;rr'Y OF FORT WORTH ggJ, STANDARD C;ONSTRLiC°17ON SPECIFC;ATION DOCUMENTS Revision:l:. to 21,2012 00 72.00-1 Geuneran Conditions Page 55 ol'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 ose 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 art of the Work which City determines to be ready for its intended use,subject to the following conditions: 1. Contractor at any i e 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 ��yNr 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 easures 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 e will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance, CITY OF FORT WORTH STANDARD CONSTRUC7110N SPEC rCATION DOCUMENTS ENTS Revision:LX=nber 21,2012 r 007200-1 'Pip, Cava ere Conditions Page 56 of 63 k 14.07 Final Payment A. A,lalieati fair Payment: I. Upon final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress paynnients in accordance with the Oontract documents. 2. The final Application for Payment:shall be accompraiied(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 .03; . 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. econr ae e 1. After City's acceptance of the Application for Payment and accompanying docuanentati.on, 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: ry, a. directly by the Contractor or; . Contractor provides evidence that the Damage ('laim has been reported to Contractor's insurance provider for resolution. 3. The rnakiing of the final payment by the City shall not relieve the Conti-actor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final C:ony'aletion l ela)ied"and Pa rlial 'etai a e 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 e retainage stipulated in Paragraph 14.02.0, and if bonds have been furnished as rewired in Paragraph 5402, the written consent of the surety tote payment of the balance due for that C, OF I°C3It"r WO 111 STANDARD C ONS°1 RUC°rr0N SPEC"IFC ATION EK1C;UMEN rS 7 i ')YyIV 00 72 00-1 General Conditions Page 57 of 63 P 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 perfo ce periods following the completion of all other a 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 Claim. 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 o the job and returning the necessary equipment to the job when it is determined the City t construction y e PIP resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnber2l,2012 T 00 72 00-1 fir, Geanerd]Conditions nditionns Page 58 of 63 04), 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 i�yut 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®12-201lestablished 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 4s Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5e 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 Airy 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 p rovide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conferences all be held not later than 15 days, after receipt of notice. �y 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 an "y Regulations, declare a Contractor default and formally terrninate 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 gym, 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 MY Yof FORT WORTH STANDARD CONSTRUCTION iRUC°TION SimEC FC ATION r1O(I MENTS Revision:r=4m-21,2012 i 007200-1 an General Conditions Page 59 of 63 ap 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. r 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. r 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 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFCATION DOCUMENTS Revision:Decernler21,2012 00 77,00-I 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 rernedy 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 othe. ,ise directed by the City, the "Pill, Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of 194 termination; 2w 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; 3w ten-ninate all orders and subcontracts to the extent that they relate to the perl'onnance of the Work terminated by notice of termination; 4o transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed byte City: a. the fabricated or unfabricated parts, Work in proggess, completed Work, supplies and other material produced as a part of, or acquired in connection with the pell.6rmance of, the Work terminated by the notice of the terTnination;and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been coinpicted, would have been required to be furnished to the City. 5m complete performance of such or as shall not have been terminated by the notice of termination;and 6a 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. cnT OF FORT WORTH STANDARD CONSTRUCTION SPE(Al"'CAVON IX)CUMENTS' nevi ionw:DawnlxT 21,2012 00 72 00-.r 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 byte City upon rernoval 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 byte City. t..hiless 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. Ins 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 per°f:orrning services and N fidrrmshing 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 oft the termination of the Work, the City shall detennine,, on the basis of information available to it, the amount, if any, due to the 0ontractor by reason of the terrrrination pay a Y to the Contractor the amounts determined. 0ontractor 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 �M1 16.01 Methods and Procedures edzrre C, A. Either City or Contractor may request nrrediation 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 IF con nnenced within 60 days of filing;oft the request. t C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.0.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor, rup MY OF FOr&'r WORTH STArYDAIM C ONSTRUC:'10N SPEC]F(WHON DO C'1.JMr°Nrs jl 1 Revision:Deoun ff2,2012 General C ondffions Page 62 cYF63 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. TICLE 1 --MISCELLANEOUS EOUS 17,01 Giving]Vot c e 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 noticed 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 C;o m1w ation gJ74nes 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 such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working ay shall become the last day of the period. 17.03 C,umuldtive 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, ;y srANnaRDCONSIRUCTIONsPFC"]FCArEGN AMENTs Rmision: txr21,2012 0072.00-1 Y Geneml 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. t ME 1 � y CITY OF FOIRT WORTH STANDARD CONSTRUCTION SPECIFCATION IX)CUMENT9 r Revision:L 21,2012 00 73 00-1 SUPPLEMENTARY CONDITIONS Paget of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO an 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or 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 have the 16 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 Conditions and 21 other Contract Documents. 22 23 SC-3.03 .2,"Resolving Discrepancies" 24 25 Plans govem over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 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 as of: 36 None 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired: 39 None 40 41 SC-4.01A.2,"Availability of Lands" 42 43 Utilities or obstructions to be removed,adjusted,and/or relocated 44 45 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 46 as of:None 47 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUS'T'MENT A one CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Part 2STANDARI Revised April 1,2013 iP�NI O'07R00-2 SI)PPL,ll",Mll.-'N7"AR"a C:O,NDII'IONS Rage 2 of 5 I The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 2 and do not bind the City. 3 4 SC-4.02A.,"Subsurface and Physical Conditions" 5 6 The following are reports of explorations and tests of subsurface conditions at the site of the Work: w 7 None 9 10 SC-4.06A.,"Hazardous Environmental Conditions at Site' I1 12 The following are reports and drawings of existing hazardous environmental conditions known to the City: 13 None 14 15 SC-5.03A.,"Certificates of Insurance" 16 17 The entities listed below are"additional insureds as their interest may appear"including their respective 18 officers,directors,agents and employees, 19 20 (1) City 21 (2) Consultant. Baird,Hampton&Brown,Inca 22 (3) Other: None 23 24 SC-5.04A.,"Contractor's Insurance" awrl 25 26 The limits of liability for the insurance required by Par-agraph GC-5.04 shall provide the following 27 coverages for not less than the following amounts or greater where required by laws and regulations: 28 29 5.04A.Workers'Compensation,sunder Paragraph GC-5.04.A.. 30 31 Steatu Cory limit 32 EniplqjAery liability 33 $100,000 each a xa.cidentr''occurremce 34 S100,000 Disease-each r°uaaf*�l^ee 35 S500,000 Disease...policy limit " 36 37 SC-5.04B.,"Contractor's Insurance" 38 39 5.04B.Commercial General Liability,under Paragraph(W-5.04;B. Contractor's Liability Insurance 0 under Paragraph GC-5.0413.,which shall be on a per project basis cowering the Contractor with 41 minimum.limits of: 42 43 $1,000,001) each occurrence »� 44 $2,000,000 arg greggaale limit 45 46 The policy must have an endorsement(.Amendment Aggregate Limits of Insaurnuuice)making the 47 General Aggregate Limits apply separately to each job site. 48 44 The Commercial General Liability Insurance policies shall provide",X","C",and"`t F'cover° e's. 50 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 51 52 SC 5.04C.,"Contractor's Insurance' 53 5.04C.Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 54 Paragraph,GC-5.04C',,which shall be in an amount not less than the following amounts: ` 55 CRT Y OF FORT WORTH PR'ATYF e°&SANIT RY SEWER REPLAe""E AaW2'e:;O1V?TRAC;"T 2015 A9 C Part 2S 'r4N 1C AJ Revised Apffl R,2013 r a. 00 73 00...3 SUPPLEMENTARY CONDITIONS Pape 3 of 5 1 (1) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", 2 defined as autos owned,hired and non-owned, 0M 3 4 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 5 least: 6 7 $250,000 ,odi4y Igpwy per person/ 8 $500,000 Bodily°lgjury per aec°ideni/ 9 $100,000 Property Damage 10 11 SC-5.04D.,"Contractor's Insurance" 12 13 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 14 material deliveries to cross railroad properties and tracks 15 None 16 17 M 18 SC-6.04.,"Project Schedule" 19 20 Project schedule shall be tier 3 for the project. 21 22 SC-6.07.,"Wage Rates" 23 24 The following is the prevailing wage rate tale(s)applicable to this project and is provided in the t uu 25 Appendixes: 26 2013 Prevailing Wage Rates- Heavy and Highway Construction Projects 27 28 <11t azsmv localiono Resourc°es102 d:"onstruetion Doc u enisl Spec° calionslDiv 00-General 29 C onditionslCFW Wage bate.I'able 20080708.prlfr 30 31 SC-6.09.,"Permits and Utilities" 32 FIR 33 SC-6.09A.,"Contractor obtained permits and licenses" 34 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 35 1. N0II(No1ice gf]ntent} 36 2. NOT(Notic°e q l"errnination) 37 3. L ic°ensed Plumber 38 39 SC-6.09B."City obtained permits and licenses" 40 The following are known permits and/or licenses required by the Contract to be acquired by the City: 41 lone 2 43 44 SC-6.09C."Outstanding permits and licenses" 45 46 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of 1uy,, 7 None 48 49 SC-6.24B.,"Title VI,Civil Rights Act of 1964 as amended" 50 51 During the perform nce of this Contract,the Contractor,for itself,its assignees and successors in interest 52 (hereinafter referred to as the"Contractor")agrees as follows: 53 54 1. Compliance with Regulations:The Contractor shall comply with the Regulation relative to 55 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, CITY OF FORT WORTH WA &"N17ARY SFIVE"I2 da°EPLAd Ns'MENT CON TRAC T 2015 6S'SM C.P n 2ST'ANDAM Revised April 1,2013 ��JJJ�JYVi 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of I "DOI'")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 2 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part �l 3 of this contract. 4 5 2. Nondiscrimination:The C°ourractor,with regard to the work.perf°ormed by it during the contract,shall 6 not discriminate on the grounds of race,color,or national origin,in the selection and retention of 7 subcontractors,including procurements ofmaterials and leases of equipment.The Contractor shall not 8 participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the 9 Regulations,including employment practices when the contract covers a program set forth in 10 Appendix B of"the Regulations. 11 12 3, Solicitations for Subcontractors,Including Procurements of Materials and Equipment.In all 13 solicitations either by competitive bidding or negotiation made by the contactor for work to be �1 14 performed under a subcontract,including procurements of materials or leases of°equipment,each 15 potential subcontractor,or supplier shall be notified by the Contractor of the C"ontrac'tor"s obligations 16 sunder this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or 17 national origin. 18 19 4,, Information and Reports:The Contractor shall Provide all information and reports required by the 20 regulations or directives issued pursuant thereto,and shall permit access to its books,records, 21 accounts,other sources of information and its facilities as may be determined by City or the Texas 22 Department of""raunsportation to be pertinent to ascertain co nnpliiance with such lRegulations,orders 23 and instructions.Where any information required of"a cr,untractor is in the exclusive possesswn of 24 another who fails or refuses to furnish this information the contractor shall so certify to the City,or the emu; 25 Texas Department ofTransportation,as appropriate„and shall set forth what efforts it has made to 26 obtain the information. 27 28 5� Sanctions for Noncom plianee:In the event of the Contractors noncompliance with the 29 nondiscrimination provisions of this Contract,City shall irnpose,such contract sanctions as it or the 30 Texas Department of Transportation may determine to be appropriate,including,but not limited to-, 31 32 a, w°itltlnolding ofpaynnents to the Contractor under the Contract until the Contractor 33 complies,and/or 34 be cancellation,termination or suspension of the Contract,in whole or in part. 35 " 36 6. Incorporation of Provisions:The Contractor shall include the provisions of paragraphs(1)through 37 (6)in every subcontract,including procurements ofnnaterials and leases of"equipment,unless exempt 38 by the Regulations,or directives issued pursuant.thereto.The Contractor shall take such action with 39 respect to any subcontract or procurement as City or the Texas Department of Transportation may VTJ 40 direct as a means of enforcing such provisions including',sanctions for non-compliance::Provided, 41 however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a 42 subcontractor or supplier as a result of such direction,the contractor may request City to enter into 43 such litigation to protect the interests of City,and,in addition„the contractor may request the United 44 States to enter into such(litigation to protect the interests of"the United States. 45 46 additional Title VI requirements can be found in the Appendix, 47 7 48 SC-7.02.,"Coordination" 49 50 "The individuals or entities listed below have contracts with the City for the performance of other work at r1t 51 the Situ 52 None 53 54 SC-8.111,"Communications to Contractor" 55 None CITY OF(FORT WORTH WATER&SA N'ITARY SEWER lI' (-''I,,' ',IV7'Q"d°.41C TRAQ,T 2015 WSM C A aro,'2STANDARI Revised April to 2013 � i 007300-5 SUPPLEMENTARY CONDITIONS page 5 of 5 2 SC-9.01.,"City's Project Representative" 3 4 The following firm is a consultant to the City responsible for construction management ofthis Project: 5 None 6 7 SC-13.03C.,"Tests and Inspections" 8 None 9 10 11 SC-16.01C.I,"Methods and Procedures" 12 None 13 Ir 14 15 16 17 END OF SECTION a. P, ft IF 17 po F CITY OF FORT WORTH WA 71;R d,SA NITA R YSE WEE REPLA C.EMEN TC.ON TRA CT 2015 WSM-C Part 2S TA N DA R1 Revised April 1,,,2013 I PIP, on »/ // »« / SUMMARY orWORK _ Page /*3 | SECTION 08 1100 =� 2 SUMMARY 0FWORK 3 PART8 - GENERAL 4 8.8 SUMMARY 5 A. Section Includes: 6 \. Summary of Work tohe performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification � 8 \. None. 9 C. Related Specification Sections include, but are not necessarily limited to: m� \V |. Division 0- Bidding Requirements, Contract Forms, and Conditions o[the Contract l| 2. Division | - General Requirements 12 1,2 PRICE AND PAYMENT PROCEDURES 4= 13 A. Measurement and Payment 14 l. Work associated with this Item is considered subsidiary to the various items hid. on 15 No separate payment will he allowed for this Item. ` 16 1.3 REFERENCES [NOT USED] 17 8,4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered hy Contract Documents 79 (. Work is to include furnishing all labor, materials, and equipment, and performing w� 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 |. Any and all Work specifically governed hy documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for inthe Proposal and the item is 26 not ut�picul unit bid item included on the standard hid item list, then the item shall � . 27 he considered osusuhudiury item of Work,the cost nf which shall hc included in 28 the price hid in the Proposal for various bid items. 40 29 C. Use ofPremises � 30 |. Coordinate uses nf premises under direction ofthe City. m� 31 2. Assume full responsibility for protection and safekeeping nf materials and � 32 equipment stored nn the Site. ~ 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other riuhts-nf'way as provided for in the ordinances nf the City, usshown in the 35 Contract Documents, urusmuyh� spcui�uuJ|yuuihnr(z�dinwhtin�byt6� (�it� � . . ~ 36 u. A reasonable amount of tools, materials, and equipment for construction 37 purposes may hcstored in such space, but nn more than is necessary tnavoid 38 delay in the construction operations. CITY oF FORT WORTH wx TER*SANITARY ao/nm REPLACEMENT CONTRACT m/xWSM-c Part z STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.m^o* Revised December zo`zo/z � r 01 1100-2 Su.R1'wr4w9ARY OF WORK a"s�e 2 a:af 3 1 lam Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be desigivited to be left free and unobstructed �,yJ 3 and so as not to inconvenience occupants of adjacent property, 4 c. If the street is occupied by railroad tracks,the Works all be carried on in such 5 manner as not to interfere with the operation ofthe railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division..0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without hawing previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writmn°g by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of NR 15 obstructions which must be removed to make possible proper prosecution ofthe 16 Work as a part ofthe project construction operations, 17 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, �yaWt 18 lawns, fences,culverts,curbing,and all other types of structures or improvements, 19 to all water,sewer,and gas lines,to all conduits,overhead pole lines,or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent,to the Work. 22 5. Notify the proper representatives ofthe owners or occupants ofthe public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual,or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act,omission,neglect,or misconduct in the manner or method or 31 execution of the Work,or at any time due to defective work,mat�e°rial,or 32 equipment:. 33 6. fence 34 a. Restore all fences encountered and removed during construction of the Pr(�Ject 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place ofthe fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight,and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement,shall be subsidiary to the various items bid in the 41 project:proposal,unless a bid item is specifically provided in the proposal, u��uw "M CITY OF FORT WORTH WATER SAN 17 A R Y SEWERZ RuFPLACRr."1YENT d4.'1"AAF?NAC 2015 M-C Part 2 S°r^wNlaARD QwOad°aTRfl.crION SPECrFICA'I"I ON I)(K1RMENTS City F"rojea No.02434 Revised December 2.4.1„24112 01 1100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBM ITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] END OF SECTION 12 Revision Log ........... ........ DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH WATER&SANITARY SEW ER RL�,PZA(.LML)V7'(,'O V7R,4C7'2015 RSM.-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqjew No.02434 Revised December 20,2012 Tf 012500-1 SUBSTITUTION PROCEDURES Page I of I SECTION 01 25 00 2 SIMSTITUTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A.. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to I or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor I I c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: IF 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 Z, Division I General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General go 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references t o n ames of manufacturers and vendors,trade names,or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendors names, 34 trade names,or catalog numbers,provided said products are"or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike,discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, Ill CrrY OF FORT WORTH WATER&SAN1T4RY,,V'WFR REPIACEAMNT CONTRACT 2015 RKSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C-dy Prqject No.02434 RevisedJuly 192011 ri 012500-2 IroIIBS"I°r°rr.r`T°ION PROCEDURES RES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. y 2 1.5 SUBMITTALS 3 A. See Request for Suubsti.tution.Form(attached) 4 B. procedure for Requesting Substitution 5 l. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein ,y 8 2. Submit 3 copies of each written request for substitution,including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract.Documents 12 2) Data relating to changes in construction setredu.le,when a reduction is 13 proposed gut 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification. 17 a) Manufacturer's name t 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assi gned to original � 21 product in the Contract Documents 22 2) Manufacturer°s literature clearly marked to show compliance of proposed 23 product with Cont'rac't Documents 24 ) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited toe 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product. 35 5) Samples 36 a) provide at request of City. 32 b) Samples become the property of the City. 38 c. For construction methods: 7 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City Utz,, 43 2. City reserves the right to require proposed product to comply with color and pattern. 44 of specified product if necessary to secure design intent. 45 1 In the event the substitution is approved,the resulting cost or time reduction. 46 will be documented by Change Order in accordance with the General Conditions. MY OF FO T wCrRTH WA TER&SANITARY SEWERREPL,rR4'::X^MENT"MORA'�"2015 WSM C' an 2 S'T"rLIVT)ARD C ONS'T RI.3f::"rI:GYN SPECIF°1Iu;A'I'I(':A T1CIC"l.rliNENTS (°IINN.�n ert No,02434 Revised July 1,2011 watD�yy 1. 012500-3 SUBSTITUTION PROC.EDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion,substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] '17 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 1.3 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects V 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision 1,0 g DATE NAMF SUMMARY OF CHANGE 31 CITY OF FORT WORTH WA TER&SAN17A R YSEVER RFPIA CEMENT CONYWA CT2015 WS -C Pan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pr9jecsNo.02434 Reviwd July 1,2011 1112510-•4 51.➢BS 11"1"1.171ON PROCEDURES Page,4 of 4 1 EXHIBIT 2 REQUEST FOR SUBSTITUTION FORM: 3 4 °'1"O' 5 PROJECT: DATE:-- 6 We hereby, submit for your consideration the 'following product instead of the s'peci'fied item for � 7 the above project: SECTION PA1t.AGRA.P14 SPECIFIED:1..1'ITEM 9 !v1� 10 __ _... . ......... 11 proposed Substitution:_......................... ___...........o_._o...._......................m.. 12 Reason for Substitution:...._............_.w.._.............,_— 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 1.5 16 Fill in Blanks Below: 117 A. Will the undersigned contractor pay for changes to the building design, including engineering 1$ and detailing costs caused by the requested substitution? 19 211 ...............................,,,,,,,,,,..mm...,......... ._.� 22 B. What e'ffec't does suub�s't'i1:ut'ion have on other 1',ra�des? 23 _ __ . .., ,.. ..................................................... 24 C. Differences between proposed substitution and specified item? 25 26 7 27 D. I:: iff rences in product cost or product delivery time? 28 29 _.._. .... ........ ..... ... .. ..... ... m..,.. ,.�.. .. ,,,.._.�.. ., , 30 E. Manufacturer's guarantees of the proposed and specified iteins are: 31 32 Equal _. Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 mur iy 37 Signature._..�. . ........................Recommended _.�Recommended 38 as noted 39 40 Fi Not recommended —,Received late 41 Addl°ess _ _. By 42 bate 43 Date Remarks ? 44 Telephone 45 46 For Use by City: 47 48 _._Approved Rejected 49 City Date ���� CITY OF FC9RT OR.11-1 WA TER&,IUNJ'TARY'.SEWER ResPLAC A1'ENT C N3" Af.'7 2015 WS C„"Ilan 2 STANDARD DARD C:1':1 5'11'1t1.DC,'FIO'N SPECIFICATION 1A&:1CUMENTS Cyly Project Blau.0 434 Revised July 1,2011 f Of 31 19••1 PRECONSTRUCTION MEETING Or Page 1 Dui`3 1 SECTION 0131 19 2 P ECONST UCTION MEETING y1v 3 PART 1 - GENERAL 4 1.1 SUMMARY RP 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. (Deviations from this City of Fort Worth Standard Specification 9 1. None. rte 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0 Ridding Requirements,Contract Forms and Conditions of the Contract 12 2. Division I ...-General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bids 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 'P 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor,subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. �» 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully l 32 completing the attendance form to be circulated at the beginning of the meeting, 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project ages- 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire pia 38 to invite or the City may request CITY OF FORT WORTH WA TER&S4NI TA Arr&S"II ER PI-4CEMENT CON T',�.4CT 2015 WSM-4;°Fast z STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0�yProftallo.02434 1Reviwd August 17,2017 jt JJIJv Of 31 19-.2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other Comity representatives 2 f Others as appropriate 3 4° Construction nstruction.Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction M,eet:ing. 6 b. City will noti r Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. . Preliminary Agenda may include: � 9 a. Introduction.of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-sway,utility clearances,easements or Other pertinent pennits, 12 d° Contractor's work plan and schedule 13 e. Contract Time 14 r. Notice to Proceed. 15 g. Construction Staking � » 16 h. Progress Payments 17 i. Extra Work and mange Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 0,, Public Safety and Convenience 24 p. 13ocurnentation of Pre-Construction Conditions 25 q. Weekend Work Notification »t, 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space]Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. ]Early Warning Systenn 34 y. Contractor Evaluation 35 z. Special Conditions applicahle to the project � 36 aa. Dom rages Clairns 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence routing 40 ee. record Drawings 41 f. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedlures 43 hh. Final Acceptance 44 iim Final Payment 45 Questions or Comments 11T OF FC9tT°r wC9R°➢H W9rAT'Ns'rac&SUNIIARk'SEWF,"R REPIA(.EMEMa!""l"CON TRA1;°T 2015 WSe9vd.q",Part 2 � STANDARD C&;.D1N9STRL.IQ`TIIONS SPECIFICATION I1G)CLdMENTS City 1'r9jecs No.02434 Revised August II 7,2012 m�piul4lk, r 0131 I9-3 PREVONSTRUCTION 1WEE."TING Page 3 of 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACT ION SUBMITTALSA NFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOur SUBMITTALS [NOT tJSED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 5 1.9 OtJALFTY ASSURANCE INOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING, [,NOT USED] 7 111 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY INOT USED] r IMP 9 PART 2- PRODUCTS INOT USED] M PART 3- EXECUTION [NOT t.JSED] END OF SECTION 12 Revision Log DATE NAME SI.JMMARY OF CHANGE ............. 13 lid ClW OF FORTWORT11 WA TI.,.,'[?&V NITA R Y SE WI!,,R REPLA CE UrN TCO M,7X4 "T 2015 WSM-C Part 2 STANDA RID CONS'MUCTIOIN M 'IFICATION]DOCUMENT' City Projectho,02434 Revised Aupust 17,2012 Fly 013120-1 Fags Z of 3 I SECTION 013120 2 PRC1JEC"1"MI,1 l"lCiS 3 PAT1® GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of potential problems 9 B. Deviations this City of port Worth Standard Specification 10 1. None. 11 C. Related.Specification Sections include,but are not necessarily limited tom 12 1. Division 0—Bidding Requirements, Contract porrns and Conditions of the Contract r 13 2. Division 1 -General Recluirernents 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule,attend d administer specified,periodic progress meetings,and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor,subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents.. 25 1 Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained.by City for 27 future reference. 28 4. Meetings,in addition to those specified in this Section,may be held when requested. + 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement:,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents tom 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions u� 35 2. Meeting location 36 a. location of meeting to be detennined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORTWORTH WA TER a4. NI'1~°.�RYSEW.1R REPLACEMENT f",ON'Y'RA('"'S"2015 M�."Pare 2 STANDARD("ONS'r1d'llf,'`TION SPECIFICATION DOC cDC'+AEINTS City Prgject No,02434 Revised July 1,2011 � fY 013120-2 PROJECT h4l"FrINGS Rage,2 of 2 1 b,. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting;will occur within the 2 weeks follow ing 5 the pre-construction conference. 6 bm In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination tn7eet:inn s will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be co'nduct'ed on an as- 11 nn.eeded basis, Such additional'meetings shall include,but not be limited tan: 12 am Coordinating shutdowns 13 b. Installation of piping and equipment 14 c„ Coordination between,other construction'prgject:s 15 dA Resolution of construction issues 16 e. Equipment apps°oval 17 3. The Project Representative will preside at progress nneetinf s„prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by ° 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 40 Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c,. Any subcontractor or supplier representatives whom the Contractor may desire AR 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives �r 28 f Others, as requested by the Project Represrmtative 29 5. Prefirninary Agenda may include: 30 au Review of Work progress since previous meeting 31 bo Field observations,problems,conflicts 32 c,. Items which impede construction schedule 33 du Review of off-site fabrication,delivery schedules 34 eu review of°construction interfacing and sequencing requirements with other ��mS 35 construction contracts 36 fe Corrective measures and procedures to regain projected schedule 37 , . Revisions to construction schedule 38 hW Progress,schedule,during succeeding Work period 39 L Coordination of schedules 40 j. Review submittal schedules ) 41 la:. Maintenance of quality standards 42 L Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on co'nstructio'n schedule and on completion date 45 2) Effect on other contracts of the Project 46 ne Review Record Documents 47 oo Review monthly pay request N,Uy 48 pA Review status of Requests for Information CITY OF I'a 10'WORTH nrfrnTV?&SA NITA MIKE WER ta'FPLAC"F rr o"�""ITON2RAC,201 s A4 a""Pail 2 S r'�aN /4.n C„°,a��'SI' V.CC:""r°t(:I'N n��EXAF ra.:"a�4°rla�N D(X1IMENTS e"UY�'rrrject Nix.02434 Revise n July 1,2010 �mroiwA 013120-3 PROJECT MEETINGS Page 3 of 3 1 6., 1"a 2 a. Pro,gress meetings will be held periodically as delennined by the 11ro.ject 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City. 6 b) Engineer 7 c), Contraclor 8 7. Meeting Location 9 a. The City will establish a ineefing location,, 10 1) To the extent practicable, ineetings will be field at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMA,riONAI..,SUBMITTALS [NOT USED) 13 1®7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED1 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED1 17 1.11 FIELD ISITE1 CONDITIONS [NOT USED1 18 1.12 WARRAN TY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision 1:..109 lj D A TE NAMF WMMARN"OF CIIANGE ................. 23 CITY OF FORT WORTH WA TER&,SAN1TARYVW1,7R REPLA CEMEN TCONMACT 2015 WSM.-C Part 2 nJ STANDARD CONSTRIX7110N SPECIFICATION D0(1 MEN]S 00p Project No,02434 Revised July 1,20 01 32 16-1 CONSTR(A."I"ION PROGRESS SCHEDULE Nty Page I of'5 I SECTION 0132 16 2 CONSTRUCTION PROGRESS SCIIEDUL,F' P, 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes- 6 1. General requirements for the preparation, submittal, updating, status reporting and "7 management of the ConStrUCtiol.l Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth ScIledule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification I. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0 - Bidding Requirements,Contract Forins and Conditions of the Contract 14 2. Division I —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and payment 17 I. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 proJects 24 b. Tier 2 -No schedule submittal required by contract,but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3- "schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects,including all bond program 28 projects 29 d. Tier 4- Schedule submittal required by contract as described in the 30 Specification and herein.Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5- Schedule Submittal required by contract as described in the IF" 34 Specification and herein.Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule- Initial Schedule submitted before work begins that will serve 38 as the baseline for inewsuring progress and departures from the schedule,. 39 3. Progress Schedule- Monthly submittal of a progress schedule docuilienting 'r 40 progress on the project and any changes anticipated, CITY OF FORT WORTH WA TFR&,U7617AR YSEWER R.hPIA CITAIENTCONTRA CT 2015 WSM-C Pard 2 STANDARD C'ONS'TRUCTION SPECIFICATION M.)CUMENTS City Prqject No.02434 Revs July 1,201 1 Of 32 16..2 CONSTRUCTION PROGRESS SCHEDULE' PV-2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes,expected delays,key schedule issues,critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule IT 7 1. General "T 8 a. Prepare a cost-loaded baseline Schedule in approved software and the 9 Critical Path Method(C TM)as required in the City of Fort Worth Schedule 10 Guidance Document, I I K Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be perforrned and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document, 19 2. Prepare the Schedule Narrative to accompany the monthly pro Tess Schedule. 20 3. Change Orders 21 as incorporate approved change orders,result ing in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Conipliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met,or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City yr 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A.written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift,shifts per day,working 37 days per week,the amount of construction equipment, or any combination 38 of the foregoing,sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities,and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades),equipment and work schedule(overtime,weekend and holiday 44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered, MY OF FORT WORTH WA TIER&SANTIA R Y,SF WFR REPI A CEMENT CON M CT201 5 W"S'U.-C Parl 2 STANDARD CONSTRUcrJON SPECIFICAIJON E2 UMENI's CWY Project Na 02434 Revised My 1,2011 7 �u)Tiu 013216-.3 CONSTRUCTION PROGRESS SCHEDULE O Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. IM 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions i`o° 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 ) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change t erein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time,it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate r� 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which �w 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 3 ) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 8� 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates,and the City shall have the 46 right to reserve*,and apportion float time according to the needs of the project. 7 CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONM CT 2015 WS C Rae?2 STANDARD CONSTRUCTION ION SPECIFICATION DOCUMENTS City Project No.02434 Revised July 1,2011 I' 0132 16-4 CONSTRU(:"HON PROGRESS SCHEDULE Page 4 of 5 I c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules, 12 2. in case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. ON 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered Justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as require(] in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 7 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31. 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Accel-Aance has been issued by the 39 City,no further progress schedules are required. CrFY OF FORT WORTH WATER&SANITARY SEWER REPLACLMENT CONTIUCT 2015 WSM-C Part 2 SIANDARD CONSTRUCTION SPLCIFICATION DOCUMENT'S Cid ,y Project No.01.434 Revised July 1,2011 7 Of 32 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 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 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] Erin 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH WATER&SAN/TARP SEWER REPLA CEMENT CONTRA CT 2015 WSM-C Bard 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 % Revised July 1,2011 r Of 32 33-1 PRECONSTRUCTION VII?EO 1 Page IoP2 1 SECTION 0132 33 FrI 2 PRECONSTRUCTION VIDEO it 3 PART 1 - GENERAL 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: I 1 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Mork associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video j f 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the Preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2t 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] I 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRA CT 2015 BISM-C°Par#2 STANDARD CONSTRUCTION SPECIFICATIODN DOCUMENTS City Project Aso.02434 Revised July 1,2011 Of 3233-2 PRECONSTRUCTION VIDEO IiSy Page 2 of 2 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE .......... CITY OF FORT WORTH WATER&SANTIA R Y SE WE,R RE PLA CEMEN T CO lVTRA CT 208 5 WSM-c Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS. City Prqj�cl No.02434 Revised Ady 1,2011 mpr � m o/ 000' ) omwnTAu �~ Page /mx � r \ SECTION 0I3388 2 SUBMITTALS � = 3 PART I - GENERAL � � 4 1,1 SUMMARY == 5 A. Section Includes: � � 6 |. General methods and requirements nf submissions applicable to the following 7 Work-related submittals: X u Shop Drawings � 9 b. Product Data(including Standard Product List Submittals) |O c. Samples || d. Mock Ups � 12 B. Deviations from this City ofFort Worth Standard Specification 13 |. None. 14 C. Bc|utcd Specification Sections include, but are not necessarily limited to: r 15 |. Division 0—Bidding Requirements, Contract Forms and Conditions mf the Contract 16 I Division | —General Requirements � 17 1.2 PRICE AND PAYMENT PROCEDURES � 18 A. Measurement and Payment � 19 l. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will bc allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS ~� 23 A. Coordination � 24 |. Notify the City in writing, o1 the time of submittal, mf any deviations inthe 25 submittals from the requirements nf the Contract Documents. ~� 26 2. Coordination mf Submittal Times � 27 u. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b� Contractor is responsible such that the installation will not be delayed by � 31 processing times including, but not limited to: 32 a) Disapproval undreaubmittu (if required) ~� 33 b) Coordination with other submittals . 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 O Delivery 38 e) Similar sequenced activities 39 c. Nm extension of time will bc authorized because of the Contractor's failure 1m ~� 40 transmit submittals sufficiently in advance mf the Work. CITY np FORT WORTH /*x TER*SANITARY SEWER REPLACEMENT CONTRACT zo/5wow-c Part z STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ov Project No.oz43* Revised December oo.00/o � 0113300••2 SUBMII-TALS Page 2 of'8 I d. Make submittals promptly in accordance with approved schedule,and in such 2 sequence as to cause no delay in the Work or in the work of any other MY, 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samiplles,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z,indicating the resubmission of the same dirawing(i.e. 11 A=2nd Submission,B=3rd submission, 0=4th submission,etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 yi 16 1) 03 30 00 is the Specification,Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples, including those by "01, 22 subcontractors,prior to submission to determine and verif.�r the 11ollowing: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documen,ts 27 1 Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal,I hereby represent that I have detennined and verified 33 field measurements,field construction criteria,materials,dimensions, 34 catalog numbers and similar data and I have checked and coordinated each opq 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 1/2 inches x I I inches to 8 Y;,,inches x I I inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet IMNO 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Coritents 44 c. Product Data/Shop Drawings/Sarriples/Calculations 45 E. Submittal Content 46 L. The date of submission and the dates of any pr evious submissions CITY 01'FORT WORTH WA TFR&,SANITARY SFWER RUIACEMEMI"CONM4CT2015 WSM-C Part 2 A"" srANDARD CONSTRUC710N SPECIFICA110N DOCUMENTS C tyPrqject No.02434 Reviwd December 20,2012 PFPM, 01 33 00­3 SUBMITTALS pa Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of. 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as AST M or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1 As specified in individual Work Sections includes,but is not necessarily limited to: PIP 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled infon-nation 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications rl 27 i. As applicable tote Work 1� 28 2. Details 29 a. Relation oft e various parts to the main members and lines of the structure OF 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. OPP 36 2. For submittals of product data for products not included on the City's Standard 37 Product List,submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as plt 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) ufacturer®s printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs C11"Y OF FORT WORTH WATER&SANHARYSE"WE'R REPLACEMMTCONTRACT2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cie ,y Prqject No.02434 Revised December 20,2012 1 01 33(X)-4 SU.NaaMlITTA L Pa?a^4 of 8 1 7) Standard wiring diararns 2 8) Printed performance curves and operational-range diagrams 3 9) production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and mnainte nrance instructions and recommended 6 spare-parts listing and printed product warranties � r 7 12) As applicable to the Work 8 H. Sarnples } 1 As specified in individual Sections, include,but are not necessarily limited to. 10 a. Physical examples of the Work such as: I 1 1) Sections of manufacture([or fabricated Work. 12 2) Small cuts or containers of materials 13 3) Corrnplete units of repetitively used products color/te tu�re/patt��n.'t swatches 14 and range sets 15 4) Specimens for coordination of visual effect 1" 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing,as applicable to the Work 13 1. Do not start Work requiring a shop drawing,saa le or product data nor miy,material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction, accoinaplished 21 which does not conform to approved shop drawings and data is at the C:,ontractor®s 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 1 Complete project Work,materials,fabrication,and installations in conforannance 26 with approved shop drawings,applicable sarnple ,and product data. 27 J. Submittal Distribution 23 1. Electronic Distribution 23 a. Confirm development of project directory for electronic submittals to be 30 uploaded to City's Bu saw site,or arcuaather external FT P site approved by the 31 city. 32 b. Shop Drawings 3 1) Upload submittal to designated,project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) if Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project direcat:omy and riotif appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) K'rq"1d'OF FOrt°r i&'C9RTH WRT".�R&SAN1'7'AAYY SEWER REN&:EMENT CONTRACT 2915 WSA—C Part 2 STANDARD q�a^��a ��mmaa�����:UUq�q�rSY''[3�,IIr�rG"wAw"q"gi�"kU�9:aQagn;U��fiU�U�'r"S U;"Atga�XNM°a#ea°�1Uavo024.�*6 VIP 01 3300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals ry� 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings,data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors,including details, 26 dimensions, and materials 27 c. Approving departures from details fumished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings,samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. " 32 a. All risks of error and omission are assumed by the Contractor,and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the qy 35 Work with all other associated work and trades,for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings,data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "N®EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH WA TER&SANITARY SF.WF.'R REPLA CEMENT CONM CT 2015 M C I'arz 2 0) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projece No.01434 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED"., This code is assigned when a cons nation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equiptnent or material for Manufacture; 4 however,all notations,and comments must be incorporated into the 5 final product. 'Nip) 6 c. Code 3 7 1) "EXCEPTIONS NOTHYRESUBMIT", This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the pacluage. 10 a) The Contractor may release the equipinent or Material for manuf�ctlirc; 11 however,all notations and COIJIMent 'S must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comirients, omissions and 14 non-confbrrning items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 41011 16 the date of the City's transmittal requiring the resubt-nittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using 23 to meet the Contract Documets. a different manufacturer/vendor n 24 6. Resubinittals 25 a. Handled in the same manner as first submittals Om, 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City�`s 30 expense. 31 1) All subsequent reviews will be performed at times convenient:to the City 32 and at the Contractor's expense,based on the Cit y's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than I resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review subrnittals deemed partial,at the City"s 41 discretion. 42 b. Submittals deemed by the City to be riot complete will be returned to the 43 Contractor,and will be considered"Not Approved""until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete, 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof t o t he City at least 7 Calendar Days prior to release for WI 49 manufacture. 01'Y 0 F0 r WORTH WA TLY?&SANITARY,WFWV?REI)LA(,"L,MEN?'(.-,'ON?'RAC7'2015 HSM-C Pare 2 STANDARD CONSIRUC710N SPEXAFICATION WCUMENTS Ch Projec-1 No,02434 Y Rev� December 20,20112 o 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further Ilia 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1, Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of or to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications IP I1 1. If specifically required in other Sections of these Specifications,submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number,"...xxx", beginning with x`01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH WATER&SANITAR Y SEWER PLACEMENT CONTRA CT 2015 WSMC Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cay Project No.02434 Revised December 20,2012 CAD 3300-8 SUBMVITALS Page 8 of 8 I PART 2® PRODUCTS INOT USED] 2 PART 3® EXECUTION [NOT USED] 7z 3 END OF SECTION 4 Revision Log .......... ............ DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1,4,K,8,Working Days modified to Calendar Days 5 op CITY OF FORT WOKIII WATER&MBARYSEWER REPIACEA&AFT CONTRACT 201.5 NSM-C P art 2 STANDARD CONSTR1.b'C71014 SPECIFICATION 000 MENI'S City Ppoject No,02434 Revised DecernbcT 20.,2012 am o/ oo / SPECIAL PROJECT PROCEDURES �= Page /ao � | SECTION 0135 13 M 2 SPECIAL PROJECT PROCEDURES am 4 PARTl - GENERAL 5 /.l SUMMARY on � 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes,but is not limited to: w� X a. Coordination with the Texas Department ofTransportation � 9 6. Work near High Voltage Lines lO c. Confined Space Entry Program l| d. Air Pollution Watch Days � 12 c. Use of Explosives, Drop Weight, Etc. 13 [ Water Department Notification 14 &. Public Notification Prior tu Beginning Construction =� 15 h. Coordination with United States/\nny Corps ofEngineers � r 16 i. Coordination within Railroad permits areas 17 Dust Control |X k. Employee Parking * 19 i Coordination with North Central Texas Council of Governments Clean 30 Construction Specification 21 Q. Deviations from this City of Fort Worth Standard Specification 0 - 22 1. None. 23 C. Related Specification Sections include,but are not necessarily limited to: � � 24 |. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division | —GencraJ Requirements 26 3. Section 33 \2J5—Connection to Existing Water Mains « 27 1,2 PRICE AND PAYMENT PROCEDURES w� 28 A. Measurement and Payment « 29 |. Coordination within Railroad permit areas 30 a. Measurement m� ]\ |) Measurement for this Item will beby lump sum. � 32 b. Payment 33 |) The work performed and materials furnished in accordance with this Item 34 will be paid for u1the lump sum price bid for Railroad Coordination. 9" 35 o. The price bid shall include: 36 1) Mobilization 37 2) Inspection so ]X 3) Safety training 39 4) Additional Insurance 40 5) Insurance Certificates Wa � CITY OF FORT WORTH WA TER aSAmmxrSEIVER REPLACEMENT CONTRACT 20oWSM-C Part 2 as STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.m43w Revised December zo.zo|z as Carl 35 13-2 SPECIAL PROJECT b"ROC"C:DI.RFS Page 2 of 8 1. 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and ro 3 property of the Railroad from daina.g e arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen t 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad f^la lmei'u are present at the 1 I Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagnien 15 ) Other requirements associated with Railroad. Wo 16 3. All other items 17 a. Work associiated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard pu.iblished at the time of the latest revision date logged at the end of this 23 Specification,unless a date is specifically cited. 24 2. Health and Safety Code,Title 9.Safety,Subtitle A.Public Safety,Chapter 752. 25 High Voltage overhead Lines. 6 3. North Central Texas Council of Governments(NCT(';OG)--Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas DepaAment of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department'of IItransportation(T J'T`); 32 a. Notify the Texas Department of Transportation prior to cornmencing any work 33 therein in accordance with the provisions of the permit 34 b. All work perfbrmed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near i Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines(more than 600 volts measured between 40 conductors or between a conductor and the ground)shall be in accordance with 41 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet ofhigh voltage lines will require the following; 45 safety features Crrr.Y OF FORT WORT14 WA TIER&SAVX`XA Y'SEWER PXE PLA'C'E"WNT CONTRA(.-,'T 2015 WSW C"Parl.2 STANDARD CONSTRUCTION SPECIFICATION rX.)C;JJMF.NTS (7tyFlrojereNo.02434 ' Revised December 20,2012 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Insulating cage-type of guard about the boom or arm 2 b. Insulator links on the lift hook connections for back hoes or dippers 3 c. Equipment must meet the safety requirements as set forth by OSHA and the 4 safety requirements of the owner of the high voltage lines 5 4. Work within 6 feet of high voltage electric lines 6 a. Notification shall be given to: 7 1) The power company (example: ONCOR) 8 a) Maintain an accurate log of all such calls to power company and record 9 action taken in each case. 10 b. Coordination with power company I l 1) After notification coordinate with the power company to: 12 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 13 lower the lines 14 c. No personnel may work within 6 feet of high voltage line before the above 15 requirements have been met. 16 C. Confined Space Entry Program 17 1. Provide and follow approved Confined Space Entry Program in accordance with 18 OSHA requirements. 19 2. Confined Spaces include: 20 a. Manholes 21 b. All other confined spaces in accordance with OSHA's Permit Required for 22 Confined Spaces 23 D. Air Pollution Watch Days 24 1. General 25 a. Observe the following guidelines relating to working on City construction sites 26 on days designated as"AIR POLLUTION WATCH DAYS" 27 b. Typical Ozone Season ab 28 1) May 1 through October 31. 29 c. Critical Emission Time 30 1) 6:00 a.m.to 10:00 a.m. 31 2. Watch Days 32 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 33 with the National Weather Service, will issue the Air Pollution Watch by 3:00 34 p.m. on the afternoon prior to the WATCH day. 35 b. Requirements 36 1) Begin work after 10:00 a.m. whenever construction phasing requires the 37 use of motorized equipment for periods in excess of I hour. 38 2) However,the Contractor may begin work prior to 10:00 a.m. if: 39 a) Use of motorized equipment is less than 1 hour, or 40 b) If equipment is new and certified by EPA as "Low Emitting", or 41 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 42 alternative fuels such as CNG. 43 E. TCEQ Air Permit 44 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 45 F. Use of Explosives, Drop Weight,Etc. 46 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Parr 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised December 20,2012 go l 0135 U3-4 SPECIAL PROJECT Y'kUd1Q.;f DU RFS m IJyf9Y Page 4 of S 1 ao Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 3 prior to commencing, 4 2) Minimum 24 hour public notification in accordance with Section 01 31 13 5 G. Water Department Coordination 6 1. During the constructionu of this project,it will be necessary to deactivate, for a 7 period of time,existing lines, The Contractor shall be required to coordinate with 8 the Water Department:to determine the best times for deactivating and activating � 9 those lines, 10 2e Coordinate any event that will require connecting to or the operation of an existing 11 City water line system with the City's representative. wpl 12 a, ("oordination shall be in accordance with Section 33 12 25. 13 bo If needed,obtain a hydrant water meter from the Water Depa;rtsrlent for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live systems be turned off and on 16 to accommodate the construction of the project is required,coordinate this l 7 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system, 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7,Chapter 28,03 (Criminal Mischief)and the Contractor 21 will be prosecuted tot the full extent of the law. u 22 ) In addition,the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1 e Prior to beginning construction on any block in the project, on a block by block 26 basis,prepare and deliver a notice or flyer of the pending constructions to the front 27 door of each residence or business that will be impacted by constm,uction.. The notice w» 28 shall be prepared as follows: 29 a, Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor's letterhead and include the following 32 inforination. 33 a) Name of.Project 34 b) City Project No(CI'N) � 35 c) Scope of Project(i.e.type of construction activity) 36 ) Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and pllsone number 39 g) City's after-hours phone number 40 2) A.sample of the`pre-construction notification' flyer is attached as Exhibit, 41 A. e) 42 3) Submit schedule showing the construction start finish time for each 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution, mar 45 bm No construction will be allowed to begin on any block until t the flyer is 46 delivered to all residents of the block. 47 h Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT V1(3U8TH WA TER&, WFARY.SGWER REd'dACdaMEWT CONTRA CT 201 s W;'SA-C Part 2 0" STANDARD 4::CJ1*S Q1RU.dC°ION SPECIFICATION DOCUMENT'S City Project No.02434 Revised December 20,2012 V 01 35 11..5 SPECIAL PROJF(,-r PROCEDURES Page 5 of 8 I I. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction, prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2, Prepared notice as follows: 5 am The notification or flyer shall be posted 24 hours prior to the temporary n3r 6 interruption. 7 b, Prepare flyer on the contractors letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 ) Name of the contractors foreman and phone number t 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit E. 17 d, Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed, 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses.. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. y,�Wt 23 J. Coordination with United States Army Corps of Engineers(USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required,meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required,meet all requirements set forth in each designated 30 railroad permit. 'Phis includes,but is not limited to,provisions fore 31 a, Flagmen 32 b, Inspectors 33 c. Safety training, 34 d. Additional insurance ' 35 e. Insurance certificates 36 f, Other employees required to protect the right-of-way and property oft the 37 Railroad Company from damage arising,out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroads 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site, 45 L. Bust Control 6 1, Use acceptable measures to control dust at the Site. 47 a, If water is used to control dust,capture and properly dispose of waste water, CITY OF FOR`i'WORTI-[ WATER&SAAM17:4RY SEWER RFPZA CEME"1Yr arced'RACT 2015 WSM C("eayl 2 �.= lylr' S°1ff4.Nr9ARI)COIVS"rRflJC'°t"➢OtR S)1gpvCGFIlCpo."r4CDTV DOCUMENTS CmtylNa"qrtace fax.02434 Revised December 20,2012 i 0135 13-6 SPECIAL PR.OJE(.,r PROCEDUIU.S Page 6 of 8 I b. If wet saw cutting is performed,capture and properly dispose of slurry. 2 M. Ernployee Parking 3 1. Provide parking for employees at locations approved by the City. 4 N. (Coordination with North Central Texas Council of Govenurients(N. c co(.i)Clean 5 Construction Specification [if required for the project--verify with City] 6 1. Comply with equipment,operational,reporting and enforcement requirements set 7 forth in NCTCOG's Clean Construction Specification.) 8 1.5 SUBMITTALS [NOT USED[ 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11411 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 END OF SECTION 19 Revision Log ..........— DATE NAME SUMMARY OF CHANGE 1.4.13 Added requirement of compliance with Health and Safety Code,Title 9 8131/2012 1D.Johnson Sa&ty,Subtitle A,Public Safety,Chapter 752.High Voltage Overhead Lines, IAA—Added Contractor responsibility for obtaining a TCEQ Air Permit .......... -J 20 010 7 7 CITY OF FORT WORTH WA TER&SANITARY Sk,WER IMPLAUMENT(70NTRA CT 2015 KSM-C Part 2 Omit STANDAYU)CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised December 20,2012 0135 13-'7 SPECIAL PROJECT PR(KEDURES Page of 8 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 02434 9 Project Name: WATER & SANITARY SEWER REPLACEMENT CONTRACT 2015 10 WSM-C Part 2 11 Mapsco Location: 12 Limits of Construction: 13 14 Ak AMM r 15 16 17 "M 18 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT ig WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 20 PROPERTY. 21 AM 22 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 23 OF THIS NOTICE. 24 25 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 26 ISSUE, PLEASE CALL: 27 28 29 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO> 30 31 OR 32 33 Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> 34 35 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 36 37 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 38 71, CITY OF FORT OR T47A TFR&SANITA RY SFWER REPLACEMEWT CONMACT2015 WSM-C Parl 2 STANDARD CONSTRUM- ON SPECIFICATION MCUMENTS City Project No,02434 Revised December 20,2012 01 35 13•.•8 SPECIAI.,PROJECF PROCEDURI,"S Page 8 of 8 EXHIBIT B FORTWORTH Dulw DOE no.xxxx Project name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: burg MIL .-AT......................... (CONTRA(7TORS SMPERINTENDENT) (TELEPHONE NUMBER) uiY OR R. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE THANK YOU, _*CONTRACTOR ... ............... CITY OF FORT WORTH WA TFR&MN17AR YSCWhR RFPL4 CT 2015 WS C."Part,2 STANDARD C'0NSTR1X:,`Tl0N SPECIFICATION D003MENT S (7ity Aviect No.02434 Revised December 20,X112 014523...1 TESTING AND INSPECTION SERVICES "I Page I of 2 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART 1® GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forrns and Conditions of the Contract 11 2. Division I —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for perfonning and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 117 27 A. Testing i 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City, sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 1pl�, 36 1) Confi rin development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site,or another external FTP site approved by 38 the City. nN CITY OF FORT WORTH WATER&SA NITA R Y SEWER "PLACEMENT CONTR,4 CT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated prgject directory and notify appropriate 2 City representatives via email of submittal posting, 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic dist-ribution) 6 1) Tests perf6rruned by City � 7 a) Distribute 1 hard copy to the Contractor 8 2) '°rests performed by the Contractor 9 a Distribtute 3 hard copies to City's Project Representative tt� 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 10111 13 b. Date of delivery 14 cA Material delivered 15 B. Inspection " ! 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. t 18 1.5 SUBMITTALS [NOT C1SED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] ` 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 DUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 m PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 sr Revision 1..A.) DATE NAMF SI]MMARY OF C liANCiE 30 CITY OF FORT WORTH AVAT ER&SANFrARY SE WER 1011LA'CE" 'ENT COMMA CT 2015 a A2 C Part 2 STANDARD CONSTRUCTION SPEC I IC'A.'N'IONd D XJ.JMENTS C49y Project No.02434 Revised July 3,2011 an o1mm'/ /+mmmm'FACILITIES AND CONTROLS Page I of 4 | SECTION @l500@ 2 TEMPORARY FACILITIES AND CONTROLS m� 3 PARTl - GENERAL 4 1.1 SUMMARY am 5 A. Section Includes: 6 |. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: FM 8 o. Temporary utilities 9 b. Sanitary facilities to c. Storage Sheds and Buildings WS || d. Dust control � 12 e. Temporary fencing uf the construction site 13 Q. Deviations from this City uf Fort Worth Standard Specification 14 |. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 l. Division 0—Bidding Requirements, Contract Forms and Conditions ofthe Contract 17 2. Division l —General Requirements 18 1,2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 l. Work associated with this Item is considered subsidiary to the various Items bid. 21 YVu separate payment will he allowed for this Item. 22 1,3 REFERENCES [NOT USED] 23 1,4 ADMINISTRATIVE REQUIREMENTS � 24 A. Temporary Utilities 25 |. Obtaining Temporary Service �= 26 a. Make arrangements with utility service companies for temporary services, 27 h. Abide hy rules and regulations uf utility service companies orauthorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final �= 30 Acceptance. J| |) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion,testing and initial operation ofWork. w� 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to he 35 performed and for specified tests ufpiping, equipment, devices ur other use as 36 required for the completion of the Work. 37 h. Provide and maintain adequate supply u[potable water for domestic 38 consumption by Contractor personnel and City's Project 8epresentatives. 39 c. Coordination 40 |) Contact City | week before water for construction isdesired CITY up FORT WORTH ow TER azu^ozxxrxxwso REPLACEMENT CONTRACT zo/5wam-c Part z �� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.v»vy Revised July 1,2011 01 5000-2 7;"F:M&"ORARY FAC;]iT.l°'I EIS AND CONTROLS � Pa?e 2 of 4 1 d. Contractor Payment for Construction Mater 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. EI'lectricity and Lighting 5 a. Provide and pay for electric powered service as required for Work,including oa 6 testing of Work, 7 1) Provide power for lighting,,operation of equipment,or other use. 8 b. Electric power service includes tem'po'rary power service or generator to � t 9 rnaintain operations during scheduled shutdown. 10 4, Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel. 12 and others per'f6rminp work or furnishing services at Site. 13 5. Temporary Heat and"V'entil.ation. 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working;conditions, 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2, Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project, 27 4. Remove facilities at completion of Prospect JOa 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor ° 5 30 above grcnund level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and'inventory. 36 4. Equip building with lockable doors and lighting,and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified.manu'l'acturers,, 39 5. Pill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance,, 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documentsy. 45 E. Dust Control CITY OF FORT WORTH WA TER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM C Part 2 sTANDARD CONSTRUCTION SP CnFTCATION D(X,'U.7Ml°;L'TS City Frojec¢.IVo.0244 Revised July I,,,2011 01 50 00-3 TEMPORARY FACILITIES AND CONTROLS Page 3 o 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a, Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction PON 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to Weather. 17 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] /[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] ? 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH WATER&SANITARY SEWER RE°PI 4C'EMENT"CONTRA CT 2015 WSM C Part 2 y� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project IVs.02434 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND C°CONTr OLS Page 4 of 4 1 10 Remove all tennporwy facilities and restore area after completion of the Work.,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 7 3 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION " 7 Revision Lo � DATE NAME SUMMARY OF C1-1ANG �u 8 imam 2 �m s,�yiW CITY OF FORT WORTH WA &SANITARY SFWOER f8EPIAC"1"MENT C°CT1VMA'C°T 2015 M-C Part 2 STANDARD C ONSTR[XC'rTON sP'F^C,TIC°A'rI(M DOCUMENTS C'agy f'rojecd No.024.34 Revised July I,2011 Of 5526-1 STREET USE PERMIT AND MODIFICATIONS TOT FFIC CONTROL lop Page I of 3 SECTION 0155 26 Vo 2 STREET USE PERMIT AND MODIFICATIONS TOT FFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 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 I —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 standard 23 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 IWyUi 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic IMP 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 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH WATER&SANITAR Y SEWER REPLA CFMENT CONTRA CT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqjece No.02434 Revised July 1,2011 015526.n2 S fT J S aEtMFF AND A� Srr�IC fq�NS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a mininiumn of 5 working,days for permit review. 2 2) Contractor's responsibility to coordinate review ofTra.ffi�c Control plans s for 3 Street Use Permit,such that construction is not delayed. 4 C. Miodifacaution.to Approved Traffic Control 5 1. Prior to installlat:ion traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. � 2) Allow aruininnum 5 working days for review of revised Traffic Control. 10 3) It is the C,oritractunr's responsibility to coordinate review of°Iraffic Control[ 11 plans for Street Use Permit,such that construction is not delayed. J 12 Ile Removal of Street Sign. 13 1. If it is determined that a street sign must be ren:noved for construction,then contact 14 City Transportation and Public Works IX-paartment, Signs and Markings Division to 15 remove the signs 16 E. TerNrnpnorary Si na e 17 1. In the case of rc ulautory signs,replace pnermri.anent sign with temporary sign.meeting Is requirennent:s of the latest edition of the Teas Manual on Uniform Traffic Control 19 Devices( Y"1i"C D)). 20 2. Install temporary sign before the removal of paernnanent sign.. �ar% 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. � 24 F. Traffic Control. `standards 25 1. Traffic Control Standards can be found on the City's Bu saw website. 26 1.5 SUBMITTALS [NOT USED) 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOI:T SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS S [NOT USED] ;n 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] ^ r 34 PART 2® PRODUCTS [NOT USED] OR 35 PART 3® EXECUTION [NOT USED] 36 END OF SECTION MY OF FORT WORT I WATER&ANITA R Y Sav&NF'R REPLA CWA,fEN CD N TRA S."T 2015 WSh9-C, ant STANDARD CG NSI'Ra.yG:"11 llON SJ1EX1F`1(7A r1.QJN EX)(71JI NE'S C'ify Project No,,,02434 ftvi-wd July 1,2011 io�lW1W! 015526..3 STREET USE'PERMIT AND MODIF f(WHONSTOTRAFFIC CONTROL Page 3 of'3 Revision Log ........... DATE NAME St JMMARY OF CHANGE 2 11 OF rp Y Alp crry OF FORT WORTH WA 7,1�,,R&5 4NITARYSrIVER Rl,,'IILAC'EAII,,'�VI'C'OA�'7RAC'7'2015 KSM C Pan 2 OR STANDARD CONSTRUCTION SPI�,,CIFICATION DC)CUMENTS Cify Prqecf No.02434 Revi.wd July 1,2011 0157 13- 1 STORM WATER POLLUTION PREVENTION 7 Page I of 3 1 SECTION 0157 13 7 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division I ----General Requirements 13 1 Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than I acre of disturbance 17 a. or associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than I acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination:NOT 25 3. to Water Pollution Prevention Plan: WPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH WATER&,SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Part 2 In STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02434 Revised July 1,2011 015713-2 STORM WATER POLLUTION N'}LJ::^; ENTION Page 2 of 3 1 B. ("onstruction Activities resulting in: 2 1. loess than 1 acre of disturbance 3 a. Provide erosion.and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance4 6 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 7 Permit is r.4equired. 8 b. Complete SWPPP in accordance with TCEQ CEt requirements 9 1) 'rCEQ Small Construction Site Notice Required udder general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preco'nstr'uction Meeting,send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division,(817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section.31 25 00 17 b) The Drawings 18 c) TXR 150000 General Permit I� 19 d) SWPPP 20 e) TCEQ requirements 21 1 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(T"PDES)General Construction. 23 Permit is rewired. 24 b. complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to N I 30 3) Provide erosion and sediment control in accordance with; 31 a) Section 3125 00 32 b) The Drawings 33 c) TX 150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 Tc.EQ have been met a TCEQ Notice of'rcnnination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP slwy,; 42 1. Submit in accordance with Section 01 33 00,except as stated herein. 43 a. Prior to the Precons'tr'uction Meeting,submit a draft copy of SWPPP to the City rf 44 as follows 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Wore;,,Environmental Division for review CITY OF FORT WORTH WATER&AN17A4'CI',sEWE'7d R1:o"f'I tfiCEMENT CONVU C T 2015 WS -C fan 2 mil, STANDARD CONSTRUCTION SPECIFICATION DO(..'r CMriNTS 0y Prqjea No.02434 Revised July 1,2011 PIV 06 713-:3 STORM WATER POLLUTION I�REVIE NTION Rage:3 of 3 I B. 1!odi lied.SWIIIPP L. If the SWPPP is reprised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 0133 00, 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MiAINTENANCE MATERIAL SUBMITTALS [NOT USED] r, 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] j I I PART 2 m PRODUCTS [NOT USED] 12 PART 3® EXECUTION [NOT USED] 13 END OF SECTION 1 Revision Log DATE NAME, S1IhrlMARY OF CI-lr'MNCiE �_.. 15 CITY OF FORT WORTH WATER&,SAN17AR SEWER RE°PA AC',E",3RE"t'T C'OPvTRA4;T 2015 SM-C"Part 2 STANDARD CONSTRUCTION N,STRUC',"rION`PEQ IFIC A d'IQ"N DC33;LllMF.F I S Cit)?Project No.02 834 Revised July 1,2011 i 0158 13- 1 TEMPORARY PROJECT SIGNAGE Page I of 3 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 1" 10 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] PIP, 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED 10R] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH WATER&SANITARY SEWER REPLA CEAMNT CONTRA CT 2015 WSM-C Part 2 ro STANDARD C3NSTRUC-11ON SPECIFICATION DOCUMENTS Cidy Projece No.02434 Revised July 1,2.011 01.813-2 TEMPORARY PROJECT SIGNAGE Page 2 of T 1 B. Materials 2 1. Sign 3 as Constructed of 3!4-inch fir plywood,grade A-C(exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE(QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION % 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] �» 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD[OR] SITE (QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] r 23 3.10 CLEANING [NOT USED] dip} 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH H'ATE'R&S4NITARY SE'WE'R REP LAd:°IA'A1 ENT C'ONTRAC:'T 2015 S M-C,Pare 2 STANDARD CONSTRUCTION SPECIFIC.AT"ION DOCUMENT'S City Project No.02434 Revised gently 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE IF Page 3 of 3 Ogggqu Revision Log .................... .............--.......................................... DATE NAME SUMMARY OF CHANGE p 2 CITY OF FORT WORTH WATER&,.0 N17A R Y,,5f'WFR RIM"PLA(.,FMI,'N T CONTRA CT,2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (-ity Project No.02434 Revised Ady 1,2011 0V �9�Nls r 016000--1 PRODUCT REQUIREMENTS Page I of t I SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1, References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. bone, 9 C. Related Specification Sections include,but are not necessarily limited ton 10 1, Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on u saw as follows` 16 1, Resources\02-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar V'r 22 products included on the City's Standard Product List, 23 1, The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 ?Pe CITY OF FORT WORTH WATER&SANITARY SEWER REPI.AC.MF-'NT CONTRA CT 2015 WShl C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityPrarjecl Alga.02434 Revised December 20,2012 u�r 016000..2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2® PRODUCTS [NO'S®USED] 5 PART 3® EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DAM NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 201.5 NSM-C Part 2 pw STANDARD CONSTRUCTION SPEVIF-K.A110N 1)(3CUMENTS, 00 Project No.02434 Revised December 20,2012 01 66 00- 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 r 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS MM 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments ® 1 1 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 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 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 [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. ® 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised July 1,2011 a 016600-2 PRODUCTSTORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manulacturer's recommendations and 12 requirements of these Specifications, 13 2. Make necessary provisions for safe storage of materials and equipment. 090 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to are available on construction site for storage of material and 23 equipment as shown on Drawings,or approved by City's Project Representative., 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises, 29 7. Store in manufacturers' unopened containers. 30 8. Neatly,safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to properly owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks,streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative, low CITY OF FORT WORTH WATER&SANITA R Y SE WER 7CEPL14 CEMENT CON 77ZA CT 2015 WSM-C Parl 2 lift STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised July 1,2011 000 I tl'RQDD GQA'STORAGEANDHAN1;7LING,R]<QUIR "MEN-IS Page S of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 m PRODUCTS [NOT USED] 4 PART 3® EXECUTION r� 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR f RESTORATION [NOT USED] 10 REINSTALLATION [ USED] Mel 11 3.7 FIELD [OR] SITE(QUALITY CONTROL 12 A. "Pests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are darna ed, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [:CBOT USED] M 20 3.11 CLOSEOUT AcrI:VITI:ES [NOT USED] 21 312 PROTECTION MW 22 A. Protect all products or equipment in accordance with mnanufacturees written directions. 23 D. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required.by 26 the manufacturer. 27 3.13 MAINTENANCE [.NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 'NI)t9Y 29 END OF SECTION 30 CMN OF,FORT WOWrrr WA7'ER&SA1V17ARy SEWER "i2015 WISM C fart 2 WPS STANDARD C.OINS'r[Y:UCT"ION SPECIFICATION D0CUM11_,NT'S City Project No.02434 Revise d Ady 1,20 t 11 004 016600-4 PRODUCT STORAGE AND HANDLING REQUIlWMENTS Page 4 of 4 Revision Log DATE NANE SUMMARY OF CHANGE 7 IUDh owl mm", CITY OF FORT WOWITI WA TER&MAUTA R YSF WER RE PLA CEMEN TCO N TRA CT 2015 nM.,C Par12 dw," STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No.02434 Revised July 1,2011 01 70 00-1 IMMOBILIZATION AND RE MOBILIZATION Page I of 4 I SECTION 0170 00 2 MOBILIZATION AND R MOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY l 5 A. Section Includes: 6 1, Mobilization and Demobilization 7 ao Mobilization aamro, 8 1) Transportatie:Dn of Contractor's personnel,equipment,and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Conti-actor's operation u I I at the Site 12 3) Premiums paid for performance and payirrient bonds 13 4) Transportation of Contractor's personnel, equipment,and operating supplies 14 to anol:her location within the designated Site 15 ) Relocation of necessary general fa.cil.ities for the Contractor's operation 16 from 1 location to another location on the Site, 17 bm Demobilization err 18 1) Transportation of Contractor's personnel,equipment,and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up r 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 cm Mobilization and Demobilization do not inclluude activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. �o 25 2. Demobilization 26 a, Demobilization for Suspension of Work specifically required in the Con'trac't. 27 Documents or as required by City includes; AN 28 1) Demobilization 29 a) Transportation of Contractor's personnel.,equipment, and operating 30 supplies from the Site including disassembly or temporarily securing o 31 equ'ip'ment, supplies,and other facilities as des'ignat'ed by the Contract 32 (Documents necessary to suspend the Work, 33 b) Site(Aean-up as designated in the Contract Docuunlents 34 2) Demobilization. " 35 a) Transportation of Contractor's personnel,equipment,and operating 36 supplies to the Site necessary to resume the Work, 37 b) establishment of necessary general facilities for the ontractor"s 38 operation at the Site necessary to resume the Work, 39 3) No Payments will be made ford 40 a) Mobilization and Demobilization from one location to another on the rq) 41 Site in the normal progress of performing the Work. 42 b) Stau'rd-by or idle time 43 c) Lost profits In 44 3. Mobilizations and Demobilization.for Miscellaneous Projects 45 a, Mobilization and Demobilization CITY OF FORT WORTH WATFR air S,M1Vl7",RY S'l,` ER,fl,1.A'I AG'ds'Afl'N%°C'C",bN:F`I?AC7"2075 WSW Part 2 STANDARD&':;DNST UC TTON SPECIFICATION rDOG;°L!Pa'1r'NT S e"etyr PrgjecD Are),02434 ]Revised December 20,20 12 Auiwy 017000-2 MOBILIZATION AI+1I.D REMOBII,IZATION aiu�uiiig Page 2 of 4 1 1) Mobilization shall consist of the activities and cast on a Work Order basis 2 necessary for: ,w 3 a) Transportation of Contractor's personnel,equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary fore a) Transportation of Contractor's personnel,equipment,and operating 9 supplies from the Site includ'i'ng;disassembly for each issued Work 10 Order 11 b) Site Clears-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 be Mobilization and Demobilization do not include activities for specific items of 15 work for which payment:is provided elsewhere in the contract, �,uu�wwy 16 4. Emergency ency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance oft the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1, None. 21 C. Related Spec'if'ication Sections'include,but are not necessarily limited ton �f 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. Mobilization and Demobilization ' 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bide 29 b, Payment' 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 20 Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a, Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 ba Payment 38 1) The work performed and materials fi.uniished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Rern.obilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section I.I.Ao2aam1} 44 2) Remobilizationas described in Section. LLA.2.a.2) 45 d, No payments will be made for standby"idle tune"or lost profits associated this 46 Item. CITY OF PORT WORTH WA &,,MNITAR Y SF,'W ER R 'P I-4C EA4FNT C"CDPJPP?ACT 1015 97 M-C Part 1 o10uu0,2 STANDARD C"OMTRuc'rION SPECIFICATION DOC.".ldMIENTS, City Project No,01434 Revised December 20,2012 r 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time,or lost profits associated +� 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement ® 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each "Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] ® 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] ® 44 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Part 2 ® STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised December 20,2012 a 017000-4 MOBILISATION AND REMOIIILIZA"nON Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 e PRODUCTS [NOT USED] 1 4 PART 3® EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 �M? r Mgt, am CITY OF FORT WORTH WATER e4c SANITAR Y SEWER 1i+EPLA CEMENT ENT CONTRACT 2015 AM=C:feat 2 �w r STANDARD CONSTRUCTION SPECIFICATION I7C7(wUM EN I'S Q:nljv Project iW w.02434 Revised December 20,2012 1pp 0171 23 .1 170Ns'nu dCl ION STAKING A119)SURVEY Page I of 5 SECTION 017123 2 C'ONSTRUCTION STAKING AND SURVEY 3 PART 1 ® (':'WENERAL 4 1.1 SUMMARY �MR 5 A. Section Includes'-- U 6 1. Requirements for construction staking and construction survey to be provided by 7 the Contractor 8 B. Deviations from this City of Fort Worth Standard Specification, 9 1. I.I.A.1—Construction Staking and Survey to be provided by the Contractor 10 2. 1.2.A.La—Item paid by lump sum 11 3. 1.2.A.1.b—Item paid by lump sum price bid for Construction Staking 12 4. 1.2.A.2.a—Item paid_hj lump_sum 13 5. 1.2.A.2.b—Item paid by lump sum price bid for Construction SuoLej 14 6. 1.9.A.3.a—Contractor responsible for preserving and maintajRjR&ijgLjM 15 7. 1.9.13.1 —Construction Survey performed by Contractor 16 8. 1.9.13.2.d—Contractor responsible for reDlacine dama2ed control data. 17 9. 1.9.13.1b—Contractor responsible for construction survey 18 10. 1.9.13.1d—Contractor shall be responsible for verjhja&L2q!E2Ld2tj 19 11. 1.9.B.3.d.1-5—Clarified language for Contractor to be responsible for 20 verifying benchinark and control data. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0--Bidding Requireinents, 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 MOM 26 1. Construction Staking 27 a. Measurement 28 1) Measurement for this Item will be by lump sum.. 29 b. Payment 30 1) The work performed and the material's furnished in accordance with this 31 item will be paid for at the lump sum price bidl for the"Construction 32 Staking". 33 2. Construction Survey 34 a. Measurement 35 1) Measurement for this item will be by 1Mpp sum. 36 b. Payment 37 1) The work performed and the materials furnished in accordance with this 38 item will be paid for at the lump sum price bid for Construction 39 Survey. PROM CTFY OF FORT WORM WA TER&,MNUARYSEWER RF111-4 C'1131EAIV TC'0AAr7'1?A CT 2015 WSM-C Ilan 2 0" STANDARD("ONSTRUCTION SPECIFICATION 17d)C1PMEENTS City 11rqject No,02434 Revised December 20,2012 uy 01"123-2. CON&MOCTION STAKING AND SURVEY' Pape 2 of'S I 1.3 REFERENCES [NOT USE DI 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals,if required,shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS .7 A. Certificates 8 1. Provide certificate certifying that elevatians and locations ofirnproverrients are in 9 conformance or non-conformance with requrr rnents of the Contract Documents. 10 a. Certificate must be sealed by a registered professional land surveyor in the I I State of Texas. 1.2 B. Field Quality Control Submittals 1.3 1. Documentation verifying accuracy offfzeld engineering work. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED1 � 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED1 16 1.9 QUALITY ASSURANCE �WS� 17 A. C'.onstruuction Staring 18 1. Construction staking will be Merl''ormed by the Contractor. 19 2. Coordination 20 a. Contact City's project Representative at least 2 weeks in advance for 21 scheduling off`Construction Staking. 22 b. It is the Contractor's responsibility to coordinate staking such that construction 23 activities are not delayed or negatively impacted. 24 3. General mow; 25 a. Contractor is responsible for preserving and maintaining stakes,. 26 b. If in the opinion of the City,a sufficient number of stakes or markings have 27 been lost,destroyed or disturbed,by Contractor's uaeglect,such that the 28 contracted Work cannot take place,then the Contractor will be requ,ired to pay 29 for new staling,, 30 B. Construction Survey 9)Y; 31 1. Construction Survey will be performed b the Contractor. 32 2. Coordination 33 a. Contractor to verify that control data established in the design survey reuimains 34 intact, 35 b. Coordinate with the City prior to field investigation to determine which 36 horizontal and vertical control data will be required for construction survey. 37 c. It is the t:°oultractor's responsibility to coordinate Construction Survey such that 38 construction activities are not delayed or negatively impacted. 39 d. Contractor shall restore or re lace all necessary control data damaged 40 during the construction operations. 41 3. General CITY OF FORT WORTH 11ATJ,,C&&4NITAR Y SEWER ER dd,W'"P1'Anm;rAd NT CO Ar?7u C72015 1UbISM C 1"aH 2 ro�va STANDARD(:C:1'NSTR1.Jt"°1"ION sPECIPr'ICA'i"1C3'1° ix)(:"1Jit^1C=,NTs 00P Project No.02434 Revised Dec emrnber 20,2012 i��a1ri< 01 "112:3-:3 CONSTRUCTION STAKING AND SURVEY J Vt, Page 3 of 5 1 a. Construction survey will be performed in order to maintain complete and 2 accurate logs of control and survey work as it progresses for Project Records. rum 3 b. The Contractor shall Derforrn construction survey to obtain construction 4 features, including but not limited to the followinj: 5 1) All Utility lines 6 a) Rim and bowline elevations and coordinates for each manhole or 7 junction structure 2) Water lines 9 a) "Top of pipe elevations and coordinates for waterlines at the followin 'w 10 locations: 11 (1) Every 250 linear feet 12 (2) Horizontal and vertical points of inflection,curvature,etc. (All l 13 Fittings) 14 (3) Cathodic protection test stations 15 (4) Sampling stations 00 16 (5) Meter boxes/vaults(All sizes) 17 (6) ]Fire lines 18 (7) lire hydrants 19 (8) Crate valves 20 (9) Plugs,stu.tbouts,dead.-end lines 21 (10) Air Release valves(Marrlrole rim and vent pipe) 22 (11) blow off valves(Manhole rim and valve lid) thi4 23 (12) Pressure plane valves 24 (13) Cleaning wyes 25 (14) Casing pipe(each end) 26 b) Storm Sewer 27 (1) Top of pipe elevations and coordinates at the following locations- 28 (a) Every 250 linear feet 29 (b) l forizontal and vertical points of inflection,curvature,etc. 30 c) Sanitary Sewer 31 (1) Top of pipe elevations and coordinates for sanitary sewer limes at 32 the following locations: 33 (a) Every 250 linear feet 34 (b) Horizontal and vertical points of inflection,curvature,etc. 35 (c) Cbleanouts 40 36 c. Construction survey will be perfori-ned in order to maintain complete and 37 accurate lots of control and survey work associated with meeting or exceeding 38 the line and grade required by these Specifications. 39 d. The Contractor shall perform construction survey and verif control data 'hS 40 including,but not hinited to the following: 41 ) Verification that established benchmarks and control are accurate. 42 ) Use of Benchmarks to furnish and maintain all reference lines and 43 grades for tunneling 44 ) Use of lines and grades were used to establish the location of the pipe 45 4) Subrurit to the City copies of Meld notes,if requested,used to establish all 46 lines and grades and allow the City to check guidance system setup prior to 47 beginning each tunneling drive. 48 5) Provide access for the City,when re nested,to verif ji the guidance system 49 and the line and grade of the carrier pipe on a daily basis. ,v CITY OF FORT WORTH WATER ER SANBRRY.SE WE'1,1116,'Pd uAC:&:M).,v:P4rT d;01V'1'2?AC'T 20115&t SM C Part 2 �Pa STANDARD CONST &.l. 7r1ON SPECIFICATION JX)CUM ENTS Caty Prgj ct No,02434 Revised Deceni&xr 209 2012 rroiu>IF C O S°TUJC:" ION STAKING AND S4..NR1MEY DuF� Page 4¢.f5 1 C) The Contractor remains fully responsible for the accuracy of the work and 2 the correction of it,as required. red. rte 3 7) Monitor lime and grade continuously during constructiG:Dtli. 4 8) Record deviation with respect to design line and grade once at each pipe w Joint and submit daily records to City. 6 9) If the installation does not meet the specified tolerances, ilnr inedlately notify " 7 the City and correct the installation in accordance with the Contract Documents. 9 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] �T 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] G 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS [NOT USED] uNy 1.3 PART 3- EXECUTION i�lYfJg 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] sa, 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION 18 3.5 REPAIR/RESTORAI [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] �,yu 20 3.7 FIELD[OR] SITE QUALITY CONTROL 21 A. It as the Contractor's responsibility to maintain all stakes and control data placed in Mfflk 22 accordance with this Specification., 23 B. Do not change or relocate stakes or control data without approval I°rorn the City. 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS INOT USED] 31 END OF SECTION ,p,, CITY of FORT WORTH WATER n 1UNTI ARYSF'WERRF"P1.4C'1All1'111'G:'tDN7RAF7'2015 WSM-C., STANDARD CON "HRUCTIION Sr'FICIFICATION DOCUMENTS 00P Project No.024.34 ]Revised December 20,2012 01 7123-5 CONSTRUCTION STAKING AND SLJRVEY Page 5 of 5 Revision Log ................ DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson ..w............................. ................... 2 10" Hp mpy CrN OF FORT WORTH WATER&SAKI TA R YSEHIER Rn?IA C'EMEWT N TRAC T2C1I S WSM-C Para. 4190 S"I'ANT.)ARI)Cl,)NS'X'RIJ(-Fil�)N SPEXAVICATION DOCTIMENTS City Projea.Na 024.34 Revised December 20,2012 017423. 1 CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes!: 6 1. Intermediate and final clearfing for Work.not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 E None. wuw 10 C. Related Specification Sections include,but are not necessarily limited to: I 1 1. Division 0- BidditigReqtjireii��ents,C'ot"jtractForms and Co nditions ofthe Contract 12 2. Division I - General! Requirements 13 3., Section 32 92 13 Hydro.,,.Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT"PROCEDURES 15 A. Mea.Rirement and Payinent 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 14 Schedtile cleaning operations so that dust and other contaminaiats disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 1 Schedule final cleaning upon conipletion of Work and immediately prior to final 24 hispection. 25 1.5 SUBMITTALS [NOT USED[ 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING lip 31 A. Storage and Handling I�equireinents 32 1. Store cleani jig products and cleaning wastes in coi itai ner's specifically designed for 33 those materials. ffllp CITY OF FORT WORTI-1 WA 711?&UIVITA R Y SF IVER PEPLA CEMEN TCONTRA(72015 WSW,C Part 2 M)a S T'A NDARD CONSTRIX-110N a CIFICA'rioiq j1)(X,UMFNTS Cit Prqjece No.02434 Revsed July 1,2011 11 017423­2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 L Compatible with surface being cleaned 8 2. New and uncontaininated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED1 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 [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP[NOT USED] Off, 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. Geilieral 25 1. Prevent:accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to cornply with laws and safety orders of 27 goveming authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an AMY, 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH WATER&SANIIA R Y SEWER RFPLA CEAMNTCONTRA CT'2015 WSM-C Part 2 STANDARD CONSTRUC110N SPECIFICATION N)CUNIFNIS City Project No.02434 Revised July 1,24111 am 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. if project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of I 1 personnel in existing facility operations. 12 2. At maximum weekly intervals,dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives,dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to,vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH II ATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised July 1,2011 01 7423 4 CLEANIN(.3 Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs,lights,signals,etc. 4 3.11 CLOSEOUT ACTIVITIES INOT USED] 5 3.12 PROTECTION INOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS INOT USED] 8 END OF SECTION 9 Revisioti Log DATE DARE SUMMARY OF CIJANGE 10 CrrY OF FORT WORTH WA TFR C.5,017AR YSE WER PEPLA CEWN TCONTRACT 2015 WSM-C Part 2 STANDARD CON S"Y'RUCTION SPECIFICATION D(x'UM1EN'rs City Project No.02434 Revised July 1,2011 017719-, 1 CLOSE'01)I'REQ1 HRINEN rs Pape I of 3 SECTION 0177 19 0P 2 (.L,OSEOI..J'I'REQI,.JIREMI-,"N't'S 3 PART1 - GENERAL 4 1.1 SUMMARY qp 5 A. Section Includes: Cr 1. The procedtire for closing out a contract .1 MR 7 B. Deviations from this City of Fort Worth Standard Specification 8 1, None, 9 C. Related Specification Sections include,but are not necessarily limited to: 10 L Division 0-- Bidding Requirements, Contract Forms and Conditions of the ContrarCt 11 2. Divisioi,il —(iencrall�,equireiiierits 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidimy to the various Items bid, 15 No separate 1-myment will be allowed for this Item. 16 1.3 REFERENCES jr NOT USE 17 1.4 ADMINISTRATIVE REQIJIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,borlds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of I...iens or Claims 23 1. No application for final payment will be(accepted until satisfactory evidence of 24 release of liens has been submitted to the City. nuy 25 1.5 SU13 MITT ALS 26 A. Submit all required documentation to City's Project Representative. AM dffi�; crry OF FORT WORTH WATEN&SANHARYSFWER WSM-C Pan 2 S I'ANDARD CONSTRIX.I TION SPEA71FICATION DOCUMENTS City llrqjecs No.02434 Revised au ly. 1,20 n II 0177 19-2 z CLOSI UTREOUIREMENTS Rage 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3® EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE IMF, 9 A. Prior to requesting Final Inspection,submit: 10 1. Project Record Documents in accordance with Section 01 78 39 000f 11 2. Operation and Maintenance Data,if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. WO 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present, 18 b. Upon completion of this inspection,the City will notify the(3ontractor, in 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the Work is defective or incomplete, 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the imp, 23 city. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice,inform the City,that the required Work has been completed. Upon receipt, 26 of this notice,the City,in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full Imp 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 & Handwheels 37 h. Other expendable items as required for initial start-up and opet7ation of all 38 equipment 39 D. Notice of Project Completion MY OF FORT WOKrH WATER&SANITARY SEWER REI:'[,ACI Aff,'IV7'(,,,'ONI'RA(.,'712015 iVSM-C P art 2 STANDARD CONSTRUCTION SPECIFICATION DOCI MENTS cit Y.Prqjece No,02434 Revased My 1,2011 ow 017719-3 CLOSEOUT REQUIREMENTS MR Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] r 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] FM 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE ® 29 CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised July I,2011 � � o/mo / OPERATION AND MAINTENANCE DATA ~= Page / *5 l SECTION 0178 23 — 2 OPERATION AND MAINTENANCE DATA an 3 PART1 - GENERAL � 4 1'1 SUMMARY an 5 A. Section Includes: � 6 |. Product data and related information appropriate for City's maintenance and 7 operation u[products furnished under Contract w� X 2. Such products may include, but are not limited to: � 9 u. Traffic Controllers 10 b. Irrigation Controllers(to beoperated by the City) =° l| c. Butterfly Valves � 12 B. Deviations frum this City u[Fort Worth Standard Specification 13 |. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 |. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract °= 16 2. Division | —Qenexu| Requirements / 17 1,2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment ( 19 |. Work associated with this Item io considered subsidiary io the various Items bid. 20 Y4o separate payment will bc allowed for this Item. 21 1,3 REFERENCES [NOT K}BED] 22 1,4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 l. Submit manuals in final form (o the City within 30 calendar days o[product 25 shipment to the project site. _ 26 1.5 SUBMITTALS ' 27 A. Submittals shall bcin accordance with Section 0| 3300 . All submittals shall bc 28 approved by the City prior todelivery. ' 29 1,6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form � 31 |. Prepare data in form o[un instructional manual for use bv City personnel. 32 2. [onmo1 .� 33 u. Size: 8 & inches || inches 34 b. Paper 35 |) 4O pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth ormetal ~m 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY op FORT WORTH ow TER*SANITARY SEWER REPLACEMENT CONTRACT m//wSm'c Part z ~m STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.oz^34 Revised December zn.zn|z � may, 01'7823-2 OPERA"HON AND MAINVIHNANGE,DATA Page 2 of 5 I da Drawings 2 1) Provide rein'forced punched binder tab,bind in with text � 3 2) Reduce larger drawings and fold to size of text pages. 4 eu Provide fly leaf for each separate product,or each piece of operath-I 5 equipment. 6 1) Provide typed description of product,and unnaJor component puts of 7 equipment. 8 2) Provide indexed tabs. 9 L Cover 10 1) Identify each volume with typed or]i°uri.nt:ed title"OPERATING AND I I MAINTENANCE E INSTIU.ICTi IC`INS". 12 2) List; w 13 a) Title of Project 14 b) ]Identity of separate structure as applicable 1.5 c) Identity of general subject matter covered in the unnanuual �,ra 16 3. Binders 17 a, Commercial quality 3-ring binders with durable and cleanable plastic covers 18 bu When multiple binders are used,correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 Be Manual Content 22 1. Neatly typewritten table of contents for each volume,arranged in systematic order 23 as Contractor,name of responsible principal,address and telephone unuumber 24 bo A list of each product requiredd to be included,indexed to content of the volume 25 co List,with each product: 26 1) The name,address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 da Identify each product by product:name and other identifying symbols as set u 32 forth in Contract Docuumeunt:s. 33 2m Product Data 34 a. Include only those sheets which are pertinent to the specific product, 35 bo Annotate each sheet to. 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 as Supplement product data with drawings as necessary to clearly illuustrateu. 41 1) relations of component:parts of equipment and systems 42 2) Control and flow diagrams 43 ba Coordinate drawings with inforuruati.on.in Pr9ject.Record. Documents to assure 44 correct illustration of completed installation. 45 c® Tao not use Project Record Drawings as(maintenance drawings. 46 4,. Written text,as required to supplement prodluuct data for the particular installation; 47 as Organize in consistent format under separate headings for different procedures,, m 48 b. provide logical sequence of instructions of each procedure. ITT OF I^CDR'r"1 OWITI IWA TER&, w"AN17:r RV'SrWF R R7EPLACTFAIE N;''°Q:"°ONMAa;T 2015 WS -C,Pan 2 "A STANDARD(",'ONS'I"IZI7(.;'11ON SPI3fAFIC"A"10N NXIMENTS Cig)i Project No.02434 IBa vimxd December 20,2012 NO? 01 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number, size,composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: r 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content,for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation,control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment,adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings ® 48 1) As installed color coded piping diagrams CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised December 20,2012 017823 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 I i. Charts of valve tag numbers,with location and function of each valve 2 List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. Other data as required,under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system,as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics,and limiting conditions 8 2) Performance curves,engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to"trouble shooting" 22 3) Disassembly,repair and reassembly rr 23 4) Adjustment and checking 24 f. Manul4cturees printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel, 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH WATER&SANITAR Y SEWER RE'PLA CE MEN TCON 7 RA C72015 WSM-C Pan 2 STANDA1,U)CONSTRUCTION SPECIFICATION DOCUMENTS Cily Proje•e No.,02434 Revised December 20,2 012 f 01 78 23-• OPERATION AND MAINTENANCE,DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HAPNDLIINC:, [NOT USED] w 2 1.11 FIELD [SI"'FE] CONDITIONS USED] 5 1.12 WARRANTY [NOT USED] m1 4 PART 2® PRODUCTS I NO'I USED] 5 PART 3 m EXECUTION [NOT USED] 6 END OF SECTION 7 Revision 1Lo••. DATA V" AM1 .: SUMMA:RY OF 01ANGE 8/31/2012 D.SaDku son %.5,AJ...feline o secti n removed iyJt s 5 7iiuiC X55 CITY OF ll'O]f F WORT'41 1VA2"F`? ,VNA"Bi1RY SFWF"12 rl"I.A(EAfl.,,'N?1':"ON77?,I(' '2015 1l,,5 -C P d 2 yApV STANDARD D C41'NS f"RUC:'".1"ION SPECIFIC A 9ION L"D4"JG:"'UPaSEN'C"S City Project No.02434 Revised DecemW 201„20112 u 017839-1 PROJECT RECORD DOCUMENTS lyy! Page 1 of 1 SECTION 0178 39 1 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERAL 1.1 SUMMARY 5 A. Section Includes; 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including; 8 a. Record Drawings 9 b, Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Done. IP101 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0 ...-Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division I .-General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES Diu 18 A. Measurement and Payment 19 10 Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate ry 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 9 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents, 1 J STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City PrgjectNo.02434 Revised July 1,2011 MIA" Of 7839-2 PROJECT RECORD DOCUMENI'S Page,2 of'4 1 J. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual infonnation regaf-ding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement,investigation and examination. 6 Lio STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and dainage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards Originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Prorriptly following receipt of the Notice to Proceed,secure from the City,at no 22 charge to the Contractor, I complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City I complete set of all Final Record JF)rawings in the Contract,, 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] W! 1 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set,identify each of the Documents with the 35 title., "RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH WA TER&SAN17ARYSFWER REN ACKWEN 7"CONTIUCT 2015 WSM.-C Part.2 STANDAM)(',()N!STR1J0J0N SPUNFICA'noN rxK.",,uMENl'S City ProjeceNo,02434 Revised July 1,2011 N 01 78 39.-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed,devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. cn Maintain the job set at the site of work. „ 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section O1 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure, 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required.. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping r 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings,arrangements of conduits,circuits,piping, 23 ducts,and similar items,are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However,design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Ite ("under slab", "in 35 ceiling plenum", "exposed",and the like). 36 3) Make all identification sufficiently descriptive that it may be relate 37 reliably to the Specifications. 38 c, The City may waive the requirements for conversion of schematic layouts 39 where,in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. C#TY OF FORT WORTH WATFR&,SANIT RY SE WER REPIA CE ENT C OSTRAC'T 2015 I.-C Part 2 STANDARD CONSTRUCTION SPEC;IFIC;ATION DOCUMENTS City 11rogect No,02434 Devised July I,20I I OPP 01 78 D9.4 PROJECT RECORD 1XXAJMl4.,NTs q Page 4 of 4 I c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 7 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduclion. 5 2. Transfer of data to other Documents 7 6 a. If the Documents,other than Drawings,have been kept clean during progress of 7 the Work,and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City,secure a new copy of that 11 Document from the City at the 01ty's usual charge for reproduction and 12 hwidling,and cmeffi.By transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 1.5 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD JORI SITE 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 ReVriSi0fJ 1,0g DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORT11 WA TFR&SAMMY SFWER REPIACEWEN TCONTRACT2015 "M C Parg 2 s,rANDARD CONSTRUCUON SPFCIFICATION DOCUMENTS City ProjeCIN0.02434 Revised July 1,2011 RON 3201 18-1 TEMPORARY ASPHALT PAVING REPAIR iPt Page I of 4 I SECTION 32 0118 2 TEMPORARY ASPHALT PAVING REPAIR 3 PART1 ® GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility cuts(water,sanitary sewer,drainage,etc.)along streets programmed for 7 total reconstruction under a Capital Improvement Program or resurfacing under a 8 Street Maintenance Program. 9 2. Repairs of damage caused by Contractor 10 3. Any other temporary pavement repair needed during the course of construction. 101 I B. Deviations from this City of Fort Worth Standard Specification 12 1, None. 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 I -General Requirements F" 16 3. Section 32 11 23—Flexible Base Courses 17 4. Section 32 11 33—Cement Treated Base Courses 18 5. Section 32 12 16-Asphalt Paving 19 6. Section 33 05 10-Utility Trench Excavation,Embedment and Backfill 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be by the linear foot of Temporary Asphalt 24 Paving Repair, 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under"Measurement"will be paid for at the it price 28 bid per linear foot of Temporary Asphalt Paving Repair. No additional 29 payment will be provided for repairs ofd age to adjacent pavement caused by 30 the Contractor. 31 3. The price bid shall include: 32 a. Preparing final surfaces 33 b. Furnishing, loading,unloading,storing,hauling and handling all materials 34 including freight and royalty 35 c. Traffic control for all testing 36 d. Asphalt, aggregate,and additive 37 e. Materials and work needed for corrective action 38 f. Trial batches 39 g. Tack coat 40 h. Removal and/or sweeping excess material CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WS ®C,PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised December 20,2012 3201 18-2 I'll-, RP'ORARY ASPHALT PAVING REPAIR Pap 2o 4 1 2 1.3 REFERENCES �'�� 3 A. Definitions 4 1. 14,.M AnC. Hot Mix Asphalt Concrete 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Permitting s. 7 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 8 and Public Works Department in confonnance with current ordinances. 9 2. The Transportation and Public Works Department will inspect the paring repair 10 after construction, 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSiINFORMATIONAL SUBMITTALS 13 A. Asphalt Pavement Mix resign:submit for approval. Section 32 12 16. y 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE, [NOT USED) 1.7 1.10 DELIVERY,STORAGE.,AND HANDLING [NOT USED] NNI 18 1.11 FIELD CONDITIONS 19 A. Weather Conditions:Place mixture when the roadway surface temperature is 40 degrees 20 P or higher and rising unless otherwise approved, 21 1.12 WARRANTY [NOT USED] 22 PART 2® PRODUCTS 23 2.1 OWNER-FURNISHED [NOT USED] 24 2.2 MATERIALS 25 A. Backfill: see Section 33 05 10. 26 B. Base Material, 27 1, Cement Treated Base:Use new cement treated base as required in accordance with 28 Section 32 1133. 1 29 C. Asphalt Concrete: See Section 32 12 16. 30 1. H.M.A.C, paving:Type Igo rw,�o 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] M19 CITY OF FORT WORTH WATER&SANITARY SEWER 1111..ACIf.-MENT CONTRACT 2015 WS -C,PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised December 20,2012 �9 3201 18...3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 4 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION , 6 A. Removal 7 1. Use an approved method that produces a neat edge. 8 2, Use care to prevent fracturing existing pavement structure adjacent to the repair 9 area. 10 B. Base 11 1. Install cement treated base material per detail, 12 2. See Section 32 11 33, 13 C. Apshalt Paving 14 1. H.M.A.C.placement® in accordance with Section 32 12 16. 15 2, Type D surface mix, ONO 16 3.5 REPAIR/RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] t 18 3.7 FIELD QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP[NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 1 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] HU�y�9 26 END OF SECTION 27 Revision Log D AIME NAMIF SUMMARY OF CHANGE 12/20/2012 D,Johnson I,2,A—Modified Items IO be included in price bid CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WS -C,PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised December 20,2012 3201 18-4 TEMPORARY ASPHALT PAVING REPAIR Page 4 of 4 CITY OF FORT WORTH WATER&SANITA RY SEWER Rl.%PI,A(,'E MIN'I'C:ONTRA,(,T 2015 SM-C,PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised December 20,,2012 7 32 1 a 33 - I CEMENTTREATED BASE COURSES Page I of'7 I SECTION 32 1133 2 C'EMENTIREATED BASE C0LJRSE,S 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Treating subgrade, subbase and base courses by the pulverization,addition of acting the mix material to the required density. 7 cement, mixing and comp, 8 2. Item applies to the natural ground, embankment,existing pavement, base or 9 subbase courses placed and shall con1brin to the typica.11 section, lines and grades 10 shown on the Drawings, I1 B. Deviations from City of Fort Worth Standards 12 1. None 13 Related Specification Sections include but are not necessarily llrrulted to 14 1. Division0- Bidding Requirements,Contract Forms,and Conditions of the Contract 15 2. Division I -General Requirements 16 3. Section 32 11 23 -Flexible Base Courses 17 4. Section 32 01 18 - Temporary Asphalt Paving Repair 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Meusurement and Payment 20 1. Cement 21 a. Measurement 22 1) Mewsureinent for this Item shall be by the ton(dry weight). 23 b. Payinent 24 1) The work perforined and materials furnished in accordance with this Item 25 are subsidkuy to other bid items and not paid separately. 26 c. The price bid shall includc: 27 1) Furnishing Ceinent material 28 2) All freight:involved 29 3) All unloading, storing and hwidling 30 2. Cement]"reatment 31 a. Measurement 32 1) Measurement for this Item shall be by the square yard of surface area. 33 2) The dimensions for determining the surface area are established by the 34 widths shown on the Drawings and the JejIgjr IS .1 measured at placement. 35 b. Payrnent 36 1) "The work perfbrmed and materials furnished in accordarice with this Item 37 are subsidiary to other bid items and not paid separately. 38 c., The price bid shall include: FRI 39 1) Pulverizing or providing the soil material 40 2) Handling, hauling and spreading dry or slurry cement 41 3) Mixing the cement with the soil either in-place or in a mixing plant 42 4) Fumishing, harkiling and mixing water with the soil-cenlent mixture CHY OF FORT WORTH WATER&SANrrARY SEWER R]"PLACEMENT 12ONTRACT 2015 WSM-C,PART2 S'TANDARD CONSTRUC110N SPECIFICATION D➢MMENTS City Prq�ect No.02434 1 Revised December 20,2012 "fly 32 It 33-2 CEMENT'IREAJED BASE COURSES Page,2 of 7 1 5) Spreading and shaping the inixture;compacting the mixture, including all 2 rolling required for compaction 3 6) Surface finishing 4 7) Water and sprinkling 5 8) Curing 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference Standards cited in this specification re&r to the current reference standard 9 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. ASTIR international(A S'I'M): 12 a. 0150,Standard Specification for Port]and Cement 13 b. 13698, Standard Test Methods for Laboratory Compaction Characteristics of 14 Soil 1,Jsing Standard Effort(12 400 ft-lbf/W (600 IkN-nih-0)), ant 15 3. Texas Departinent of"I'ranspoilation(TxD01') 16 a., Tex 401-E,Preparing soil and flexible base materials for testing 17 b. Tex-140-E,Mezzuring thickness of paving layers 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 ACTION SUBMITTALS [NOT USED) 20 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 21 1.7 CLOSEOUT SUBMITTALS [NOT I)SED] 22 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 11 0 DELIVERY,STORAGE,AND HANDLING 25 A. Truck. Delivered Cement 26 1. Each truck ticket shall bear the weight of cement measured on certified scales. 27 2. Submit dellivery tickets,ceilified by supplier,that include weight with each bulk 28 delivery of cement to the site. 29 1.11 FIELD [SITE] CONDITIONS 30 A. Start cement application only when the air temperature is at least 35 degrees F and 31 rising or is at least 40 degrees F. 32 B. Measure temperature in the shade away from artificial heat. 33 C. Suspend application when the City determines that weather conditions are unsuitable. 34 1.12 WARRANTY [NOT USED] 35 PART 2- PRODUCTS 36 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 37 2.2 MATERIALS 38 A. General CITY OF FORT WORTH WATER&SANITARY SEWER lt'EPL,ACEh4EN'T'C()NI'RAC'I.'2015 WSM-C,PAR12 UAW STANDARD CONSTRUCTION SEC IFICA11ON DOCI MEN TS Cily Project No.02434 Revised December 20,2012 32 It 33-3 CEMENT TREATED BASE COURSES Page 3 of 7 I I. Furnish uncontaminated materials of uniform quality that meet the requirements of 2 the Drawings and specifications. 3 2. Notify the City of the proposed material sources and of changes to material sources. 4 3. Obtain verification from the City that the specification requirements are met before 5 using the sources. 6 4. The City may sample and test project materials at any time before compaction. 7 B. Cement: ASTM C150 Type 1, 11 or IP. 8 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 9 11 23 for the type and grade shown on the Drawings,before the addition of cement. 10 D. Water: Furnish water free of industrial wastes and other objectionable material. 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. Shape existing material in accordance with applicable bid items to conform to typical 18 sections shown on the Drawings and as directed. 19 3.4 INSTALLATION 20 A. General 21 1. Produce a completed course of treated material containing: low 22 a. Uniform Portland cement mixture,free from loose or segregated areas 23 b. Uniform density and moisture content 24 c. Well bound for full depth 25 d. With smooth surface and suitable for placing subsequent courses 26 2. Maximum layer depth of cement treatment in single layer: 8 inches. 27 3. For treated subgrade exceeding 8 inches deep,pulverize,apply cement, mix, lFy 28 compact and finish in equal layers not exceeding 5 inches deep. 29 B. Equipment 30 1, Provide machinery,tools,and equipment necessary for proper execution of the 31 work. 32 2, Rollers 33 a. The Contractor may use any type of roller to meet the production rates and 34 quality requirements of the Contract unless otherwise shown on the Drawings 35 or directed. 36 b. When specific types of equipment are required,use equipment that meets the 37 specified requirements. 38 c. Alternate Equipment 39 1) Instead of the specified equipment,the Contractor may,as approved, 40 operate other compaction equipment that produces equivalent results. CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C,PAR12 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised December 20,2012 Fp ' IIU 32 Vr 33-4 CEMENT TREATED REtATE BASE COURSES C Page,4 of 7 1 2) Discontinue the use of the alternate equipment and furnish the specified 2 equipment if the desired results are not achieved. w 3 d. City may require Contractor to substitute equipment if production rate and 4 quality requirements of the Contract are not met. 5 3. Slurry Equipment 6 a. Use slurry tanks equipped with agitation,devices for cement application 7 b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distuibutour truck is not 9 equipped with an agitator. 10 4. Pulveri mtion Equipment 1 I a. provide pttiveri7Ation equipment that: 12 Cuts and pulverizes material uniformly to the proper depth with cutters that m 13 plane to a uniform surface over the entire width of the cut 14 2) Provides a visible indication of the depth of cut at all times 15 3) 1lnifornuly mixes the inateriails 16 C. pulverization 1 pas 1 weight or s a scarify existing material alter shaping sou that 100 percent by dry inch sieve,and 80 percent by dry weigl.7t passes a]loo.4 sieve o" 19 exclusive of gravel or stone retained in sieves. 20 2. l ulverize recycled asphalt pavement:sou that 100 pet-cent by dry weight passes a 2 21 inch sieve,and 60 percent by dry weight passes a No.4 sieve exclusive of grave our 22 stone retained in sieves. 23 D. Cement Application ,aspg 24 1. Spread by anapproved dry or slurry method uniformly on the soil at the rate 25 specified on the Drawings 26 2. If a bulk cement spreruoler is used,position by string lines or other approved method. 27 during spreading to insure a uniform distribution,of cement. 28 3. supply to an area that all the operations can be continuous and completed in daylight 29 within 6-hours of initial application. 30 4. Do not exceed the quantity of cement that 1�wrnt its uniform.and intimate mixture of 31 soil and cement during dry-nixing operations 32 5. Do not exceed the specified optimum moisture content for the soil and cement 33 mixture. 34 6. 'No equipment,except that used in the spreading and r:nixing,allowed to pass over 35 the freshly spread cement until it is mixed with the soil. 36 E. Mixing ` 37 1. Thoroughly mix the material and cement:using approved,equipment. 33 2. Mix until a homogeneous,friable mixture of material and cement is obtained, free uA� 39 from all clods and lumps 40 1 Keep mixture within moisture tolerances throughout the operation, 41 4. Spread and shape the completed)mixture,in a uniform layer. �k 42 5. after mixing,the City shall sample the mixture at roadway moisture and test in 43 accordance with"Tex 101 E,Part III,to determine,compliance with the gradation 44 requirements in"Table 1. CITY off°FORT WORTH wPP.T7F.R&SANITARY A,RY SEWER FCF:PIr AQ'liNll.NT 4"PoON rCACT 2015 wSM-C~,I'ART2 � STANDARD CONS"11M MrrON SPECIFICATION N DOCUt ENTS City Project No.02434 a Revised December 20„2012 '7 32 11 33-5 CEMENT TREATED BASE COURSES Page 5 of 7 1 Table 1 2 Gradation Re uirements Minimum %Passing AM Sieve Size Base .............--- 1-3/4 in. 100 3/4 in. 85 No.4 60 3 F. Compaction 4 1. Prior to the beginning of compaction,the mixture shall be in a loose condition for 5 its full depth. 6 2. Compact material to at least 95-percent of the maximum density as determined by 7 ASTM D698. ® 8 3. At the start of compaction,the percentage of moisture in the mixture and in un- 9 pulverized soil lumps shall be less than the quantity which shall cause the soil- 10 cement mixture to become unstable during compaction and finishing. 11 4. When the uncompacted soil-cement mixture is wetted by rain so that the average 12 moisture content exceeds the tolerance given at the time of final compaction,the 13 entire section shall be reconstructed in accordance with this specification at the sole 14 expense of the Contractor. AM 15 5. The specified optimum moisture content and density shall be determined in the 16 field on the representative samples of soil-cement mixture obtained from the area 17 being processed. AM 18 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 19 7. Begin compaction after mixing and after gradation and moisture requirements have 20 been met. 21 8. Begin compaction at the bottom and continue until the entire depth of the mixture is 22 uniformly compacted. 23 9. Uniformly compact the mixture to the specified density within 2-hours. 24 10. After the soil and cement mixture is compacted uniformly apply water as needed 25 and thoroughly mix in. 26 11. Reshape the surface to the required lines,grades and cross section and then lightly 27 scarify to loosen any imprint left by the compacting or shaping equipment. 28 G. Maintenance 29 1. Maintain the soil-cement treatment in good condition from the time it first starts 30 work until all work shall is completed. 31 2. Maintenance includes immediate repairs of any defect that may occur after the 32 cement is applied. 33 3. Maintenance work shall be done by the Contractor at the Contractor's expense and 34 repeated as often as necessary to keep the area continuously intact. 35 4. Repairs are to be made in such a manner as to insure restoration of a uniform 36 surface for the full depth of treatment. 37 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at 38 least 2 inches, filling the area with treated material and compacting. 39 6. Remedy any low area of subbase or base shall by replacing the material for the full 40 depth of subbase or base treatment rather than adding a thin layer of stabilized 41 material to the completed work. CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C,PART2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised December 20,2012 !Nlyl 32 1133..6 CEMk?;M`"I'I2E'AATE D BASE COURSES o Page,6 of 7 H. finishing 2 1. After completing compaction of the final course,clip,skin,or tight-blade the 3 surface of the cement-treated material with a maintainer or subgrade trimmer to a 4 depth of approximately 1/4 inch. 5 2. Remove loosened material and dispose of at an approved location. 6 3. Roll the clipped surface immediately with a pDneinnatic tire roller adding small 7 increments of moisture as needed and until a smooth surface is attained. 8 4. Add small amounts of°water as rieeded during rolling. Shape and maintain the 9 course and surface in conformity with the typical sections, limes,and grades shown t0 on the Drawings or as directed. 11 5. Surface compaction and finishing shall proceed in such a manner as to produce, in �rrt 12 not more than 2-hours,a smooth,closely knit surface,free of crack. ,ridges or loose 13 material, conforming to the drawn grade and line shown on the Drawings. 14 6. After the final layer or course of the cement acnodified soil has been compacted,it 5 15 shall be brouglrot to the required lines and grades in accordance with the typical 16 sections, 17 7. The completed section shall then be finished by rolling with a pna unuatic tire or 18 other suitable roller sufficiently to create micro cracking, 19 1. Curing 20 1 General 21 a. Cure for at least 48 hours. 22 b. Maintain the moisture content during curing at no lower than 2 percentage 23 points below optimum. 24 2. Curing method depends on finished pavement type. 25 a. - Concrete pavement: 26 1) Sprinkle with water 27 2) Maintain rrroisture during curing 28 3) Do not allow equipment on the finished course during curing except as 29 required for sprinkling,unless otherwise approved. 30 b. Asphalt Pavernent: 31 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 32 2) Tao not allow equipment:on the finished course during curing 33 3. Continue curing until paving operations begin 34 3.5 REPAIR/RESTORATION [NOT USED] 35 3.6 RE-INSTALLATION [NOT USEDI 36 3.7 FIELD QUALITY CONTROL 37 A. Density Test ty 38 1. City Project Representative must be on site dining density testing l 39 2. City to measure density of cement treated base course in accordance with ASTIR 40 16938,. 41 3. Spacing directed by City(1 per block minlrn.tim). 42 4. City Project Representative determines density testing locations. CITY OF FORT WORTH WATER a'PANI7ARY SEWER REL ill.,AC]:.IM NI 4,ON r RA '2015 WSM.-C,PAR T2 STANDARD C:;ONS°r r..rC;,"I°ON SPE'C"IFIC;KnON DOCUMENTS TS City fto tct No.02434 Revised December 20,2012 f�UjglUk 32 If 33­7 CEMENTIREATED BASE COURSES Page 7 of 7 1 B. Depth Test 2 1. Take minimum of one core per 500 linear feet per each direction of travel 3 staggering test location in each lane to determine in-place depth. 4 2. City Project Representative determines depth testing locations, 010 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] r 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 PIP Revision Lo DATE NAME SUMMARY OF CHANGE 14 17" P l CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C,PART2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised December 20,2012 l% 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 CITY OF FORT WORTH WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised July 1,2011 GC-4.01 Availability of Lands 7 THIS PAGE LEFT INTENTIONALLY BLANK #00 OR$ 71� r CITY OF FORT WORTH WATER&,SAN1T4RYSEWFR REP LACFMFNTC0NT RAC T2015 WSM-C Pan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pr9ject No.,02434 Revised July 1,2011 I j. f Opp, GC-4.02 Subsurface and Physical Conditions �I THIS PAGE LEFT INTENTIONALLY BLANK r r NATFR&SAMjTARY S1 WER REPLACEMENT CON CT 201.5 SM-C Par9 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised Rdy 1,2011 r CI'TV OF FOR'1' WORTH OR T/PW SOIL LAB SERVICES LABORATORY RESUT.,TS FOR TEST 110LE AND PLASTICITY INDEX Project: WATERMEWER REPIACE CONT 2015 W N-C Project# 02434 EXM No:7378 Fund Code : 03 RRC?RAR Contractor: ax on Ridge Ave LO N:CATIO 3501 C N Cr /4 8.75" Lt Brown Sandy C] ay W/gravel, .00" Brown Sand Chay ",ELIEavel. A-T—T—ER-BU—R,-G--L,I—M—I-T-S:—L,L: 36. 3 PLUM P1: 19. 1 SHRKG: 11. () M NWNSELL COLOR CHART: 10YR 7/4 Brown C H0J.oE 2 LOCAT�10N: 3,524 Can on ILi.Lic Canpl, je Ave S/4 1. 50" HMAC 114 .50" Lt Brown Sandy Cla W/gravel. MUNSELL COLOR CHARTz HOLE 3 LOCATION: 3514 Canvon RiMe Ave N/4 1 . OV HMAC 8.00" Lt Bxown Sandy Clay Wgravel 7.00" Brown Said Clay w/grave]. LQ PL: PI : SHRKG: NTTERBURIG L MT MUN5EJ',J4 COLOR CHART : 4 WCATION: 3624 Can'' on RidwAve,2/4 1.50"' MAC 10.50" Lt Brown Sandy Clay W/gravel 4.00" Brown ATTERBURG LIMITS: LQ PL: PI: SHRKG: MUNSELL COLOR ClUkRT, ell Ve LOCATION: 2512 Ave H S/4 8.75" Lt Brown Sandy Clay w/gravel, 12.00 Dark POP . v ® . l4 0 m � � � � � C BURG II I S � w m JI a HOLE 2 I.,K)CATION: 2533 Ave 11 S/4 7 . 00" 1.At: Brown Sandy Cl W/gr:avel, 7 . 00" Brown Sanl C lz.i W/graved ATT'ERBURG LIMITS: LL, PL. PI. SHRKG- COLON. CHART HOLE 3 LOCATION: 2604 Ave 1.1 S/4 4,�2,'5 HMAC 6.00" Concrete (4701 . 0 PSI 5.75" Brown Sandy Clay wr/gra el �k C 11...A 7 . ' SAW."d a PI:: ��b W-i F KG.- MUNSELL COLOR CHART: HOLE 4 LOCATION: 2643 Ave H N/4 4 m 7 "" TIT,�,C 4.75" Concrete (5068 .0 PSI) " 6. 50" Lt Brown Sand Clay W/gravel MUNSELL COLOR CHART: LOCATION: 2705 AveH N14 5.75" Concrete (4.311,4.0 PSI) S m "" 1::.At. Br own Sandy Clay W�/gr�a a..-,l ATTERBURG LIMITS: LL., PL: PI: SFIRKG, mm� mm mmm ,.� o: I 1. AVE I LOCATION. 7601 Ave 1 S/4 . 00" HMAC 1.0. CCU" Lt Br,own Saner (.!day /gravel U S l[J., CC7T.AOR CHA. . .T: 10YR /4 err A���m Br w n Sander t..�.�.� LOCATION. 2629 Ave I N/4 6.25" H C 9.75" Lt Brown Sai.-i y Clay W/��r��� � �0bT,,-ER3UtC1 J9IlS,e YI m P-L: Pl Sf°Il KG MUN YLL COLOR (( T7 A1g'a HOLE 3 o 3. 0011 11 MAC AC � 6. 50'' Concrete (3715. 0 PSI) 6. 50" Brown Sandy C].,ay W/grave 1 -------------------------- ATTERBURG LIMITS: LQ PL: PI: SHRKG: MUNSEL1, COLOR 011 ART: RIP HOLE 1. FOTZHUGH AVE LOCATION: 301E of Sidne St N/4 2. 00" HNAC Brown Sandy Clay W/giavel., 7. 25" Dark Brown SandY ATTERBURG LIMITS: LL: 49. 1 PL: 31 . 3 P1: 17 . 8 SHRKG: 13 . 0 DIUNSELL COLOR CHART: 10YR 5/1 Gra l 101.,E 2 LOCATION: 3804 Fitzhu h Ave S/4 4 .25" HMAC 7 . 00'' Lt Brown Sandy Clay W/g rave"I, 1. 75" Brown Sandy (.'].aay WN/gravell, M -- -------------- TOY ATTERBURG LIMITS: LQ PL: P& SHRKG: HOLE 3 LOCATION: 3913 h Ave N/4 Ed- 5. 00" HMAC 11. 00" Lt Brown Sand Clay W/,gr,a"vc,,,,'J,. ATTE BURG LIMITS: LQ PL: PI : SHRKG: MUNSE1,L COLOR CHAR17: HOLE 4 o LOCATION: 4024 FiM�Ij ,- 10.00" HMAC 6.00'' Brown Sandy Clay W/grav,el ATTERBURG LIMITS: LL: PL: PI : SHRKG: MUMS LL COLOR CRAR]. .- HOLE 1, FREDDIE ST po� LOCATION. 30' N of Forbes St E/4 ­771 5 . HMAC B. 50" Lt Brown Sandy Clay W/gravel. 3. 00" ark Brow San.J ,1 a.Y' 7"FfE—RB U Ri-3—L I iM""-IT-S-:-"-L'-L-: 37 6 PL: 19. 4 P018 .2 SHRKG: 10. 0 MUNSELL COLOR CHART: 10YR 6/3 Pale Brow�Lj,'L , HOLE 2 LOCATION: 7,;75 F 9. 50" Brown Sand C ATTERBURG LIMITS: LL: PQ PI : SHRKG: MUNSELL COLOR CHART:wrn HOLE 1, AVE M LOCATION: 3003 Ave M S/4 ............ 0 yr,, 4 . 5 0 G M � a. 50" Concrete s_ (2543. 0.xr,.._....�x ....FIST) 8. 00" Brown Sandy Clay W/gra,vel -0 M6UN S LL COLOR _C . RTrr-:-�1-0�y-r s w�S_�.//.,x V,e.._.__i�.y�.w..._P_a r b., own.�n... Clay TOIE � 2 LOCATION: 3100 Aire M S/ 5.75"' Concrete (4206. 0 PSI) 5"" Brown Sandy Clay GAT,/ x-.a el AT TT`tRE3'URG LIMITS: TEL. ]PL. PI: ,-,HRKG: TUNS LL COLOR CHART: xrv.:e_.remw,wmwaz..�a.:c.w.memuwa::cmnvm.:wauacauevemuraw'aun.:aavwrun.Nawa:;r:.:u:.next,qun�.vr,.cvvev::.:navraamraA::.ss:.w.uuwagen-a�vu;craw'rv'n..*.-.-rae:.x-.rac:mxwarwnwn.'mwvu. uaa mrsrwcmw:.;e^vr',sewwanv,:.rovwttcnc:^.v::r_,�.xc.„.v.,..warawmrmav�Nax,ww....'Yawewe.anxv..nvrc.-n.4roa HOLE w LOCH"TIC.N i'.,2 Ave N/4 rx 3. 25" T'T C 5.75"' Concrete (3462. 0 PSI) 7. 00"" Brown Sandy Cl.ay A"T'PT"T^°YT�. t.RG LIMITS: .t.AL. PL: PI. SIIRK MUNSELL COLOR CHART: .rr nnnn�xn a - . T°TOLE I AVE N "", .,w��...ww.�rrw�wr,rr:.��.,�w��n .r:rs,.�w�nw�..,w-,ww�;�- ..awn.x�......��n~w�r .�m,,�.,.—�w�.--�w�. x:�rww _�a~ �.,:.•,,�r.ww,�.�,r ,� . 00" HMAC . S. 00"" Concret- (1439. 0 PSI) �uiw 7. 00" Dark Brown Sandy C.,..t...ay AT"°I'ERBURG LIMITS, LL.55. 21 PL.- 32 .0 P"1:23.4 ST-TR G: . MU SELL COLOR CT°3ART: 10YR. 5/2 Gra isti Brown Clary " 37 LOCATION: 3024 Ave N S/4 HMAC 7. 00" Concrete (501. . 0 RS I) 5,. 00" Brow n Sandy C:t ay W/gravel �. MUNSELL COLOR CHART: A CAT� Ayers P1° LOC` ION: 5'S �: f: 3700 t: er�rion Ave E/4 Q8 7 7. OAT" Lt Tea ca r-i Sandy (.'.,lay W/C . a v el,,: -6. 00"r Brown Sandy C..l.�.y a T� RLURC L7b�I TS: .w I UNSELL COLOR CHART:RT ! 5YR 6/3 Lt Brown Sandy.�C la.._-ay 1T6L F — . � �- Pt.rin—g -oxr�—Ave LOCATION: 40'E of Ben, Ave x.S/"T rn 2.25" HMAC 3.50" Concrete (6371.0 PSI) t ATTERBURG LIMITS LIY:21- 8 Plv: 14 .2 EI: 7 . 6 SHRKG- 0 . 0 MUNSEL] COLOR CHART: 1,0YR "714 'Very Ea1e Brown Szind K H01,E 2 LOCATION: 3225 Purington Ave N/4 A M H I_ 0 T A L 2.0 0 HMAC '-' ✓ ��5 0 SO" Concrete (3248. 0 PSI) 8.50" Brown Sandy Clay W/gravel 4'1 'r ATTFERBURG LIMITS: LL: PI". PI , 0r'HRKG* M�6NSEJIL COLOR (.",'HAPT: HOLE 3 LOCATION: 3316 Pur-ington Ave, N14 2. 2 5"" HMAC 6. 75" Concrete (3627 . 0 PSI) 6. 00" Dark Brown Sandy C,1ay MUNSELL COLOR CHART:.- ],OYR 6/2 upC Bxownish Gray Clay HOLE 1 LOCATION: 40'N of Purirmton, Ave E/4 3. 00"" H 5. 50" 2 :27 Concrete (729. 0 PSI) 7. 50" Brown Sandy Clay Wh ravel ATTERBURG LIMITS: LL. Ki.:-20-5 PI-17 . 1 SHRKG- 10. 0 MUNSELL COLOR CHART: 10yr 5/4 Yel low-,i.sh Brown Clay ITTO L E, 2 LOChTION: 2413 Tor on-t:o S,t W/4 2. 00" H 8. 00" Brown Sandy C.1ay W/gravel. 6. 00" Dark Brown Sandy 1 ATTERBURG .LIMITS: LL. PL: PI: SHRK(3: MU S1 COLOR (".'HART: .......... HOLE 3 LOCATION: 1,10' N o " Wilkii-isc,'m Ave E/4 2. 25" 1 1 1 AC 13.75"" Brown Syidy C.'lay W/grave], ATTERBURG i,iimj.,,rs, LL: P.L: PI . SIIRKG: MUNSELL COLOR, CHART- u/ Approval: Ryan Jeri Routing: Date Tested: 12/16/14-12127/14 Opezintendent Requested by: Robert Sauceda Tested by: Soil Lab File M GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK PO' NSA 1117 CITY OF FORT WORTH WA7ER&SAMIARY SEWER REPLACEMENT COAFTRACT 201.5 WSM-C Pan 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project.No, 02434 Revised July 1,2019 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK �o t 1 i CI OF FORT WORTH WATER&5"ANIT4RY,SEWER REPLACEMENT CON TRA CT 2015 M C far!2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02434 Revised July 1,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK 77 CITY OF FORT WORTH WA TER&SANITARY SEWER REPLACEMENT CON CT 2015 nm-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised July 1,2011 RkY IFORTWORTH it of Fort Worth Minority Business Enterprise Specifications ur SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY D�ll�i If the total liar value of the contract is$60,000 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 procurernent of all goods and services. All req0ernents and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. .................................___................... ........................... MBE PROJECT GOALS The City's M13E goal on this ect is pro l' '7 ._—%of the base bid value of the con l trac 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 spec..,,ifications. 'rhe Offeror hall,deliver the MBE documentation in person to the appropriate employee of the purchasing division' and obtain a date/time recefpt. Such receipt shall be evidence that the City received the docurneritation in the time allocated, A faxed and/or emaded copy will not be accepted. ...............................__............ ........... ........................................ 1., Subcontractor Utilization Form, if goal is received no later than 2:00 p..m., on the second City business day met or exceeded: after the bid openin temm, exclusive of the bid opening 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date,exclusive of the bid opening date. stated 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE partici after the bi ...................._.-................p d openin.9 date, of the b date. ............­....-I---—---- ..............-------- 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontractiqj�supplier work: after the big_qpeninqA��tt, exclusive of the.bid op date. ... ......... .................... 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded- after the bid openiN bid opening....................­­,.......... _da� ..............................__...................... ............................... .q��p,..!��clusive of the L tee FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at(817)212-2674. Rev.2/10/15 r f" ATTACHMENT 1A FORT WORTH C Page I of 4 pity of Fort Worth *41""� Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form r ...................................... ...................... OFFEROR COMPANY NAME: Check applicable block to dei-cr—ibe Offeror PROJECT NAME: NON.-IVINVIDBE BID DATE Water& Sanitary Sewer Replacement Contract 2015, WSM-C Part 2 City's MBE Project Goal: 7fferor's MBE Project Commitment: PROJECT NUMBER 7 ® % 02434 : ....................... .................................. 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 1considered 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 2n d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and - counting those dollars towards meeting the con tract commifted 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 1 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 BE 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 Rev.2/10/15 lop FORTWO 'r41 A rTACH ENT IA Page 2 of 4 Offerors are rc r4uired to identify ALL subcontractors/suppliers, regardless of status; Le, 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 NCTCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address I W Subcontracting Supplies M Dollar Amount TelephonelFax r B B B Work Purchased r Email E E Contact Person E El El El L1 El 1:1 El y urol!�gy i i Rev.2/10/15 FORT WORTH Ar"FACHMENT M Page 3 of 4 Offerors are req0red to identify ALL subcontractors/suppliers, regardless of status; li.e,, Minority and non-MBEs. MBE firms are to be listed first,use additionM sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. CT CA N VP SUBCONTRACTORISUPPLIER 0 Company Name T n Detail Detail Address i M w Subcontracting Supplies Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person El El 1-1 El II I r .................................................... ............................................................................ --–------- ........................ El 1:1 ................. . ......... .... El 1:1 El EJ Rev.2/10/15 ATTACHMENT f 1A FORI'WORTH Page 4 o 4 7 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 ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result III 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, '7 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 Namerritle(if different) Company Name Telephone and/or Fax Address E-mail Address a7i—tylsta't'0 1 Zip ........... Date 7`111 Rev.2/10115 .. ATTACHMENT 113 F"'((..)R T WORTI I Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prune- — _ _ _ ._,....___ IN�(VV(t�131f L—NONAVVV/DBE PRP3JECT NAME; Water & Sanitary Sewer Replacement Contract 2015, WSM-C Part 2 WS- BID DATE _.._._................._._ .......... _ .............. ...� --- _........ ..... _. _____....... City's MBE Project Goal: fJfferor's MBE Project Commitment: PROJECT NUMBER N 7 �%� ®/® IV 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 fry' NO, then you must complete ATTACHMENT 1C. This form is only applicable if bp1h 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 „y the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppl''iers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project„ this is your normal business practice and provide an inventory profile of your business. NO G _.... .......------ The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including (VIBE(s)on this contract,the payment thereof and rim any proposed changes to the original 14'BE(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 ear. Ar.@i-a-ized kjnature Pdntn:.^d Signature Title Contact Warne(if different) Company Name Phone Number Fax Nurnber Address Eunail Address Duty/slateMp Date Rev.2110/15 ATTACHMENT 1C Page 1of4 IFORTWORX14 City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror ' PROJECT NAME: B ti� DEi N ��y!r Water& Sanitary Sewer Replacement Contract 2015, WWSM-C Part 2 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % 02434 I�/uuy, m: 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. . 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. h�N�ti 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 fLIMSI On all projects, the Offeror must list each subcontracting and or suppllier opportunity regardless of tier. (Use additional.sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities .......... ......... V �.._.... ..... _.mm� ............ u ......... ........... ..... ....... ..... �... ....—.._____.. _..._._...................... —_ -- _....._ _ ,._. ....... Rev.2/10/15 f ATTACHMENT 1C Page 2 of 4 y .) Obtain a current(not more than two O 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 .) 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 confimnationYe 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 bye ail,exclusive of the day the bids are opened? uiwNyf 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 .) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2110/15uwiu ATTACHMENT 1C Page 3 of .) Did you prepare a quotation for the MBEs to bid on goodsiservices 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.)Sub it 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 ,P 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-carries access to an inspection of any relevant documentation by City personnel. (Pie se use additional sheets, if necessary, and attach. ` Company Name Telephone Contact Person Scope of Work Reason for Rejection 1 y ADDITIONAL INFORMATION; Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project, Ply', 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. 'yw! 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. w Rev.211 Oil 5 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBEs) 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 IVIIWBE 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 "My 7 Rev.2/10N 5 Jomt Venture �+ R ORTH Rage 1 of 3 1°C CITY OF FORT WORTH BE Joint Venture Eligibility Form iJr All quest ons must be ranswereal,use"NIA"if not applicable. City : Water&Sanita Sewer eplacen*nt Contract 20 @ r,WSM-C Part 2 Name of Ci project: � �Sewer i��pi ._ A .,b. p oint veauture foma must be crarargalw^tcvi on c,LI_&o ffOlect FP/Bid91'urt:hasin Number: .Joint venture information: N Joint denture Name: Joint Venture Address: 1 (if applicable) Telephone: Facsimile: E-mail address: n "w Cellular: r 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 Non-MBE firm name name Business Address: Business Address: City,State,Zip: City,State,Zip: — °I"elephone Facsimile E-mail r'elephone Facsimile Cellular C'a;llular Certification Status: E-mail address Name of Certifying agency„ 2. Scope of work performed by the Joint Venture: t ........__..m. . ..... _ .... _ ......... Describe the sea) a o work of the MBE: Describe the sco a of Ivor arf the nora-MBT;. f Rev,7110/15 T 4t�JylY Joint Venture Page 2 of 3 .What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? .Attach a copy of the joint venture agreement. .List components of ownership of joint venture: (Do not complete if`this information is described in joint venture agreement) Profit and lass sharing: Capital contributions,including equipment: Noy Other applicable ownership interests: .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 �Ny ___. --- Marketing and Sales c. Hiring and Firing of management personnel ___major a___-_ in of q __.___..___ d. Purchas ` ui ment 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 fisted on this form. NOTE: From 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 fin BE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance, Rev.2/10/15 r�ii, Joint Venture Page 3 of 3 AFFIDA.VI The undersigned affirms that the foregoing;,statements are true and correct and include all anaterial information necessary to identify and explain the terms and operation of the joint venture. Fur(' rn herore,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 iriforrnation within the time specified is,grounds for termination of°the eligibility process. The undersigned agree to perrrlit audits,interviews with owners and examination of the books',records and files i,1"M of the joint venture by any authorized representatives of the City of Fort Worth. Failure to complpw with this t provision shall result in the termination of any contract, which may be awarded under the provisions of this point ventures eligibility and may initiate action under Federal, State and/or ]Local laws/ordinances concerning false statements or willful r►risre resentation of facts. p..,, e of Mf3E firm ]Name of non-MBE firm Printed Blame of Owner Printed Name of Owner Signature of Owner Signature of Owner H�IYIVIYI- 3' Printed Flame of Owner Printed Name of Owner _ ...._.........__ _._._. _....,... ._......_. ............. ...... ' Signature of Owner Signature of Owner Title Title Date Date i Notarization Stateof ............................................_m County of _.._........... On this day of _._.... _..�._r 20 ,before me appeared d to me personally known and who,being duly sworn,did execute the bregoing;affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deeds 1, Notary Public lam' Print Name Notary Public...._.........._W Signature Commission E xpir°es..._._.. ._�.__.._...._......................... _.__....... (.seal) Rev.2110/15 Almy OP GC-6.07 Wage Rates y�oy THIS PAGE LEFT INTENTIONALLY BLANK CITY CAP FORT WORTFI wATER&Sd NITARY SF WE'R PEAC'E'MEN'T CONT R C7'2015 M-C P aH 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised.Iga➢y I,2011 Il, 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) Liyiur 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 Vp 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 $ 1316 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 1169 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 $ 1231 Truck Driver,Single or Tandem Axle Dump Truck $ 1162 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas, Page 1 of 1 yfiily �r J GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK �5 r �a CITY OF FORT WORTH W4 TER&SANITARY SEWER REPLACEMENT CONTR4 C7 2015 WSM C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pr®ject IJae 02434 Revised July 1,2011 r'; GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK iWy1w CITY OF FORT WORTH WATER&SANITAR Y SE WER REPLA CEMFNT CONTRA CT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised July 1,2011 j7 I rr' GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK r r 1171 71F CITY OF FORT WORTI I WATER&SANITARY SEWER REPLACEMENT CONTRACT 2015 WSM-C Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02434 Revised July 1, CO'YY ., OF FORT WORTH WATER DEPARTMENT'S v1u I+n NI!:1:1 3,.4?010:s STANDARD PRODUCTS LOST ON f a }^^ k � r¢%.i� ,rolnu P, r1�vAr � ,....... ._ � .._. ".: '1VAS I�SzaaaN p _. R tl p Ila 1 tlwuNa Iw 6 i a. 4 I 1` eslur, M"4 rY a>4Ad III .... __ tl34W p W'A aX VII OA M8 Rraawµv Y _ l W v V 4 N )vq M ah4rt d m MVM mA OI IdbM ....II R Q .. U X M zz 4 mn hw a n 1 nN warn W m ma it,law u a4 a a p pa 1nm dwlns li _,_ a��%� rPAwa udM;. u � N.hw t_N 9w�lry flub. I H°ct 4 wIP)i^7N,,, FN t 10+9 Ik Wv N 1" M1 uzkt p ,�9� (,v°unbm C', +ra�mw,FRbc�,�rv�ruuldr @ da tiM a nI^rm wv,.rb B—&1p p p—dam N^ o Y ... _. ... 1I a4 "uu tb pv IMhaudraaVm Fn pf aaexoro ... _ Vwl pn,nnty"V 6796 .. 400WD _ .f �... _ .. 4 .. _ .. ; .... Y N��,���§9°ri�StNuatrnna�dtc 4�Wk,r��tlua��d� rro�nrkA. I I Y 4 p p �PoR Opud A x d a N V W+t rwk kam P tI y II d y 4iuP.B ... .. ry- C 1:11 hA OEM flew d< AN XS fn N W k Ym. .A, I APoRI .... q Y;M ...,, N p 15 M9 MnrR II d W M a" h( r h _ _ _.. _ p e dNew l3 R.4 IId d 4w Oa dC _ _ Va;V V eul _ OWP. :A."vN 6b9A 48 24-VD. _._. ._ VII pA IId tl Oe fn tG w m C I I 1 tlW4flµhM1W tlp 01 Od µbP V4 Wwnwtl J q MilµMIN d ... ... 11411 AN hrfc Nv atlG I an M GIN 41111 2p h orXn ma.m4I dv w. ma Is _ �.._ ... ad @NAN"IKr aNN4 — r,tVmmrawre,'m wvwl lk[;Y]VIMS -- ° ._ ...._ I __, . CVV r u ^ _ n nwl raA Ju f .,.. 2a 4M Al nmPomtmp On ev iG,=. N .^ wl�r¢tll k^"M fl Np N81eY@ NbM IW — _ +n it x A 1u Il ut h ,. 1 _ ...,....__ I II D ;P l ! 6 dal? VV II Ilt A tJV^t MNbl dB Yo dll bl t ISI M4(f VV " — n, r t MNII l[%Nl NM ) 0 gp u _. I/i pl I N"I9 1,IA Mfi V 1 p .vnr„�k f d6wuv 16%If�1l h S b � r! ID k nM til 01„ h Iw v M4 ec,r 84„.r IN. 1, 3 u114 Nr” 1_1.... .@ ..iu P °Inii �b rssuNe G1 Rflf L;I"I i vui ... I rmlNtr l 0,u,,u Nr+l4X rMm .ati---- a Nz ._.. R9rlXlaale d9 anc°'dPraS^,pcX'+w"Mlrbt a fig. .. I Lill 14 �IM INaVc fi d II wIU A Y9 P'vnn.noNYN !A NA p N N1 kA NON r^ v, A( P .. ... 4 Y 4 N A v i 2342 Wm d 4i ° F@ k4 M ha to Wf _ _M m II Wwk Ill llf) hwudS+ ° Ykll.17411 26 4&a 1,144 m 0 6,to 42 .. MI t lad I w M pony..... ..., Eh�tl t24,MW9 n4 pltiw _ .. ammrwaM @p p4 N m„ N d< .. en G 2M) _ ,asp maa4F 24 ww I .... dwV...w .... �.. .. 0CM111 EI44.... MW hkP. A( td 1w 45+1701 F d4,wvev I A5118 Am.. 19 IN yf nflro tl .. ....... �� N+�dQ71y,vb;4,Ni NSd'1°}` u°,Yek 41aV;"�Y1I N uw_v lK rw4 io-R a91d H'wGaa�4,nDlrtprftnNwjP^tVC l lV�I F u . Y Ng C M _ h W f"J !1 SO IM ¢J by d IA m211_ h_.b.l NA IFBYaO/Ph1 GX_..(Qa'F b7' _„.. w ama Mt ...._ P .. .wVh h... . J 7 11.22 WA 141:. NVwv""1 _ ;•' " —1i 4.. AAaanh dx P—rom 8 nw^um1a. .. .... HAI as(-Av C.." tit°Y.h".H/1O _ A;4'd`MI G'd7°M 4V .... 1=k rM,. ,m^_.nw✓�.,rt n r n..... _..... 1AI.11 q r r t[...,rr_�'_.._ AS ha a M a mm^ p1 NM 0 r cr a .. NN sXo ryrw Nt.d o-r,p� _. .. nsvnnl�ar�r. ... 48 .. dSN If N1aA KY N4._.. l4fIX 4 AI RI4T n ID A dM pYl I IYAwh db-4NWNdl tY .§..1M MM d"M,7R. ..4m rA MJ)i YK A a vl 1 Ni 1k dk tlff N!M uhnX 7 G M51kd,¢479 "RYG 11A m P hM Bruadm IP .. ... , ., , _ .. .._ .. ........ ...... qX4 ARMl, RX IM M# Grek V" _.... fl&aaY Ida k N Y .. ........ ';a 0. 1 tR flX1 bi.M R ld A NS7 de9W {d& 2R r; OA'"71 .. mI"t1„Y"m,.. "hftml fl,....µ"x 4d eaho .......... C?(i nv 80 fl 41bvv.__ ,,.a ., ._KN XfA hRu dvnV,n rd Ln� _. A`bI11W I..f'PW 96."ph 74.._IM"o?NL,.,,,.. 1.; WdMY^tat Fp...q. ht h::,Nor (tl rotor n.:ll 4:,. .vV° ___.. Itti p:° 11 tn,i,11 n, Yi arko e,u4fl urn��,a V. As1!K1 F5 IN917 .. ........... ,...:,_... .. ...._ ......... ...... ..........� ..u„ ¢„i�'eev/t r4vr, r�„l,s.s �Vllk� PUMP r r nre r r .. „ ._ !o x&ca t e N F, .... .� a R .. _. _ _ fl t r tMSG4437%R..., dV%JNI k& h9 1 0 IG7 A nI- 6v e4 Aa p N @ iawn o .N�^k _ hA"kbOB� YM-NM� AA AnM PauY bbyh _ .. 4Y Y d(w IA K I'm _ Y111, IN 11 } .. 6.1 NW... ml.h Wrk lby Al-XM K-4—, � 4/20,011 LN A4.. M pannic4XW S u —8 Cm,pmy 5 IMIUA AOdY1b IN XW I� MeI¢�ad spteR Nrue ,.,f .^ dlai' A r,4hvuY� - __ NMIXd .f'a'r km.A PA kHkI 011V ru aRVhoN 4)4®d3 r _ _.. .., Rfanthr194"S 8t 1�4, aF{ctl,�N Sygde.ars(N�enf��fer�4afiltrakX� 4� d71J2SY!?Mu Y V IM Pq NvA4M Okr."Ih R S 1 .. µfH h `Fpp k 4W NX k,W d C Pwn1R ._A¢V7M;t OMet4RMV6 .. k. flM I&9 MvuY 6 M R y o 'iu r ma kiM140M[NM .� �.. w70290 j 2 .. ... . r ,« oyr«I r,^hw a, ....... ... . a nwl .� ..h—......_.......1 w a I y„MN I,„L_... . .... .., mzra r 1 1 tw - n r1v rrmro i n d6 4 s.� re.tlyi r _. . .... fi, _ Mra nyryrl I la?n,rYa .... 1 n w!f caaf. .. .wll - .._ .....� ...&.. p,�R d�FNkrobl«M�itu^nnCa�k w,��,L� rN�,,o,!,,w „ � ..... 4u"rs4 %. la ... .. T mGrrlslll�aadNkN�.Y�GMArIUru,Pv uX4 Nel"4� t y n /� IYM riWkY KN Xh N1 R dpaW &T Anl NaINA^ IN II N _ ,,. tl)]' pl..... Ooh G 1 .. ®.J. �._.., ...,.'..,,.081 MA1 fl ..... ,5 71W NYb2 IIN1M _ .... vrt Po W V1 M� _..... 6 4ry" .. titlBNfi ... �[ P9wtlt tr 1 P4rr„ 1.. IMtl9Y h,! 14 7 .@ l"I dour V )fir ^0.A iMR 1U A A rr. III 6 la vrt 1 ar cw^avvm I k V1 ! 1 D V 1 XY 1 u V i t OWkc n bBPo d Ibbwb—y d w/d.aar, F®f,�, _.... .......... j' I.1 Oa fi 04f Xt f d N4"fill[ r 1 M1 l @ , A41 fig 4'76 _ K ER FB 6A f Nn .N X J .. Cnaaux¢;dm Kw @ tl'nwt,ragnln law M Ill 4`.N'4YY ptl e7Y hW"64Mq%ar 2 ... 6 1 BDN C wy y XP D d .— .. ... d£ 1, En IW J a 4 4,Ot<v n n^ay,M M Ilx k'dtl N� _. @ kA"m4 fl 46 . __ .,... ,..... ....,... ... ..... .ti_ .... ___ ........ il ID Ta;"fla,ltm Rrvm 1bµre ........ .. ..... ..... ...... _,.,.,_ AnwnuacenY fA 4roralVeµre:C. �onpw YhIIM daM1 emcvun^.Iwutam P°nry+m N %4Y{MA Nd O6..... C184C4kX 1 .,MIa _.. �n _.... tlhlµrw, fk qq6 .M Mil C]Nk C',R3p _. Y"p kHav YtlA 4 8 t v Pet AW W ( 4 N 0.'IM 4 e. dhih+Wr7A,tl V 3fd P 0."r Y J ..,.., .. _ .. ... _ _. _......... .. .... .. ,_. ,t. ,...__..., �., .._ �.. ,.,_ ..,,.. i j mm IP, I 0TY or FORT WORTH WATER DEPARTMENT'S ltPIDA,'1V I1:1 3-,""M5 STANDARD PRODUCTS MT g646kXII 1.a R'N PJpG N4E X@a mtl"4nNR r rR r'9ab dw, . Wn q�tl°dmwa Y ud rW[,m ..,, AbWPAtlA F"NWN" .4 U(w IIP , . WWA4 a' raac-uaVVCP w Np�...� , „ _..... _.... .. .i ra^na..m:wn .. ... I ..�a. tlJ�Ulr r� � �, AeuwmmWUwr NFl �% Ll"g� xIS� N�sasti ... j �dP M, F^h¢NY q.X7k¢ pN pv"Gw ,. YTquR VkwcVtY.�A'nC1 wu0Wwkunr IrvwD mRM O717A P _. _ Nw�yws... C' .X„ n� m m�ca4¢rnaea� ,. mr MA u a reMnu a „ W _.. . , W au uW mew, Yd�hW M1 . as7WSr N2s8. 7 w au A 0_ Rte» fw&w . R R1HW 61-A1 9^4%'<G uuapaWAdl.4m G r_ p ary Pod WuwA4m 4hrwcil ian 11 Cnmh xA;.2Wn;up^.r—Mr N9914 F 749 W d. Sb _ uuwm _ ASxsWO swap am w +rn Oak m�raana dpp WR W9 al+;u Yp Mu nbN.Y d ca PUp, ..., „ _ _.. Iltrm uxw9 F1I U A ":, , ,... .. _...._ n'¢gtllBN dX PoSMy 11 MS„ G¢ d .. d n 5 &tad Wemrs p'np.m._.,..,� C'.WUo-"tl r-a41:Avdwgauve & +P,R-W RN2S H°rda. r w ram w.. .. .. b p 1ti _ _........ OWaunw'rornfi{RM4AUALa Cdw P a -_ _ WNVRt;"do wY"ndbBk 39,.., ,. __. PAiTM FM A STN4 D 1 ,.. 4 MA M,aw�:malr�w Y eJkd NR"d rB•P7 N751���� a .,. �C"°m' �I � 4H RU 4 n" .-.-.., _ . . rA W(IUA �U^aRmm 115" wows aRy« . k ,,,, AaflAram a ca. uW ... ..._, ,. N,.l 13.4Yaxrp lPoa.Yuxpa, •_ I rk�mR&A,Wid _ X � Aa�,� ag,R1114Yn @T rII 7�7 pWa Aw^mer III w. . , . . % andB W6 bt ,4 4SIIVro-AB ehwuwN rx bpaA,., 4 rBw p Ip ri.i. _ +a CI-ZdA 111W,°amuwa M1M ON XLp'kVYHC Fo A ti3 AhWhr T DNNRIR A J6eAFLW_, I .,.d Wfl ...YIro H bW 7_ IrnwW n ff -.. n ELM LW Y"Vl'l WWVUaa Nor _ ., _ AI6A NAW dAtrtw,,,dRW .V-1`._ ._ .. .., -. ..J� uPJ NV1ad Afl28 VVL',%-hp. Pplm1f 9"1. gDRPP 1,Mk0 ASTM F 679 1 n8 RW"MF^d+T .,@'rfbtlh d,0aamroll lVwnvl Na P'VEC Vh .... Y d r7roA .wII EWI wOm^Lk11 Ea Aq dm¢.... .. Q, Ir VVG P hr "AA"fl RAIW i"!'rrPb m rfi Pa R7 XII O2AM 1 d N Ph6{V Ch v Bwn AM18W("Wtl G46DOYP P P XIC 64arma P urlW aaWVIM1gGPd-0 tl BES 1 VC.-uII�sP W W X _._ ..mm.... mXb.vmwwU 111 Q Y..,m .. , ..I b 9 A 014111 g%�i dk cm 4R. i. _ R"® ... II X Xtl1 AmaA,uu `U Yn 4W e IM _ R.,Be �"�"".,�aed + ... IIN 9[9Ni 1@ W I.,, aA'L AU;phM tlA 9V i.:04A-A"W't4F oa A o " A N"ro''..+, ..,,....... Imwa RAmm% Wnry UM AkP UB'+'d'gUVrbY aMr V¢cgaV'xep ., .._ AWB`r�m flA"Mli;R4 .. _,. ...._..... mm I ., _._ ,.,.,. RWaa`6taEptlxra�.ab �„.ura.. .., uupp pk�a aWm � p oWUAmem7v Y Aayr. aMrrlCw'PII EBXM 7 n"R+C. d R m�mm w„um XT a AT' R pAwm PW 4 .. .. wan '° .. a:.EC W o r Fwd rd*��r Awnuuo-uusw us nwsW^ aRVSarsn nudwn” W r",9dNR-A P'N'C".4mm Vnry r+ Ruaww7., .._. Ullwmw II'7i"NW,"a: p..., _._.,..._...... - . . _ ..,.,_� 6m RAYY A u II @tl IIaoAP ^114�' mAM,AP WWtl`kM R"x'a of v4 wmuF uY uunW �,,u^�us u.w �m ou �aawea P Hw un r6.ou ..., n:u� �+xm � �R ., .., .. .., r'4vuW w.aw.u. .m .. _,,. _.. p, _C_. H ''u m .RCr* qnA v W A,C., !^ .& ._ 'u...... ... A a a and °I a��w;�muu"p .n a y�.o-ou v d�ww oR Ado.. ., .. 1 X.a i1 xr sm "_y..,.,. 4Y D hU EW 4d:NN U 0.FC'..mnN WII mU.aO wnrvllT ", .,..-..._. C 1r Wa , , ... ._. d Wb " � 1 1. VW A 0 N UVaW,Ary r➢ _ moolu 4kxuwnW d'pA A w.rmm fl us _ �BNwxw YPo . XC y eAr wi/d R'Y M cMerm ClwXnHmwx ra¢m N a IIWR rMW 11 nd Nmd A, uHW nP 1166PA1a N.9 Pd'4KXfi ynd da xud RWbS!"'t _ Nd MwwuaB, ........ ._ A>arxvr�d a.lawwtr�. ..... , ............. ,,,.. _ „ ,. ....... ._. WRUrNNI IeaYaeAX !�.t_ .... aasp...a �x.a ...V.: ...... a, re,u� r�aAYP Pp u a Wr apA,u A uHp ,,.., rasp l _ - L- ...,. m ._._ .._ _ r. ..._,._.._. _...,_ ,T w� 1._._ .,_.. m.._. . _ wc .__ ° RVry raves�ma s Nda m W a M ux4usW4a Yes sru�u Irs YtNUms rw�A Iw Xdoua, A�Tmsrrrss oe�r Rraaz a�ro'axtaa x"ARS:A�uaaauPpw,._ .. R✓nNx%a'"r Pfiy-` a°awra..... .. Ex waa:awas ,... A,..r7mmr svaaa.d•'.�urea up w,»cm°m`�dnw�,,k ffinz "eRlarnRnRCru4.w5, IRwasWE ar a �WsRO . Paa rr mn Al ,. myA1) ___.. _ _ __. )A _ r .. W4r,4.m Al "Gmww A »'xtdN 4 XIp _ w Pt¢t�d eeaia7 1109,02, %,d kMa A �mmam. .•__ Fwd AwA¢"nawNACUm "3}rWwwmm w a.AmAm Am�R re BM rih$4X 02,417 Wfi - adarcwmmam'WwAM a j ,. Ail wW 1'Avw9w,n5 ms iww 11 ar. 56 6&s,.fWpwm mw sm .. anBxan d"7 i NA .' __ a Mr ARf dam & NA PPr4urtl 0 WX .. ...' .. .. 114 Kh hE �a,Wmp.wnnAv NaAdwwnw,.o Nnpr,'A„p a ;W wu nx k <Vrt I+l�p U 'bAmWRCaM�'�mmark C' .,4� ,^ nk d 4 4 iU AW II K U ma: II I P 0 IX,..«amCl w Fq°avn meAuwr. PVpr An 4A” 3 6d7fe5Ngt W-. adw p _. .. ... ,._.,_..r FA ... _ ....,�__, "dw � b wWB d1NdbNBS ... .IIAa sp Ne Xm• ......... ...,._.... _._.. �. ,_„_. _.. .,. ,_ ,,... ..� ..._ .. .., ... .. IAVm.^„1frs.MAUnm1&"awwY," . MaP aA.wn PRwR Wmaxmu N,k, I`uaanrCm P@M,,,,, "al 0411ti .............._ Ynuvwrxnw'Xn w l tm E wnp .,.,w,_.,...., ._.........__, ,. ,,,..�.,__,.....�_ V wB,._ ._.,,,. ,,.. .......,,,G.,. b.4)0 ...... mm P R U7 ruff!0 n P liv aneW� '.. YRl rl NbA Cpl rU 4r Q.uwd!•AromB A R- VCwr knA.¢ndua WBare' A PA A rer VAUAI V.I.,14,.ro14'AW A9.7"RAr2W4WA IIU"AdM A r dpP m.,. �6 __,a A.re mAs Ca ms m.C'.% Cm mA A uu w';C ado N.Aa . , ., `+aV .,.. 1P Awm /px Ama&u a0.NmCYA fElA 1a',Wrs%r W fFr4'N4 M P A 4 tlMYJ7YPP9 W"R.PIA 1'YaasaRrc Mwum fl`aRt'W�I1W" . ............. ;WMa RW werrow,�mww,Umr, ....., .Ai1roaP,wammmJl dlmnW N"nflwpa AWNtVM1FA R"pW9 A.rnX4 ,...."..... parr u;ao rnCw AAr':aaA,R......_..... ....., m�. , _... .aWnn rrop,...1pr mn:m.°�.°,. .,....._ psAA w .' aAaA,um�«�.a,.. _ AVVWAC p,nnp _ _ t R w7 d a ra,waur R.aw�!= .........._. ...., ma rW r us armuwwvA..awARAwm. RAw.^nuAw"a'.ufl u�snr W RawP sWni c"uA aAdu :+arew',A s u sa,a.R o r, u .. Papina"/'AP Rir afM rood R"nm r ........ "wgyawa.area , SIww AAdb4 XmR MMII&ReuRuEprp AUIMfp,g„R5fi 4RP'l6wlXW V:¢„dnA MbJ q^u8 ,",_.,, .._.,..,...., .._.__._,__._.•"" mcwmA ._.... ....... ... hNmenw 97dU FJ N%y pP1A 0.AR0myo, ANY7Npr CU'TiU ....... A M1P nW 4n 6W.... P ` AN'WA* C M' ^P A 24 i ,,,..,. _ _ ab 272AN .._.. ._..m.....,.. 11 MAN w r..n-a47 rawa,r. .rR: pavwmmmaAw ........... a:bn twwd,,uAm sNwauomw .d.'.4Rdw1u'awA Ar�1WAe,rtNA.uapw�^nW¢ a"crepe° d1A.M1%�MA F.II AGV �' ui wNU Ave . OIHAA Ra OImw 0 h9sA&Wknrodv R14WUd NsB nMHp k M,"W'WJAe nUVd�p M1P4:p 4Y ~A a 4,1 617 e'B'xA fir..N p-8r nwanW .. .- ., ... ...... ., _ ... ........._. AVr wvoak P:Ptiftf60 Mm,nprx,0W mTWW/ 4Md„U9ryY P6VWWACRnp6pN1¢144 a R 1MPI�fI,I)� WP PN'U d#-kO-dR dW"Lk AqX tl,W -._ ....,�„ ., .. ,_,_. ... _ ,_._._v.. _ .. ... .... .. .. ... ...... Wa PArva�XmpM 6ef rvRmuaraaamV bduvl NCewmne ma m.WN'WYdA41NN,CI�PM �p"RUU72" ' „-, iva4l YNbwa aPm&w,.....:.CtlRwlpdm 9A�pmw,4:a •,WAU?m %i 1'Ga10 q uauua P VDwmuvr,.rwU XROk P,t 4W RRA fl*�pl. peµ'12wXW II:R14 tlk iwre R+.msk wwR aW b9�M 4ARA`X hm Nl.wwt rortn H. WQWj ...... dl V B7• oRT'",w 5, Lblcwfvueds.,wB pWAnuC 6'oP6nu pm...... "+4l"bWoxWOemm ..... ., ➢fn o H,6.” A"WWM fl Y,i 9 nra"rI" .., NMnr Nvwau _. ..., ...__. .,. .,_.__ ....__� ... ...,. _.,.... _ ...... .... .,.., ,..,,. ....,,, ....,., W. .w Al NVIU)y l ” _.._—.,^�rwrawraAraaamr � ... �rel�aarma.,rnx.� WAa.param7 rW^ raroa,x _ ._ Pm ww oftvraa_m Fw a &M w&p aA W minas' �r zsw A a�wa W^war^ u, p xA Af sin m d.m _. _ t vin C H k..._ wwavxmzssal aCreWa as. .._ .. ._ xis?.. ._., AsRVWmc,'�Kr adn wmsvA wxoA o-R-zA s aWC owww re .. A ver s av IW�aa7uxaau, AW�wAVSrn um qx ..,._ ...... 4 _.P AVu1WAC5115 1:m' a. _.,._. �aas^...._._.._ `. VuR+tiMU,NBM Pkap+.A A pM1M. 4Yea Vt 0 em M I nvw a'.muevm4„ , ,,, ®SPS,dINM M^'.I'.]�dr OM.a^aieOnR Vn URACn tlP.RvwA A�mmrciw.mm.Pn`PFd`�'" PLrAwuwr. PAVpw Wm'ud i rdV skVCAY,A C".'W�;M 4"Raw pB" 5 d''n",u,m•..,,,'; WF7a'p'u°s If+�x�'�I" �Rls/ cffy OF FORT WORTH WATER DEPARTMENT'S STANDARD PRODUCTS LiiST 4 M.-T MIK tl:2��M 20,.,j BAry f,-2f" il;g-I N-WO..Ww M.411"C. i YVON,b V.h. AWWAC5111 WPM R.Arm"r %I.M! 8—fulo 1'.1I 24 M vlpllY AWWACM AVIM�L W woi,� .4v w, J 07 MpYAR/®M II _46 , Y.N. Ck",VA.C" AWWACR? ImwSmpaa ............ PaCVV OD D�aTNtL_ AWWA Cius P-5 w VA'.U, w0"W'FG-W,� V,C_W$ k j EZ G".vml,� V,I,I ,Im Am F, .......... I.,� I �'�......... .......... -LI s Mv ........... B WWA c SbJI pw 6 3-0 5 hq�dllllll C2� AWMiA C UM 24,.d�roDm I I sfl iMM gh5aED., u di-l":V.1,.,d M­96a FG�ip %'w'— "hid" &wwKc Is l a u )bww : _u kk­lb v I, 1r vas 4, 4 AW.Al, 14 W ........... pq :'L%,.lalml Qf 1-12, AWVM1q',M'4 MTVV.... F iL�_MWL 033M i tl Mk it M , AWWA C M1qj IIb m.rcO Mm Pxdw N�,Jl V1911, AWWA C,��2 My w N�,Hy" A—p AVK C-np � MM02VA, AWMIXF;r5 it ovwm av,,oi Aww(IC1,07 S�42 Diry B-A Piij�i Ul K­14�1,4m, 5i,,,plkl.......R M,119 BOR qu AWWA L;ow wnPw, ji±U )O,y"M R.Hy*." I'M HV.i.Omt.',y sh",N.-i"N"O W N, myw�x 5l MIA W N."IM iqKLUK�- -----ff-I-Q. L4�LkLqf�M�,atm AWVVAl'-Wl WIM I'li-R2 L.� 21V _Tlii� F�42 U S pipsA Slk�k 22rim,iq,,0�92, Awxr. 7 ... . ............ .... ....... .......... .............. M MA MMR2 (A­ MCI DwAlle(SSISTmp M',,Jdk w ca vayp 33 u AW A 'A' 2117 U��SiwkWw vl.,., AhKLIM,qllMW MONACA r m . lhwo ss,suq. X iq NlAw".W 046%Makk bAnd ss SO& i"._,T am U -lb S.'o.ESSImp h I I Nown II.", WJ5s kd p M,u7," 0 5 2 1 V2 _K�V,75 XIM 4 NS il.0a1 ISM t129A 1�2�n j,N AVA�11��1,22�, �_Yii.... n.2 Mnl� .. .... �1212 R, L-l'o", '.0-sw,A AUl"!10, id. N W us 77 5 _!�Zll,,� d. iTl 0",1 d ..... ....... 6-1 1 Q3 A 2 1,I m�7�7,A�6 1,1., - - 'A yWl 11 11 1 p75 NA yL�itldv�­ Alyl&,�!all I'd ............ ..........rn &P sr, ;t ­k,,� -- -------- �M�A INP k b N., MM!2 M,�. ,VU ...... _i ILM 11,51 10 21,1010 ME MEN= MIRA mill"lliM. k , id, .7 ..... ......... ....... . .................. Z" W.,w 4WApp.?!4.:L:.. N 5p 11..apmy.­dvm^.mm,-'a..w.R.1 axif d. cl-I., d. N'A-W k d.I W'.i,W.."11 kj�.,�o 8111.&0 A.RM M",W..Mp.- tw­l N".h ad.wk pd-k""'M V.b_,,j Ilk wn-'.. f1h.r N.A fiRxcd'­ww*', fl, ­o,pmulu oi,q Wmll,wAw, sil-d.d lk,F.W�, Ww rV T,OJ YN"701