Loading...
HomeMy WebLinkAboutContract 47385 "CRETAW 0 V' 21 TacopyFft C L V rt F ONI RACT NO. I r -CONTRACTOR r CONTRACTORI BONDING 00. FORTWORTH 4 crrySECRETARY CITY MANAGER'S OFFICE r -ENGINEERING DIV. TIPW®FILE COk PROJECT MAN r UAL FOR THE CONSTRUCTION OF 2014 CIP YEAR 2 - CONTRACT 2 UNIT 1 —WATER UNIT 2 -- SAN I'I TARY SEWE14 IJNIT 3 —ASPHALT PAVEMET City Project No. 02433 DOE No. 7377 Alater Project,Ntimber: P253-606170243383 Sewer Project Ntirnber: P258--"70617024,3383 Bet. y Price David (,00ke Mayor City Manager John Robert Caffnan Director, Water Department Douglas W. Wiersig, R.E. Director, Trarisportation and Public Works Department Prepared for The City of Fortr W rth 0 Water Department and Transportation and Public Works Department July, 2015 01 1 0 Ar .I...�� --"..-# I ^ LAW �,*F_ I UK'm ............. 90528 C_iwil E.mi a iii e-e-F.Fj 40, CENS F-10723 ............ 01 OFFICIAL RE �,�ORD 7( CITY SECRE"IrARY FT lifq TX ................... City of Fort Worth, Texas Mayor and Council' Communication r, 111 �� 1 X11�� /�//��/�� %,' ;, X11/I/� ,f� �� �,�� //��1� l� � 11�1��1 DATE: Tuesday, 'December 15, 2015 REFERENCE NO.: C-27569 L OG NAME* 202014 CIP YEAR 2-CONTRACT 2 jqp4m: Authofte Execution of a Contract with Stabile &Winn, Inc., in the Amount of$1,983,105.20 for 2014 CIP Year 2, Contract,2, Combined,, of Mix Asphaltic Concrete Street Rehabilitation and Water and Sanitary SewerMain Replacement at Multiple Locations Throughout the City of Fort Worth, Provide for Project Management Costs, Construction Inspection, Material Testing and Contingencies for aTotal Project Budget of$2,622,381.21 and Adopt Appropriation Ordinances (COUNCIL DISTRICT 6) ........... It Is recommended that the City Council: 1. Adopt the attached appropriation ordinances increasing estimated receipts, and appropriations in the Water Capital Projects Fund in the amount of$570,606.00 and the Sewer Capital Projects Fund in the amount of$436,740.00 from available funds; and t 24 Authotize the execution of a contract with Stabile&Winn, Inc., in the amount of$1,983,105.20 for 2014 CIP Year 2, Contract;2, Combined, Hot Mix Asphaltic Concrete Street Rehabilitation and'Water and Sanitary Sewer Main Replacement Project. - -11.1"1-111111111- �- .�- 7 DISCUSSION'.- a two I This project will provide far street, water and sanitary sewer improvements on approx imtel, y olane Files at multiple locations, as indicated on the attached list of streets. The Transportation and Public Works Department and the Water Department will share in the cost of these improvements. Transportation and Public Works' share on this contract will be$975,759.95 which,is available in the 2014 and Prooram and!the Water Department's share on this contract will be $1,007,345.25, of which $670,605.25 isavailable in the Water Capital Projects Fund and $436,740.00 is available in the Sewer Capital Projects Fund. This project was advertised for bid on July 23, 2015 and July 30, 2015, in the Eo_q_V)§fth_%_ar- 1ple On August 13, 2015, the following bids were received: Siddefs mount Stabile &Winn, Ini 1,983,105.20 Jae son Construe �ii,1137,040.50 Atiis Bras. $2,927,004.00 Lo a, 202014 CIP YEAR 2-CON'TRACT2 Page I of 3 1 i D i u �, F r,9! • i, 1 N 333 4 • 027 1173.00 ab a -• a, e- a •`� • e e � � / r available in the General Fund to pay expenses which will be incurred on this contract until reimbursement can occur from the Issuance f public securities. Upon approval of the b a re mmendation$and adoption of the attached appropriation ordinances, funds will be available in the currentospital budget, as appropriated, of the Water Capital Projects in the mount of$20,871,446.67 and the Sewer Capital Projects Fund in the amount of$24,188,736.08 for future capital projects,. Funal prpropHations, Enouurn Rerrrainin � Iarwo r a � lExpenditures X2014 Bond F'rogram 2,29 ,301 99 2,2 ,306.99 0.00 014 t r Capital Fund;µ $1,333,467.2x.. ,,,,,,,,, �1,333,46j 25.. µ , 0.00 5901 ewer Capital Fund � 027,143 09 � 927,143.66—­- 27®143 0 0.00 F_UMD 11= TtFI O TF n Ap ra '-nt idaur- roj Progam ctivity Budget Roferen Am,cunt I t ID Year q1 06004 495 1 002433 �" p16 7 �� d w 07 07004 4956001 433 C01783 1l 7 a F111 un Department ccmun m Prcj eat ProgramActivity Budget_ Refomnce# Amore. M ID Year 01 0600430 4t O1(? C1 0 4 3 n1 �3 201 � , . 0700430 5740010 1;1 o1f� u74 Q� 020 31 574x010 043 X016' X75 ' , . —. ..... , .. . .pm.. aqbM,1#pd t I to Jay Chaps ( 8 ,In t : Douglas Wiersig 7) Kristian Sugrim (3902) TIFF, �uw. ATTACHMENTS 1, 1 :Jr. - "t ' (C Internal) 2, 141 F �� . f (Public) . 2014 r_ ca- fro" �l ��O I (CFW I al) 14 ; 2 QONrrRAQ1J sower e1 .ddb (Public) 1 IP y Water Rev d+ (Public) 6. F tln. ls ( Intemel) 7. �Stabile___and, e f ( W Internal) i T i Lo 202014 CIP -CON,r . . T 2 Page FORTWORTH PROJECT MAN UAL icy FOR TIC E CONSTRUCTION OF 2014 SIP'Y EAR 2 - CONTRACT 2 1J'Nrr I —WATER UNIT 2 .......... SANITARY SEWER uiw Clity Pr(kied No. 02433 DOE No. 7377 Water ProJect Number: [1253-606170243383 Sewer Project Number: P258-70617 243383 PF Betsy Price David (�"ooke Mayor City Manager John Glob ert Ckm. nan Director', Water Department Prepared for The City of Fort Worth Water Department July, 2015 10P I Eric r!"o F-10723 v-i-A pi Oro, tt; ..........* LAWRENCE HA UON 0 w� m V C '0 90528 q4ONAL FORTWORTH PROJECT MANUAL FOR T. b CONSTRUCTION OF 2014 CIP YEAR 2 ® CONTRACT 2 UNIT 3 .— ST": EET' CONSTRUCTION At Various Locations City Project No. 02433 Betsy Price David Cooke mayor City Manager Douglas W Wiersig, P.E. ?1P I)ir,ector,, 'I'rci.iispo�r,t4itio,ii and PUblic Works Depwiment f Pre ared for p The C ity, of Fort Worth TRANSPORTATION AND PUBL.IC WORKS July, 2015 ............... LAWRENCE HAW T, N �.t'r.............. ..................1.V. k NAJIE 1Y FA 90528 .......... 683115 ENst l r City .......................--S" -ta-....n d--a—r-d.......C' 'o'''n- s-i''i-' 'u" c' t-i o" "n- S' p-e--ci-f-i'.....c--a' o' n.. ..... ....... Documents Y Adioli�ted September 2011 00 00 00-I STANDARD CONSTM W1101N SPEOFICATION Page I of's SECTION 00 00 00 1" LIB OF CON]"ENTS Division 00-General Conditions 11" 0005 10 Mayor,and Courwil 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 004243 Proposal Form Unit Pfice 0043 13 Bid Bond 00 43 37 Vendor Comp I iance to State I..,.aw Nonresident Bidder 0045 11 Bidders Prequallifications 0045 12 Prequal ifical ion Statement 0045 13 Bidder Prequalification Application 004526 Contractor Compliance:with Workers'Coin pensation Law 004540 Minority Business Enterprise Goal 005243 Agreement 0061 13 Performance Bond 0061 14 Payinent Bond 0061 19 Maintenance Bond 0061 25 Certificate of Instiranice 007200 General Conditions 007300 Supplenientary Conditions Division 01 -General Requirements 01 11 00 Sunirniary of Work 01 3300 Submittals 01 35 13 Special Project Procedures 016000 Product l quirertients 01 71 23 Consli-tiction Staking and Survey Technical Specifications listed below are included for this Project by reference and can be viewed/down loaded from the City"s Buzz.saw site at® 2,OC(��)ii,st�i"iii,ictio�iii%201)cN�tii'vietits/SMificatiokis 01 2500 Substitution Procedures 01 31 19 Preconstniction Meethig 01 3120 Projecl Meefings 01 32 16 Construction 111rogress Schedule 01 32 33 Prcconstruction Video 01 45 23 Tesi ing and Inspection Ser%(ices 01 5000 Temporary Facilities and('I ontjrols 01 .5526 Street Use Permit and Modifications t(,:) fraffic Control 01 57 13 Star nn Water Polliftion Prevention Plan 01 58 13 Terripormy 1111x)jamt Signage t CA a`" OF I-(.)R,"WORTH 2014 OP YLvr 2• Conlmct 2,Unit 1,2,and 3 STANDARD CONSIRUCTION SPECIFIC NTT 034 D00 IM!"NTS (714 M433 Revised Novewnkxx 22,2013 F/11, 000000-2 STANDARD CONSTRUMION SPECIFICAMN DO('UMENTS Pap 2 of 5 01 6600 Product Storage and I landling Requirements 01 7000 Mobilization and Remobilization 01 7423 Cleaning 01 77 19 Closeout Requirernents 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents Division 02-Existing Conditions 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 CastAn-Place(..oncrde 0334 13 Controlled Low Strengh Material(Cl..,,SM) 033416 Concrete Base Material for Trench Repair, -u 038000 Modifications to Existing Concrete Sh ctures h, Division 31 Earthwork IPP, 31 23 16 Unclassified Excavation f 3125 00 Erosion and Sediment Control ir Division 32 - Exterior if 3201 17 Pen-nanent Asphalt Paving Repair 3201 18 Teniporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cernent.'Freated Base Courses 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealmts 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 '73 Concrete Paving Joint Sealimits 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 17 25 Curb Address Painting 3231 13 (.,hain Fences and Gates 3231 26 Wire Fcnces and Gates 3231 29 Wood Fences and Gates 3232 13 Cast-in Place Concrete RelarinifIg Walls 3291 19 Topsoil Placement and Finishing of Parkways 329213 Hydro-Mulching, Seeding, and Sodding 329343 Trees and Shrubs Division 33- Utilities 3301 30 Sewer and Manhole'resting 33 01 31 Closed Circuiffelevision(CON)i Inspection 14 3303 10 Bypass Ilumping of Existing Sewer Syslerns 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Clorrosion (',ontrol Test Stations CITY OF FORTWORT'll 2014 0P Year 2 contirdrA 2,Unit 1,2,and 3 STV4DARD CONSTRUCHON SPIRCIFHATION D(XJ HVEN Irs CT3N 02433 Rev&d Novembeir 2.2,2013 P 000000-3 S'11"ANDARD CONS I'M K:IFION SPECIFICA,r[ON DOCUMENTS Page 3 of 5 3304 12 Magnesium Anode Cafl,-iodic Protection Systern 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance'resting of Water Mains 33 04 50 (".1leaning of Sewer Mains 3305 10 Utility'French Excavation, Embedment,and Backill 3305 12 Water Line Lc)wering 3305 13 Frame,Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets,Valve Boxes:,and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate, 33 05 22 Steel Casing Pipe 33 05 23 Hand'Tunneling, 33 05 24 Installation ofCan-ier Pipe in Casing or funnel Liner Plate 33 05 26 Utilit Markers/L ors ocal y 330530 Locationi of Existing Utilities 33 It 05 Bolts, Iquits,and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(11 VC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cyhrider I"' 33 11 14 Buried Steel Pipe and Filtings 33 12 10 Water Sefv ices I-inch to 2-inch 33 12 11 Large Water Meters 1P 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber-Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systerns 33 1240 Fire Hydrants 33 1250 Water Sample Stations 33 1260 Standard Blow-ofl: Valve Assembly 3331 12 Cured in Place Pipe(01111) 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3331 15 II Densi Polyethylene Pipe for Sanitary Sewer Pipe 3331 20 Polyvinyl ( hloride(PVC)Gravity Sanitar), Sewei 3331 21 Polyvinyl Chloride(PVC)Closed Profile Gravity Sanitary Sewer Pipe I PIP 3331 22 Sanitary Sewer Slip Lining 3331 23 Sanitary Sewer Pipe, l'iflarg ern ent 3331 50 Sartirary Sewer Service Co nnections and Service Line 33 31 70 Combination Air Valve fior Sanitaiy Sewer Force Mains 3339 10 C ass-urn.- 'lace Concrete Manholes 333920 Precast Coa ncrete Manholes 333930 lZiberglass Manholes 333940 Wastewater Access Chantiber (WAC) 333960 EpoKy Liners for Saniwry Sewer Struchil es 3341 10 Reinfiorced Concrete Storyn Sewer flijpe/Culverts 33 41 11 High Density Polyefl-iylene(f IDPE) Pipe for Storm Drain 33 46 00 Sul,,)drainage 33 46 01. Slotted Storrn Drains (A I" OF FORT WORTH 2014 0P Year 2...Contract 2,Unit 1,2,,md 3 S'll'ANDARD CONS M K,110N SPIXIFICATION II 0 HAI NTS CIIN 02433 Revised 111ovembe,22,2013 on 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 46 02 Trench Drains 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 334940 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 3441 15 Rectangular Rapid Flashing Beacon 3441 30 Aluminum Signs 3471 13 Traffic Control L Standard Details Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-0 1 60 00 Product Requirements END OF SECTION ML CITY oj-,FOR] WORTH 2014 CIP Year 2—Contract 2,Unit 1,2,and 3 S rANDARD CONSTRUCTION SPECIFICATION D()C(1MFN*I'S CPN 02433 Revised November 22,2013 0005 to- I MAYOR AND COUNCIL COMMUNICATION(M&C) Page I of I on SECTION 00 05 10 OR 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 7 8 9 10 12 13 14 15 16 00 17 ob 18 19 00 20 21 22 23 END OF SECTION 2014CIPYew2 ('on1ract2,ljnitl,2,ajid3 CITY oF FOR,r WORTI I SPECIFICAHON DOCOMENTS CPN 02433 STANDARD CONSTRucTioN - Revised July I.2011 0005 15-1 ADDENDA Page I of I SECTION 00 05 15 2 ADDENDA 3 4 5 6 THIS PAGE INTENTIONALLY LEFT BI..,A,NK 1-7 8 pp" 9 10 112 13 14 irY 15 16 17 18 19 20 MTN, 21 22 23 END OF SECTION CITY OF FORT WORTH 2014 CIP Year 2 Contract 2,Unit 1,2,and 3 sTANDARD CONSTRt�CVION SPECIFICATION DOCAMFNI'S CPN 02433 RevisedJuly 1,2011 0011 13-1 H14VITA110N To BIDDI.,JRS Page I of 3 dlNra SECTION 00 11 13 2 INVITATION TO INDDERS 3 4 RECE111T OF BIDS 5 Seated bids for the construction of 2014 CIP Year 2—Contract 2, UNIT I - WATER, UNIT2- 6 SANITARY Sl,IWER,AND UNIT ASPHAL.TPAVEMENT,City Project 02433, DOE 7377, 7 11253-6061702,43383 and P258-7061702,43383 will be received by die City of Fort Worth ate, 8 Purchasing Office: 9 10 City of Fort Worth I I 1"urchasing Division 12 1000Throckinorton Street 13 Fort Worth, Texas 76102 14 until 130 PAC CST, 1`hui,;day, July 30, 2015,and bids will be opened publicly and read aloud at 15 2:00 PM CST in the(''f)uncil Chambers. 16 17 GENERAL DESCRIPTION OF WORK. 18 The major work.will consist of the(approximate)following. 19 UNIT 1: 20 • 3,4010 LF 8"Water Pipe By Open Cut 21 • 705 LF 12"Water Pipe By Open Cut 22 LJ NIT 2: 23 • 2,970 LX 8"Sanitary Sewer Pipe By Open Cut 24 • 12 Manholes 25 • 8,100 L.F Asphalt Pavement Repair 26 UNIT 3: 27 • 6,182 LF Remove and Replace Concrete Curb& Gufter 2 • 11,720 SF Remove and Replace 6"Concrete Driveway 8 29 • 610 SF . Remove and Replace 4"C oncrete Sidewalk 30 • 9,144 SY-. I I" Paver nent Pulverim,tion 1 • 9,144 SY—3"Asphalt Pavenrient, Tylx D 3 32 33 PREQUA1,11FICATION 34 The impi-,overnents included in this pro J ed must be perfonned by a contrdaor who is pre- 35 qualified by the City at the time of bid opening.The proccAures for qualifitcation and pre- 36 qualification are outlined in the Smdo 00 21 13 .....1Ns,rRJJ(17I0NS TO BIDDERS. 37 38 DOCUMENT EXAMINATION AND PROC1.)REMENTS 39 The Bidding and Contract Docutrien,ts may be examined or obtained on-line by Visiting the()ty 40 ofFort Worth's Purchasing Division website at 1i d an 41 clicking on the Buzzsaw link to the advertised project fbidem on the City's Buzzsaw site. The 42 Contract Documents ii-nay be downfoaded,viewed,and printed by interested contractors 3.1ild/or 43 suppliers. 44 45 Copies of the Bidding and Contract Docutneirts may be purchased from the City of Fort Worth 46 Water Department(817-3912-,6055)at 311 W. Th Streel, F ort Worth, TX 76102. 47 A 12% BE goal has been assigned to this prqjec�t. The follo,wing are amendinents to the 48 Business Diversity Enterprise (BIJE) Ord inance- (7ry OF FORT WORTH 2014 CHI Year 2 -Conftucl 2,Unit 1,2,and 3 SIANDARD CONS]RUCnoN SPECIFICATiON 1)(911WNTS CTIN 02433 ReykCA July 1,2 0 11 0011 13--2 9NVITNUONTO BIDDERS Page 2 of 3 1 0 Contractors to submit DBE documentation in 2 days 2 0 DBE Documentation must be received by the Purchasing Division by 2pm,on the second 3 City business day after bid opening,exclusive of bid opening day 4 0 If the first Offeror/Contractor does not submit the documentation as required they will be 5 deemed non-responsive. 6 0 Projecl Manager will notify the and off r in writing that they have until the second 7 City business day by 2pm to have does in Purchasing Division. 8 0 If second offeror is non-responsive the Project.Manager will notify the third offeror,in 9 writing that they have until the second City busin m—day by 2pm to have does in ➢0 Purchasing Division. I 1 ® 2 day submittal requirement begins on Goals set on April I I going forward 12 0 MBEs and SBEs with a Principle Place of Business outside of the 6 County Marketplace 13 must have a Significant Business Presence 14 Updated DBE (M/WBE) Fonns with 2 day submittal requirement are available on 15 Buzzsaw and Public]�°'ollders M/M(BE 16 17 The cost of Bidding and Contract Documents is: 18 Set of Bidding and Contract Docurnents with full size drawings: $100 19 Set of Bidding and Contract Documents with half size(if available)drawings: $60 20 Checks only and make payable to City of Fort Worth Water Department 21 22 PREBID CONFERENCE 23 A prebid conference may be held&s described in Section 00 21 13 -INS'FRUCTIONS "TO 24 BIDDERS at the following location,date,and titne: 25 DATE® July 9,2015 26 TIME: 9:30 am 27 PLACE: Clity of Fort Worth Water Dept. Annex. 28 311 W I Oth Street 29 Fort Worth,,Texas 76102 30 LOCATION: Conference Room 31 32 33 CITY'S RIGHT TO ACCEPT OR REJECTBIDS 34 City reserves the right to waive hitgularities and to accept,or reject bids. 35 36 FUNDING 37 Any contract awarded under this INVITATION TO BIDDERS is expedr-A to be funded from 38 revenues generated from user fees,bonds,,and grants and dedicated by resolution of die City of 39 Fort Worth City Councill to the work under this INV 117ATION TO Bff)DERS., 40It 41 42 43 44 INQUIRIES 45 All inquiries relative to this procurement Unit I -Water and Unit 2 Sanitary Sewer silould be 46 addressed to the fbilowing: 47 Attn: Robert Sauceda, P.E.,City of Fort,Worth 48 Email: Robe rt.saii,ceda@fortworthtex,3s,,,gov 49 Phone: 817-392-2387 CITY OFF'ORT WORTH 2014 C11"Yew,2 Contrut 2,Urift 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION IX)CUMIENTS CTIN(Y2,433 Revised July 1,201 0011 13-3 INWrATION TO B119DFRS Page 3 of'3 1 ANDA.".W. 2 Attn: Lawrence Hamilton, P.E., Hamilton Civil EIngineering 3 Email: lawrence(4),hamittot,iiciN,ileng,�iiieering,,coii-n 4 Phone. 817-320-9679 5 6 All inquiries relative to this procurement Unit 3 Asphalt Pavement should be addressed to the 7 IbIlowing: 8 Attn: Kristian Sugrim,City of Fort Worth 9 EmaiL Kristia,n.Sugriffigfortwottlitais.�,Tov, 10 Phone: 817.392.8902 12 ADVERTISEMENT DATES 13 jzi�);23, 2015 14 July 30, 2015 15 16 END OF SECTION CITY OF FORTWORTI 1 20114 CIP)(e&gr 2- (",on"ct 2,Unit 1,2,and 3 511"ANDARD CONSTRUCTION SPECIFICAIION rJO1"UMEP4TS CPN 92.433 Revised Afly 1,2011, 00 21 13- INSTRUCrIONS TO BIDDERS Page,I of 9 ➢ SECTION 00 21 13 2 INS17RUCTIONS"rO BIDDERS 3 1. Defined Terms 4 5 i.i."rerms used in these INSTRUCTIONS m BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof" 9 10 I I 1.2.1,, Bidder-, Any person, firin,,, partnership,company,association,or corporation acting 12 directly through a duly authorized representative, submitting a bid for'performing 13 the work,conteinplawd under the Contract Docurnents. 14 pr" 15 1.2.2. Nonresident Bidder: Any Tw.rson, finn, partnership,Company,association,or 16 corporation,acting directly through.a duly authorizrd representative, submitting a 17 bid for performing the work conternplated under the Contract Docurnerits whose m i tat e Se of Tex a s. 18 principal place of business is not in d i 9 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City. 21 (on the basis of Cit:y's evaluation as hereinafter provided)makes an award. 22 23 2. Copies,of Bidding Documents 24 1 IF 25 2.1.Neither City nor Engineer shall assume any responsibilily for errors or misinterIxetations 26 re:sulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer,in rnaking copies of"Bidding Documents available do so only for the 2 iing Bids for the Work and do not authorize or confer a liwnse or grant 9 purp os e of obtaii 30 for any other use. rM 31 32 3. Prequalification of Bidders(Prime C ontractors.and Subcontractors.) 33 34 3.1.All Bidders mid their subcontractors are reqiaired to be prequalifi ed for the work types 35 requiring prequa lib cration at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered 37 -tg Requirements document located at; 38 3.1.1 Pav i t 39 bups:Hpiro' 40 %21)Constn.ietioti%201)tiA,,,,t,ittieti�,s/("orib act(:�r%,20[li-e(�itialific tion,[['PW""X32OPaving, 41 41"', (U UALJF1CA'T V P1J1Ya20RE(,',i 42 (,JIR,EMEI'q"I"S'e,'021,'Ol-,"ORIY,�20PAVING%�2,,O(,"t;il0 11'"'RA,'C"l'01(0,,PD )Ptitu�ic 43 44 3.1.2. Water and Saniwrrwy Sewer Requirenients document located at; 45 ce&1029/1020- 46 %20Consti-uctiori%2ODockiriiiii�,rits/(,oiiti,,act(,r"Ve,201'i,�,ecitiELlificatio�ii/Waler%20aii�idl,/(�2 1� I/ -1rog � FIV 47 OSatiitaryl%�,IZOSewer"/n2O(/or�tract,o�,,#)2()Ilre(�l�iaiilFic,atiot,i%201 zim 2ySS%20pre, 48 4pia]'Yo20re 49 FOR,"r WORTH 2014 CIP Year 2-Contract 2.LInk 1,2,mid 3 Crl"Y OF s,rAN DAR D CONSTRU IICTION SPECIFICATION EX)CUMENTS CPN 02433 Revim-d July 1,2011 002113-2 INSTRUCTIONSTO BIDDERS Page 2 of 9 1 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 2 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 3 45 11, BIDDERS PREQUALIFICXnONS. 4 5 3.11. Submission of and/or,questions related to prequalification should be addressed to 6 the City contact as provided in Paragraph 6.1. 7 9 3 3.The City reserves the right to require any pre-qualified contractor who is the apparent low 10 bidder(s)for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, 12 information about key personi-tel to be assipied to the project,and construction schedule, 13 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 14 deliver a quality product and successfully complete projects for the amount bid within 15 the stipulated time ftaine,Based upon the City's assessment of the submitted 16 infbrination,a recommendation regarding the award of a contract will be made to the 17 City Council. failure to submit the additional information, if requested, may be grounds 18 for rejectitig the apparent low bidder as non-responsive,Affiected contracu,)rs will be 19 notified in writing of a rec-omrnendatioru to the City Council. 20 21 3.4.In addition to prequalifical ion,additional requirements for qualification may be required 22 within various sections of the Contract Documents. 23 24 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 25 26 4.1.Before submitting a Bid,each Bidder shall: 27 28 4.1.1., I:`^, amine and careful ly%birdy the Contract Documents and other related data 29 identified in the Bidding Dc.wunients(including"technical data" referred to in 4, 30 Paragraph 4.2. below).No itifi3nnation given by City or any repre sentative of the 31 City other than that contained in the Contract Documents and officially 32 promulgated addenda,thereto, shall be binding upon the City. 33 34 4.1.2. Visit the site to becomes filn'tiliar with and satisfy Bidder as to the general, local and 35 site conditions that may affect cost, pro,gress,perf6rinanic!e or ffirnishing of the 110000 36 Work. 37 38 4.1.3. Consider-federal, to and local Laws and Regy1ations that may. affect cost., wia 39 progress,perfonuance or fin-nishing of the Work. 40 41 4.1.4. Study afl: (i)reports of explomfions and tests of subsurfitce conditions at or 42 contiguous to the Site and all drawings of physical conditions relating to existing 43 surface or subsurface structures at the Site(except Underground Facilities)that 44 have been identified in the Contract:Documents as containing reliable "technical 45 data"and(ii)repoits and drawings of Hazardous Environmental Conditions, if any, 46 at the Site that have been identified in the Contract D(,wuments as containing 47 reliable"technical data." 48 M"Y OF FORT WORTH 2014 CFP Year 2—Ccadract 2,Unit 1,2,and 3 STANDARD CONSTftuc'nON SPEUIFICATION 1)(Y-UMENTS CH14 02,433 Revised July 1,2011 iuli 00 21 13­3 NSTRUCTIONSTO,BIDDERS Page 3 of'9 1 4.1.5. Be advis�ed that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish.All additional info rrnation and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as flliough such addenda were actually written into the original 6 Contract Documents. No information given by the City other than that contained in 7 the Contract Docunients and officially promulgated addenda thereto,shall be 8 binding upon the City. 9 10 4.1.6. Perform independent research, investigat ions,tests, borings,and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction ofthe proiect. On request,City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations,tests and studies as each Bidder deenis necessary for submission of a 1,5 Bid. Bidder must fill all holes and cleanup and restore the site to its former is 16 conditions upon completion of such explorations, investigations,tests and studies 17 18 4.1.7. Determine the difficulties ofthe Work and all attending circumstances affecting the 19 cost ofdoing the Work,time required for its completion, and obtain all int6rination 20 required to make a profx)sal. Bidders shall rely exclusively and solely upon their 21 own estimates, investigation, research,tests,explorations,and other data which are 22 necessary for full and complete information upon which the proposal is to be based. o 23 It is understood that the submission of a prol:wsal is prima-facie evidence that the 24 Bidder has made the investigation,examinations and tests herein required. Claims 25 for additional compensation due to-variations between conditions actually 26 encountered in construction and as indicateA in the("Ontract Documents will not be 27 allowed. ua 28 29 4.1.8. Prorriptly notify City of all conflicts,errors,ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents.The Contractor 31 shall not take advantage of any gross error or oinission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment ofthe intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00­ Supplementary Conditions f6r identification of. 36 37 4.2.L those reports of explorations and tests of subsurface(x)nditions at or contiguous to 38 the site which have been utillized by City in preparation of the Contract Documents, iur 39 The logs of Soil Borings, ifany,on the plans are for general information only. 40 Neither the City nor the Engineer guaranittv,that the data shown is representative of 41 conditions which actually exisa. iUrU 42 43 4.2.2. those drawings of'pt-tysical conditions in or relating to existring surtace and 44, subsurface structures(except Underground Facilities)which are at or contiguous to 45 the site that have been utilizxd by City in preparation of the Contract Documents. 46 rosy Crl'Y OF FORT WORTH 2014 CIP Year 2 Conaract 2,Unit 1,2,wid 3 STANDARD CONSTRUCTION SDIEUMATION DOCI ME1141 S CPN 02,433 Revised July 1,201 1 0021 13-4 INSIRUCI MONS TO BIDDERS Pap 4 of 9 NNNU 1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents,but the"technical data"contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Pa graph.SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any "technical data" or 7 any other data, interpretations,opinions or infonnation. 8 9 4.3.The submission of a Bid will constitute an incontrovertible re-presentation by Bidder(i) 10 that Bidder has complied with every requirement ofthis Paragraph 4,(H)that without I I exception the Bid is premised upon performing and furnishing the Work required by the 12 ('"'ontract Documents and applying the specific means,methods, techniques, sequences or 13 procedures of construction(if any)that may be shown or indicated or expressly required 14 by the Contract Documents,(iii)that Bidder has given City written notice of all 15 conflicts,errors,ambiguities and discrepancies in the Contract Docunients and the 16 written resolutions thereof bey City are acceptable to Bidder,and when said conflicts, 17 etc.,have not been resolved through the interpretations by City as described in 18 Paragraph 6.,and(N)that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performirig and furnishing the 20 Work. 21 22 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos,Polychlorinated 23 biphenyls(PCBs), Petroleum, ffa7mAous Waste or Radioactive Material covered.by 24 Paragraph 4.06. of the General Conditions,unless s if tally identified in the Cont t spar rica, rac 25 Documents. 26 27 5. Availabifity of Lands for Work,Etc. 28 29 S.1.The lands upon which the Work is to be performed,rights-of-way and casements for, 30 access thereto and other lands designated for use by Contra,ctor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for ternporary construction facilities,construction equipment or storage of 1"T 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easernenis for permanent strtictures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise p�ro�vided, in die 36 ("ontract Docurnents. 37 38 5.2.Outstanding riett-o f-way,easements,and/or its to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 40 of-way,easenients,and/or perm, its are not obtained,the City reserves die right to cancel 41 the award of cant act at any time before the Bidder begins any construction work.on the 42 pn)ject. 43 44 5.3. Tlie Bidder shall Im pretmred to commence construction without all executed rig)a-of 45 way, casernents,and/or,permits,and shall submit a schedule to the City of how d 46 construction will prow,ed in the other areas of the prf,-Ject that do not require permits 47' and/or easements. 48 49 6. Interpretations and Addenda 50 crrv'OF FINTWORTH 2014 CIP Year 2, Cmitimci 2,Unit 1,2,,and 3 STANDARD CONSTRUCTION SPECIFICATION WWI IMIENTS CTN 02433 Ravi w- 4 Ad y 1,2011 0021 13-5 INSTRUC'NONS TO BIDDERS Page,5 of 9 1 6.L All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writil.Ig on or before 2 p.m.,the Monday prior to the Bid opening. Questions PIP 3 received after this day may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding 13ocuments. 6 Only questions answered by formal wtitten Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal eff6d. 8 9 Address questions to­ 10 tt I 1 it,°y of Fort Worth 12 1000 Throckinorton Street 13 Fort Worth,TX 76102 14 Attn: Robert Sauceda, For Worth Water Depart3nent 15 Fax: 817-392..8195 16 Email: Rohert.sauceda(fb fort worthtexas.A wmw 17 Phone: 817-392-2387 18 19 20 6.2.Addenda may also be issued to modif -me 21 cityw y th m 'w 22 23 6.3.Addenda or clarifications may be jwsted via 13 uzzsaw at <.Insert Link to Documenis>,, 24 25 6.4.A.prebid coriference may be held at the time and place indicated in the AdvertisconeriL or 26 INVITATION TO Bit)DER& Representatives of City will be present to discuss the 27 Pro cet. Bidders are encouraged to attend and participate in the conference. City will 28 transinit to all prospective Bidders, of record such Addenda,as City considers necessary 29 in response to questions,arising at. the conference,, Oral statentents may not be relied 30 upon and will not be binding or legally effective,, 31 32 '7. Bid Security 33 34 "i.1,Each Bid must be accornpm-ned by Bid Bond rinade payable to("ity in an arnount of five 35 (5)percent of Bidder's niaximinn Bid price on fonn attached, issued by a surety rneetin 36 the r°equiremenis of Paragraphs 5.01 of the General Clonditions. 37 39 . .The Bid and of all Bidders will lane retained until the conditions of the Notice of Award 39 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 40 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 41 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 42 Such forf6ture shall be City"s exclusive IVIDedyif Bidder defaults. The Bid Bond of all 4 od-Der Bidders whom City believes to have a reasonable chance ofre-ceiving the award 3 44 will be retained by City until final con1j"act execution. 45 46 8. Contract Times 47 The number of days within which, or the dates by which, Milestones are to be achieved in 48 accordance with the General Requirernents and the Work is to be completed and ready for 49 Final Accepumce is set forth in the Agreeinent or- incorpor-ated therein by ref" rence to the 50 atroched Bid Form. 51 C M'YOF F RT WORTH 2014CIPY=2 Cont.rac.t2,Unft1,2,and3 0 STANDARD CONSTRUC110N SPEC]HCATION DOCUMEN FS UN 02433 Rev see July 1,2011 0021 13-6 INS'rRUCTUNSTO BIDDERS P89c 6 of 9 1 9. Liquidated Damages 2 Provisions for liquidated damages are set forth in the Agreement. 3 4 10. Substitute and ""Or Equal"" Items 5 The Contract, if awarded,will be on the basis of materials and equipment described in the 6 Bidding Documents without,consideration of possible substitute or"or-equal" items. 7 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 8 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 9 City,application for such acceptance will not be considered by City until after the Effective 10 Date of the Agreement., The procedure for submission of any such application by C'ontlactor 1'1 and consideration by City is set forth in Paragraphs 6.05A.,,6.05B. and 6.05C, of the General 12 Conditions and is supplemented in Section 0125 00 of the General Requirements. 13 14 11. Subcontractors,Suppliers and Others 15 1 l 1 m,p In accordance with City Ordinance No. 15530(as amended),the City has goals for 17 the participation of minority business and women business enterprises in City 18 contracts.A.copy of the Ordinance can be obtained from the Off-ice of the City 19 Secretary.The Bidder shall submit the MBF-JWBE Utilization Form, 20 Subcontractor/Supplier Utilization Forrn,Prime Contractor Waiver Form ai-Dd/or 21 Good Faith Effort,Form(with"documentation)and/or Joint Venture Form as 22 appropriate.The Forms including documentation must be re-ceived by the ity no 23 later than 5:00 P.M. CST,five(5)City business days after the bid opening date.Tlkae 24 Bidder shall obtain a receipt from the City as evidence the docunientation was 25 received. Failure to comply shall render the bid as non-responsive. 1" 26 27 11.2. No Contractor shall be required to employ any SubcAxitractor, Supplier,other person 28 or organization argau)Sj whom ContTactor has reasonable objection. 29 30 12. Bid Form 31 32 12.1 'Me Bid Form is included with the Bidding Documents;additional copies may be 01! 33 obloined from the City. 34 35 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 36 signed in ink., Erasures or alterations shall be initialed in ink by the person signing 37 the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and it 38 price item listed therein. In the case of optional alternatives,the words "No Bid," 39 '9qo Change,"or"Not Applicable"' may be entered. Bidder shall state the prices, 40 written in ink in both words and nturterals,for which the Bidder proposes to do the 41 work contemplated or fitirnish materials required,, All prices shall be written legibly, 42 In case of discrepancy between price in written words and the price in written 43 numerals,the price in wfilten words shall govern, 44 45 12.3. Bids by coq)orations shall be executed in the corporate name by the president or a 46 vice-president or other corporate officer accompanied by evidence of authority to 47 sign. The corporate sea] shall be affixed. The corporate address and state of 48 incorponation shall be shown below the sigilatUre. 49 CFI'Y OF FOR'r wwni 2014 CIP Year 2-Contract 2,Unit 1,2,and 3 STANDARD cop4s'riv XTION SPECIFICATION D00 NENTS) CPN 02,433 Revised hAly 1,20,11 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 2 partner, whose title must appear under the signature accompanied by evidence of 3 authority to sign. Theo lcil address of the partnership shall be shown below the 4 signature, 5 6 125. Bids by limited liability companies shall be executed in then e of the firm by a 7 member and accompanied by evidence of authority to sign. The state of formation of 8 the fi rm and the official address of the firm shall be shown. 9 10 12.6. Bids by individuals shall show the Bidder's name and official address. Ii 12 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner Am 13 indicated on the Bid Form. The official address of the joint venture shall he shown. 14 15 12.8. All names shall be typed or printed in ink below the signature. 16 17 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 18 which shall be filled in on the Bid Form. 19 20 12.10. Postal and e-mail addresses and telephone number for communications regarding the 21 Bid shall be shown. 22 23 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 24 Texas shall be provided in accordance with Section 00 43 37 —Vendor Compliance 25 to to Law Non Resident Bidder. 26 27 13. Submission of Bids 28 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 29 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 30 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 31 marked with the City Project Number, Project title,the name and address of Bidder, and 32 accompanied by the Bid security and other required documents. If the Bid is sent through the 33 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope 34 with the notation "BID ENCLOSED" on the face of it. 35 36 14. Modification and Withdrawal of Bids 37 38 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 39 withdrawn prior to the time set for bid opening. A request for withdrawal must be 40 made in writing by an appropriate document duly executed in the manner that a Bid 41 must be executed and delivered to the place where Bids are to be submitted at any 42 time prior to the opening of Bids. After all Bids not requested for withdrawal are 43 opened and publicly read aloud, the Bids for which a withdrawal request has been 44 properly filed may, at the option of the City, be returned unopened. 45 46 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 47 time set for the closing of Bid receipt. 48 CITY OF FORT WORTH 2014 CIP Year 2—Contract 2,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION I X)('t MEN FS CIIN 02433 Revised Jul) I,2011 0021 13-8 MsmucnoNs TO BIDDERS Page 8 of 9 1 15. Opening of Bids 2 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 3 abstract of the amounts of the base Bids and major alternates(if any)will be made available 4 to Bidders after the opening of Bids. 5 Bids to Remain Subject to Acceptance 7 All Bids will remain subject to acceptance for the time period specified for Notice ofAward 8 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 9 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 10 11 17. Evaluation of Bids and Award of Contract 12 13 17.1. City reserves the right to reject any or all Bids, including without limitation the rig its 14 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 15 and to reject the Bid of any Bidder if'City believes that it would not be in the best 16 interest of the ProJect tom a an award to that Bidder,whether because the Bid is 17 not responsive or the Bidder is unqualified or of doubdW financial ability or fails to 18 meet any other pertinent standard or criteria established by City. City also reserves 19 the fight to waive informalities not involving price,contract time or changes in the 20 or with the Successfitl Bidder. Discrepancies between the multiplication of units 21 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 22 between the indicated sum of any colurtin of figures and the correct sum thereof will 23 be resolved in favor of the correct sum. Discrepancies between words and figures 24 will be resolved in favor of the words. 25 26 17.1.1. Any or all bids will be rejected if'City has reason to believe that collusion exists 27 among the Bidders, Bidder is an interested party to any litigation against City, 28 City or Bidder may have a claim against the other or be engaged in litigation, 29 Bidder is in arrears on any exisling co,ntract or has defaulted on a previous 30 contract, Bidder has performed a prior contract in an unsatisfactory manner,or 31 Bidder has uncompleted work which in the judgment of the City will prevent or 32 hinder the prompt completion of additional work if awarded. 33 34 17.1 City may consider the qualifications and"perience of Subcontractors, Suppliers,and 35 ottier persons and organiYations proposed for those portions of the Work as to which 36 the identity of'Subcontractors, Suppliers,and other pet-sons and organi7ationss must 37 be subu'litted as provided in the Contract Documents or upon the request of the City. 38 City also may consider the operating costs,maintenance requirements, performance 39 dat a and gua rantees ofmajor items of materials and equipment proposed for 40 incorporation in the Work when such data is required to be submitted prior to the 41 Notice of' ward, 42 43 173. City may conduct such investigations as City deems necessary to assist in the 44 evaluation of any Bid and to establish the responsibility,qualifications,and financial 45 ability of Bidders,proposed Subcontractors,Suppliers and other persons and 46 organi7ations to perforni and furnish the Work in accordance with the Contract 47 I)Oemnents to(.1ity's satisfaction within the prescribed time. 49 49 111.4. Contractor shall perfimn with his own organization,work of value not less than 50 35%of fire value embraced on the Contract,uriless otherwise approved by the City 1. Ny crry'OF FORT WORTH 2014CIPY=2 Conh-zcA2.Unft1,2,and3 STANDARD CONSTRUCTION SPECIFICA110N WCUMINT's CP]1J 02433 Revised Jady 1:,2011 0021 13-9 INSTRUCTIONS To BIDDERS Page 9 of 9 M 1 17.5. If the Contract is to he awarded, it will be awarded to lowest responsible and 2 responsive Bidder whose evaluation by City indicates that the award will be in the 3 best interests of the City. 4 5 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 6 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 7 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 8 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 9 comparable contract in the state in which the nonresident's principal place of 10 business is located. 11 12 17.7. A contract is not awarded until formal City Council authorization. If the Contract is MW 13 to be awarded, City will award the Contract within 90 days after the day of the Bid 14 opening unless extended in writing. No other act of City or others will constitute 15 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by Ab 16 the City. 17 18 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 19 20 18. Signing of Agreement 21 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 22 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 23 Contractor shall sign and deliver the required number of counterparts of the Agreement to 24 City with the required Bonds, Certificates of Insurance, and all other required documentation. 25 City shall thereafter deliver one fully signed counterpart to Contractor. 26 27 28 29 END OF SECTION �k CITY OF FORTWORTI 1 2014 CIP Year 2-Contract 2.k'nit 1,2.and 3 STANDARD CONSTRUCTION SPECIFICATION IX)CLIMEN FS CPN 02433 Revised Juh 1.2011 ON � 0035 13 BID FORM Page mofm � SECTION QQ35 13 CONFLICT QF INTEREST AFFIDAVIT � Each bidder, oferor, or respondent (hereinafter also referred 0o as"you")to a City of Fort Worth (also referred toas^City^) procurement are required 0o complete Conflict of Interest Questionnaire (the � attached CIO 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 also be downloaded from the webai0e links provided below. ° /C1Q-pdf � � _1 C|(3 Form imon file with City Secretary C|U Form is being provided to the City Secretary -� CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary � BIDDER: � STABILE & V0WN. INC. ERS P.O. BOX 370 Signature, EULESS. TEXAS 76179 O Title� �— VICE PRESIDENT °= END OF SECTION � � � � � � � CITY or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS zowo/p Year z Contract o Bid Proposal wumuoox-Aduenuumo � Form Revised zuoo3zr - JV CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.& 1491, 80th Log., Regular Session. OFFICE USE ONLY This qUesfionnaire is being filed in accordance with Chapter 176, Local Government Code Date Received by a person who has a business relationship as defined by Section 176.001(1-a)with a local governn"iental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code,An offense under this section is a Class C misdemeanor Name of person who has a business relationship with local governmental entity. Otabil,e & Winn, Inc . Check this box if you are filing an update to a prevlously filed questionnaire. (The law requires that you file an Undated completed cluestionnMire with the appropriate fil�ing authority not later than the 7th business clay after the clate the originally filed questionnaire becomes incomplete or inaccurate,) Name of local government officer with whom filer has employment or business relationship. NOME Name of Officer This section (item 3 including subparts A, 13, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176,001(1 a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A, Is the local government officer named irii this section re(xiiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? I P0 E� Yes El No B. Is the ffler of the questionnaire receiving or likely to receive taxable Income, other than Investment income,from or atthe direction of the local government officer named in this section AND the taxable income is not received from the local goveMffiental entity? El Yes El No C, Is the filer of this questionnaire employed by a corpora tion or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes El No D. Describe each ernpioyment or bUsiness relationship with the local government officer named in this section. e��qnap person do�ng business with tiiie-governinerial entity Dat Adopted 0W2912007 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (instrUCtiOnS for rminripleting and fiiiing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY THs is the notice to the appropriate local governmental entity that the following local Date Received government officer has become aware of facts that require the officerto file this statement in accordance with Chapter 176, Local Government Code. Name of Local Government Officer NONE �j Office Held PP Name of person described by Sections 176.002(a)and 176,.003(a), Local Government Code J4 Description of the nature and extent of employment or other business relationship with person named in item 3 _::j List gifts accepted by the local government officer and any family member, excluding gifts described by Section 176,003(a-1),if aggregate value of the gifts accepted from person named in item 3 exceed$250 during the 12-month period described by Section 176.003(a)(2)(B) Date Gift Accepted NJA Description of Gift N/A Date GiftAccepted 'N/A Description of Gift N/A Date Gift Accepted 'N/A Description oF Glft N/A. (attach additional fonns as necessary) AFFIDAVIT I swear under penalty of perPry that the above statement�s true and correct. 11 acknoydedge that the disclosure apphes to a fainnfly rneimber (as defined by Section 176.00'1(2), Locai Government Code) of this Ilocall government officer. � aho acknowiedge that this statement covers the 12-imonth period described by Section 176,003(a), LocW Government Code. S�gnature of LocW Government Officer &gnature of officer admOlstering oath Printed name of officer,adrn�nlstering oath Title of officer administering oath Adopted 06129/2007 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176,,003 of the Local Government Code requires certain local government officers to file this form. A "local government officer" is defined as a member of the governing body of a local governmental entity, a director, superintendent, administrator, president, or other person designated as the executive officer of tke local governmental entityW or an employee of a local governmental entity with respect to whom the local governmental entity has, in accordance with Section 176.005,extended the requirements of Sections 176.003 and 176,004. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on is the officer becomes aware of the W, facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 17'6.,003, Local Government Code.An offense under this section is a Class C misdemeanor. Please refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to filet is form. INSTRUCTIONS FOR COMPLETING THIS FORM The fbfl6wing numbers correspond to the numbered boxes on the other side. W I. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3. Name of person described by Sections 176.002(a) and 176.003(a), Local Government Code® Enter the name oft e person described by Section 176.002, Local Government Code with whom the officer has an employment or other business relationship as described by Section 176.003(a), Local Government Code. 4. Description of the nature and extent of employment or business relationship with person named in item 3. Describe the nature and extent oft e employment or other business relationship with the person in item 3 as described by Section 176,003(a), Local Government Code. 5. List gifts accepted, excluding gifts described by Section 176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed$250. List gifts accepted during the 12••month period (described by Section 176.003(a), Local Government Code)by the local government officer or family member of the officer, excluding gifts described by Section 176.003(a-1), from the person named in item 3 that in the aggregate exceed$250 in value. 6.Affidavit. Signature of local government officer. .......... PP Adopted 0612912007 � 00w00 BID FORM � Page,mm SECTION 00 41 00 BID FORM "= TO: The City Manager oo:The Purchasing Department 10OOThwc*mononStreet City of Fort Worth, Texas 76102 � FOR: 2O14C|P Year 2 Contract City Project No: 02433 � Units/Sections: Unit|:Water Improvements Unit II: Sanitary Sewer Improvements Unit III:Asphalt Pavement 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 Ackvmw|mdgmmenus and Certification ^= 2.1 In submitting this Bid. Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO 8|DDERS, including without limitation those dealing with the disposition of Bid Bond. 22. Bidder is aware of all costs to provide the required insurance,will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest ofo, on behalf ofany undisclosed individual or entity and is not submitted in conformity with any collusive agreement o,rules of any group, ussouiadon, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2�O� Bidder has not engaged in corrupt,�nudu|ent. couusive.o,coemivepmmioasinommpehng for the Cont�m For the ~� purposes of this Parogmpn� a. "corrupt practice"means the offering,giving, receiving,or soliciting of any thing of value likely to influence the action ofa public official in the bidding process. � b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits or free and open competition. c "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge cdCity, a purpose ofwhich ismestablish Bid prices atartificial, non-competitive levels. � d. "coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property m influence their participation in the bidding process or affect the execution of the Contract. � 40 � � CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS 201+up Year z-Contract z,Unit,2,and STANDARD Form Revised 20120327 CPN 02433 � ° 00w00 moF 0 RIM, ~� P g eumm 3. Prequa|Uocabon ~" The Bidder acknowledges that the following work types must be performed only byprequa|ified contractors and subcontractors: a. Water Line Improvements � b. Sanitary Sewer Improvements c HMAC Street Rehabilitation Heavy Maintenance and all items directly associated with the paving. � � d. 4. Time of Completion � 4.1 The Work will be complete for Final Acceptance within 280 days after the date when the the Contract Time commences to run as provided in Paragraph 2,03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work , (and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached oo this Bid � / The following documents are attached m and made a part cd this Bid: ~" a. This Bid Form, Section OD^1 DO h Required Bid Bond, Section OO^0 13 issued by surety meeting the requirements ofParagraph 5,01 of the General Conditions, � c Proposal Form,Section DD^2^3 d. Vendor Compliance to State Law Non Resident Bidder, Section DD^33/ � e. MVVBE Forms(optional at time cdbid) f. Pmqua|ificatinn Statement, Section DOx512 � g. Conflict vfInterest Affidavit, Section 0035 /3 *If necessary, CIO o,CIS forms are wbe provided directly w City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders G. Total Bid Amount ~" 61 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. 62. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below ia subject m 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. == 6.3. Evaluation ofBid |mms� Total Base Bid Unit 1:Water Improvements � Total Base Bid Unit o: Sanitary Sewer Improvements Total Base Bid Unit 3:Asphalt Pavement ~~ Unit|. Unit U & Unit III Project Total Amount Bid CITY OF FORT WORTH = STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS oowop Year z-Contract u,Unit,,2.and n Form Revised 20120327 CPN 02433 my 0041 00 BID FORM an Page 3 of 10 7. Bid Submittal as This Bid is submitted on Aug.20,2015 by the entity named below. -in Respectful) Submitted, Receipt is acknowledged of Initial the following Addenda: By :2 ILI Addendum No. 1: (Signature) Addendum No.2: Addendum No. 3: JERRY HENDERSON Addendum No.4: (Printed Name) Title: VICE PRESIDENT Company: STABILE&WIN N, INC. Corporate Seal: Address: P.O. BOX 370 EULESS,TEXAS 76179 State of Incorporation: TEXAS Email: ferry hendersonPstabilewinn com Phone: 817-847-2086 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Year 2—Contract 2,Unit 1,2,and 3 Form Revised 20120327 CPN 02433 .. 22 42 43 0.7rarr I V.brVD V"VC4kK)SAL Pop 5 of io I SECTION 00 42 43 PROPOSAL FORM UNIT 1 WATER IMPROVEMENTS: UNIT ICE BID Bidder's Application A[DdAt �X3lJM Nto,fl nom, 1''a'amJect Item Nlandanrnvnxl4annn dladaVnur'm fi a agpanwaull 4d1aft Ina r u ..........11a.anmfl ara mru Specification xrn 0..Frnuk and IT IT ....... Description � qNd C�4wa...Ruay 11rr11�Prole Bid Vaiue No. No, senor l"Jan. Measure b 33 fl t.0461 12""PVC Water Pipe 33 11 12 t If° 705 $60.00 $42,30000 2 3311 0261 8'°PVC Water Pipe 33 11 12 q.F 3,410 $44.00 $1 x0,040.00 3 . .3311.0161 1a"PVC Water Pipe 33 It 12..._ II...i:� _....50 $35.00 $1,„750.00 4 ..3311,0001 40aactile iron Wester Fittings wB Restraint 33 91 11 TON. ....... .. 2. __...$$10~,000.00 $20,000.00 5 0241.1305 Rernove 12"Water Valve 8 Saivage 02 41 14 EA 2 $150.00_ $32000 6 0249 13D3 Remove 8"WL4er Vallve&Saivage 02 41 14 EA 3 $1160.00 $48000 N 0241.1590 Saivage Fire Hydralrit 02 41 14 SA 4 $300.00 $1,20000 8 3201.0400 '1eranp Asphalt Pvmt.Repair,(2°°p°1PIMAC 16"CT8) 3201 18 L F 4,100 $18,00 $73,600.00 W 3201.0614 Conc Punt Repair,Residential 32 01 29 SY 680 6. 00 $58,460.00 ................................ 10 32$2.0101 Block,Sod Placement 32 92 13 SY 100 $5.00 $1x00.00 7➢ 3304.0101 Temp'o'rary Waaler Sea^vice 33 04 30 i S _1 $40 O OU„ $10,10-0,1010 114 H2 3312.0001 Fire Hydrant 33 12 40 EA 4 $3 500.00 $14,000.00 12 3312.2003 1""Water Service 33 12 10 EA 75 mm 4'700.00 $97,`"x00,00 " 14 33112001 1"°Water Service,Meter Reconnection 33 12 10 PA 75 $300.00 $22"5017.00 15 9999 9901 Temp Asphalt Curd&Gutter t.JF 750 $2.00 $11,50000 15 0171.0001 Constnaction Staking 01 71 23_ LS 1 $6 000.00 $6,000.00 17 0171.0002 Construction Survey 01 71 23 N...S 1 $2400.00 $2,400.00 MR 18 347'1.0001 1'raft Contror 34 71 13 M0 2 $1500.00 §3,000 00 H b 3312,0117 Connect to Existing 6"�"to 12"Water Main 33 12 25 EA 6 !� _ ---$1-600-K- $p,604,1.4'b 240 3312.3005 12`"Gate Valve 33 12 20 OA 1 $2$00.00 $2,800,00 21 331Z3003 8'rate Valve 33 12 20 EA 5 $1 600,00 $8000.00 Q 22 3312 3002 6'Gate Valve 33 12 20 EA 4 mm $1 2'00.00 $4,80000 22 3305 0003 8'Watedicne Lowering 33 05 12 EA 2 $SOU $9,600.00 24 3305.0109 Trench Safety._.......__ m_m..�...___ ........ ........_ ..__._.�_ . 33 05 10_ 1..IF 705 $0,05 $35.26 UNIT 1 SUBTOTAL AMOUNT BID: $570„605.25 15n 3IP yla min > 9JY11 ., 2014 CIP Ye ar 2-C o ntract 2„ nit D,1.and 3 0 T d6 xY2 DA�r � ON 02413 STANDARD CONSTR"CC IIION 1 n3CAViON PDGlb?4TS Fr`rnin ar-d 20tNDa20 aAddaamib"nu Non a WI 42 43 M4'2 BID:PROTOSAL Page6oHO SECTION 00 42 43 PROPOSAL FORM UNIT 2 SEWER IMPROVEMENTS: UNIT PRICE BID Bidder's Application ...................................... Prnject hem Wbvination Biddees Pmposaj .................................... ............. Bid Run Bidfiso Ron Descripfion Specification U1114 of Bid Quantity I Jnit III oce, Bid Vahm No� NO Section No measme ........................... .................. ...................................... 33 111 10 1 3331.4115 8"'Sewer Rpe 33 1 12 LF 3,,100 33 31 20 $53.00 $164,300,00 M 11 10 2 3331.4108 6"Sewer Pipe 33 11 12 LF 30 33 31 20 ....... $51.00 $1,530.00 Remove 3 0241.2201 4'Sewer Manhole 02 41 14 EA 7 $350.()o $2,450.00 3201.0400 Temp Asphalt Pyrrot Repair,(2"1 IIIAAC 16"C1 B) 32 01 18 �F 3,380 $22.00 $7�,,qSq,PQ Conc Pyrrit Repair,ResWerftlao 32 01 29 SY 450 $8600 00, 3301.0002 Post-CCTV Inspection 33 01 31 l.F 3,000 $3.00 $9,100000 7 3301,0101 Mar)We Vacuum TeMing 33 01 30 LF 12 $150.00 $1,800*00 8 330.0109 To ench Satety 33 05 10 L.F 1,100 $1.00 $1,100m .......... - I I 9 3331 3101 4",Sewer Service 33 31 50 EA 76 1 20�(j 0Q $91,2010"00 10 3339.1001 4'Manhole 33 39 10 EA 12 33 39 20 L3.J�0 0 CQ $42,00000 11 9999,9901 Temp Asphallot Curb&Gutter l.F 500 $2, $1,00000 ................. 12 3471.0()Ol Turaffic Conto,'W 34 71 13 Mo 2 $1 500 00 $$,&100 00 Al 0171.0001 6'onstrurAion Staking 01 71 23 Ls 1 _$3 qLO�O00 $360000 4 0171(X)02 Construction Survey 01 71 23 s 1 $1 06 I - 22.0—Q0- �L&xL�oacennent 32 92 13 SY 300 $5.00 $ '.500m u clu L $ 20 0 rl292'0.. a. ..... ...... ........ ..........................--.-............ .......... —.j....2006000 UNIT 2 SUBTOTAL AMOUNT BID: %4:16 740 00 2014CWYVAgr2 Coin1rzc12jJnrt1,2,and3 CrFYI)FF0RrwcrRru CPN 09431 Addendum No 2 Fm.,IRmo.A W120120 W 42 43 UMT3 BlD P"f POSAL Page 7 of 10 SECTION 00 42 43 PROPOSAI,FORM UNIT 3 ASPHALT PAVEMENT: UNIT PRICE BID Bidder's Application .................................................................................................................................................. ................................ Hiddey's Nopoud ........................................................................................................................................... ffid hem ffidfist Itenril Description Specfflwafion Unk of ffid(�-nfity Unkhice Bid Value NO No, Section No Measum ......................---——----------------.................... ............................................................................................................................... ➢ 73j5.0108 WsceHaneous Adjustments(Lftlfifies) 000508 LS 11 $6,,000.00 $6,000.00 2 0248.1300 Remove Concrete Curb&Gutter 0241 15 LF 6,'862 $3,00 3 3216.0101 6"Concrete-Curb-&18"Gutter 32 16 83 I :: 61,382 $216.00 $1651�qqz�qo 4 0241.0401 Remove Concrete ICDrlveway 0241 13 SF 81,720 $3.00 $351,160 00 5 3213.0401 6"'Concxete Ddverway 321320 SF 11,9243 $9,50 $113,240 00 6 0241.0100 Remove Sidewalk 0241 13 SF 560 $300 $1,680.00 7 3211031 11 4"Concrete-Sdowal3 32 13 20 SF 610 $900 $5149011100 8 3210.0302 7"Concrete Valley GkAter 32 16 13 SY 60 $120.00 $7,20000 9 0241 1000 Remove Concrete Pavement 0241 15 SY 3,163 $11.00 $37,95600 10 32130102 T'Concrete Pavement 32 13 13 SY 3,163 $619 1151-1 $21,8117121,141151 H 32130700 Concrete Joint Sealant(miscellaneous use) 32 13 73 LF 50 $5,00 $25000 1 12 32110122 Flex Base,Type A,GR 2(m sceHaneous use) 32 11 23 CM 5 $14,10,00 $500.00 3 321 l,0501 6"Lime Treatment 31 1129 SY 3,163 $550 $17„396.50 4 024l.8700 11”Pavement Pulverlzation 0241 15 SY 9,144 $8,00 $73,15200 5 3212 0,303 3"As I phalt P I averri,eg,i,t Type D 32 12 16 SY 9,144 $18.00 $164,592X10 M 3211,0600 Cement Modification,13 Ibs/sy 3211 33 rN 59 $175.00 $10,,325.00 17 9999.0000 Roadbond ENI GA '71 $140.00 $9,940,00 00 ts 99WOODO I(Y Curb Inlet Top,Remove and Rep1lace EA 1 2 $51,200.00 $10,400.010 19 3305V 12 Water VaNe Box Adjustments(wft Concrete Coflav) 330517 EA 2 $30000 $60,01010, 20 330&011 12 Manhole Adpqjstrrrents(wl Concrete Co lax( 33 05 17 EA 4 $80000 $3,200,00 21 33435.0107 Wceflaneous Adjustments(Water Meteir Box) 330514 EA 26 $5000 $1,300,00 22 3 UncWssffled Street Excavation 31 2316 Cy 285 $2500 $7,12500, 23 9999.0000 Curb Address Painting 321725 EA 118 $20.00 $2,360.00 24 3291.0100 Topsoil 32 32 13 Cy 300 $2500 $7,,50000 25 3292.0100 Nock Sod Replacernert 329213 SY 11784 $600 $101,70400 26 3217.0002 4 Solid yellow Thermoplastic(11 1AS)lane Lines 32 17 23 LF 160 $500 $800,00, -0 $1000 $3,900.00 27 3217, 305 Stop Bans Pavernent Markings 32 1723 L F 28 0135.0208 Remc)b!4zatlon(n)isu�llaneousonlly) 01 7000 Ls 1 $1,80000 $1,800,00 29 ;'3999.0096 Pavlaual on,.� on A1!2w!., EA ...........i...............$39,990.00 990-00 UNIT 3 SUBTOTAL AMOUNT BID: $975,759.95 19/111 2W4C1[PYmr2 Coinuact2,0nhtt,2,and3 C�Y OF FORT WOR I[M CPN 02433 MANDARD CONSFRWTON SPEOWNTION DOCUME"n"S Addendum No I Ro'W'd 201120CIO (N)43 3'T VENDOR COMPLIANCE TO aTA'TE.LAW Page 8 of 10 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE.LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident: bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors T 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. t�f1 The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. } A. Nonresident bidders in the State of T atp Hem,r ja SWO „our principal place of business, are required to be 9K,,,'Pl ue: : percent lower than resident bidders by State Law. A copy of the 1t statute is attached. Nonresident bidders in the State of 2 Wali?I iaie o,IllaAtik;„our principal place of business, are not required to underbid resident bidders. fr,tr B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. u. j x BIDDER: STABILE&WINN, INC. By: JERRY HENDERSON R.O.BOX 370 EULESS,TEXAS 751'79 (Signature) 0 Title: VICE PRESIDENT Date: 1, 1 y�1 END OF SECTION > CITY of FORT WORTH P 1 ;STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Year 2--Contract 2,(Unit 1,2,and 3 Form Revised 20110627 CPN 02433 004512 BID FORM Page g of 10 SECTION 00 45 12 PREQUALIF CATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequaliied contractors and/or subcontractor's whom they intend to utilize for the major work type(s) listed. Prequalification Mayor Work Type Contractor/Subcontractor Company Name Expiration Date Water Line Improvements Woody Contractors 4/30/2016 Sanitary Sewer Improvements Woody Contractors 4/00/2016 HMAC Street Rehabilitation Heavy Maintenance and all Stabile&Winn, Inc. 12/31/2016 items directly associated with the paving. 0 11,)arne N,Beri spar,e Cate I. ero- or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: STABILE WINK, INC. By: JERRY HE D P.O. BOX 370 EULESS, TEXAS 76179 (Signature) 0 Title: VICE PRESIDENT Date: f r END OF SECTION lip am crry oii�ii ORT WORTH s"rPNDARD cofgs°rRLJCTON SPECl l*ATiON DOCUMENTS �Ct4 C tP year 2 Contract 2,Unit 1,2,and 3 Form Revised 20,120120 011N 02433 p . � � � � City ofFort Worth,Texas Water Department ` Transportation A/ Public Works Department ADDENDUM No. 1 To the Specifications and Contract Documents °= For � 2O14[|P Year 2-Cbmtract2 == Units 1, Z,and 3 � City Project No.02433 = D.O.E. Project No.7377 � Addendum No. 1—Issue Date:August 5,2O15 ,= Bid Receipt Date:August 2O 2015 This Addendum No. 1 forms part of the contract documents referenced above and modifies the original Contract Documents and Plans. Acknowledge receipt of this addendum by signing in the space provided below, attaching it to the Contract Documents (inside) and note receipt of the Addendum on the outer envelope of your bid. � Prospective Bidders are hereby notified of the following: .� The Plans and Specification Documents for the above referenced project are hereby revised and amended asfollows: 1. Invitation to Bidders Section 00 11 13: Replace in entirety with Bid Form attached hereto. ~� Was Bid receipt date: Thursday,July 30, 201S Revision Bid receipt date:Thursday, August I0, 2015 "= 2. Proposal Form Section 004J43: Replace in entirety with Proposal Form attached hereto. � Concrete Joint Sealant Item 3213.0700 text replaced with Concrete Joint Sealant(miscellaneous use). Flex Base,Type 4, GR-2 Item 3211.O122 text replaced with Flex Base, Type A, GR'2 (miscellaneous use). 1O' Curb Inlet Top Item 9999.0OOO text replaced with 1D'Cumb Inlet Top, Remove and Replace.Topsoil Item 3291.0100 was added to the Proposal. � � ADDENDUM No. 1 August 5, 2015 � 13, Stdridard Detafls Sectiam IUU RepR ace Standard Details 32 12 16-D501,32 13 13-D502,32 13 13-D525,and 32 16 13-0534 with Standard Details attached hereto. Details 32,1 16-0501.and 32 13 13-DS02 received thefollowing revisions,6"curb height specified,'7"'concrete pavement thickness specified,rein forcernent steei size and spacing specified(#3 bars()24"O.C.O.W),and roadimaV width specified J39Y wide F-4-7). Details 321. 13.-DS34 and 32 13 13-DS25 received the following revisions:6"curb height ®r,, specified, 4. Existing,Pavement.Profile Sheets Replace in entirety Existing Pavement Profile Sheets(Sheets 1-12)at the back of the existing Appendix with attached hereto. Note addition of Right and Lpft Top of Curb elevations to the profiles. Note: AH Addendum No.,1 iterns are available on Buzzsawu replace o0ginal forms listed herein with Addendun'n No. 1 forms and lrismdons. AH other provisions of tkw plarrs,specific;a dons and contract documents for the project which are not express9y amo-ided herein shall renmin lri RAI force and effect. The Contractor shall acknomfledge fece pt of this Addendum(1)in the space provided below,(2)in the proposal and (3)acknowledge ecept on the outer envelope of your bid in tqa .wr case letters"RECEIVED &AC-I(NOWLEIDGED ADDENDIUM NO V FP Faflajre to return as signed copy of the addendurn with the Proposal shafl be grOLInds for rendering the Paid non-responsive,A signed copy of taus addendumshafl be placed into the Proposal at the time of subrrktai. RECEIFYTACKNOWLEDG TRANSPORTATION AND PUBUC WORKS 2�1 B, By-, Iltler Ibny SholWa,P.E.,Engineering Manager ADDENDUM No.1 pa Augusst 5,2015 r Fv lop City of Fort Worth,Texas Water Department Transportation & Public Works Department PR ADDENDUM No.2 To the Specifications and Contract Documents For 2014 CIP Year 2-Contract 2 Units 1,2,and 3 City Project No. 02433 fit D.O.E. Project No.7377 Addendum No. 2®Issue Date:August 17, 2015 Bid Receipt Date,August 20, 2015 ii This Addendum No. ?forms part of the contract documents referenced above and modifies the original Contract Documents and Plans, Acknow edge receipt of this addendum by signing in the space provided below,attaching Rto the Contract Documents(inside) and note receipt of the Addendum on the outer envelope of your bid. Prospective Bidders are hereby notified of the following: The Plans and Specification Documents for the above referenced project are hereby revised and amended as follows: ray 1. Proposal orm Section 00 42 43: Replace Unit 2 Sewer Improvements Bid For with Unit 2 Sewer Improvements Bid Form attached hereto. 4'Wide Asphalt Pvmt Repair, Residential Item 3201.0111 replaced with Temp Asphalt Pvmt Repair(2" HMAC/6"CTB) Item 3201.0400. JIM 4" 2-Way Cleanout Item 3331.3102 removed from Proposal Form. Note: Ali Addeinclum No, 2 items are available on Buzzsaw: replace original forms listed herein with Addendum No,2 forms and insertions. All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect, ADDENDUM No, 2 August 1.7, 2015 "Me Curltract.4A shaH ac knowledge receiip[ ofth is Addeii lid wn (1) in the space provided beilow, (2) in I'he prolmsai and (3) a(�I*noMedge receipt on the outer envelope of youir Wd M uj,-)per case ietters "RECHVED Luse &ACKNOWLEDGED ADDENDUM NO, 2", i"aflure to return a signed clopy of the addendurn with the ProposaB shall be gtounds for rendering the bid non-responsive, A signed copy of thiis adderldLIM serail be IAaced into the ProposaA at the time of subinittal, RKEIPTACKNOWLEDGPD, Water Department /00 13y� By .................................. FonyShoiola, P.E., Engineering Manager 11tie, rye rN rNrrr rs ADDENDUM No, 2 August 17, 2015 DO 45 26-,I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pape I of I SEcrION 00 45 26 2 CONTRACI"OR COMPLIANCE WITH WORKER'S COMPENSAnON I,AW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as amended, Contractor certifies that it .5 provides worker's compensationi insurance coverage for all of its employees employed on ."ity 6 Project No. -0__1929_. Contractor further certifies that, pursu ant to ". Texas L.,abor( ode, Section 7 406.096(b),as amended, it wiH provide to City its stub contractors certificates of compfiance with 8 worker's coinpensarion,coverage. 9 10 CONTRACTOR: 12 13 CompaRy (Please Print) 14 15 -e- Q Signatui ... __A�X 16 Address ty 17 18 SsAtAtOAAW Title: fl�!Ik toe-04-n- 19 City/Slate/Zip (Please Print) 20 21 "rHE STATE OFTEXAS 22 § 23 5 24 COUNTY'OFTARRAN'r § 25 26 BEFORE ME the Ullder'si ,ftld 1141kithority, on this day jwmonafl y aplotared 27 known to me to be the person has name is -towledged to rne that he/she execiate(J die same as 28 subscribed to the tbregoing insta urneril, and acki 29 the act and deed of__Up C& ?9,QRS_IAIW_T for the 13uqx)s'es and �yw 30 consideration therein expressed and in the capacity therein shated. 31 32 GIVEN ITNI EIR MY I 1 AND SEA.I.,OF 0FIA('I,E this /.S, —day of 33 ' 201V 34 35 36 Ate. 37 Notaty I�Iiablic in at I tb. r the State of'rexas 38 39 END OF SEC"TION S ALVA NELL FEW Notary Pubk, NS - STATE OF TEMS 40 MY Comia UP.AM 045.2010 D 1. CITY OFFORTWORD 1 2014 CIP Yew 2 Contract 2,Unit 1,2,mid 3 STANDARD CON SI W KAJON SPECIFICATION WCUMUNTS CIN(Y2,433 Rev sed July 1,20111 004540-A Mt ORITY AND WOMEN BUSINESS IENTERPIRISE'(K)AL page I of I I SECTION 00 45 40 2 MINORITYBUSINESS ENTERPRISE(301AL 3 APPLICATION OF POLICY 4 If the total dollar value of the contrac.,t is greater than $50,000, then the MBE subcontracting goal I r7 5 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 6 subcontracting goal is not applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participationi by Minotity 1.0 Business Enterprises (MBE) in the procurement of all go(As mid services,, All requiremenv; and I I regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOAL 14 TI-ie City's MBE goal on this project is 1_2% of the total bid (Base bid applies to Parks and 15 Community V014ces),, Nqtq.: If both MBE and SBE subcontracting goals are established for dills -)roject then an Offieror must submit both a MBE JJtiJi7,d[trion Form and a SBE Utilization Form to be 16 17 deerned responsive, 18 19 COMPLIANCE TO BID SPECIFICAT IONS 20 On City contracts Teater than $50,000 where a BE subcontracting goal is applied, bidders are 21 requireAt 'to comply with die iritent of the Cit'y's Business Diversity Ordinance by one of the 22 fbilowing: 23 I. Meet or exceed the above stated MBE goal through MBE subcontr acting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Waiver documentation. 27 Failure to comply with the Cit.),"s M/Wl�:E Orditimice, shall result in the Bid being considered non- 28 m,sponsive, Any questions, please contact the M/WBE Office at(817)212-2.674. 29 30 SUBMrrTAL OF REQUIRED DOCUMENTATION 31 The applicable docunients as! be received by the N4anaging Department, Nvithin the following 32 times allocated, in order fi)r the entire bid to be considemd responsive to the simcifications. The 33 Offeror shall deliver the MHE documentation in person to the ap proprint e employee of the Managing 34 Departiment and obtain a date/time receipt. Such receipt shall be evidence that the City received the 3 5 documentation in the time aflocateA, A faxed win not be ........... .......... .......................... 1. Subcontractor Uti➢izAtion Form,if&,,(,.)al is met received by 2-00 p.m.,two(2)City business days after the Or eXceeded: ...bid o,enin 4a!,F,,exclusive ofthe bid 1) i date. J........... ............--.............. 1--.......... T22---.............--..............- 2. Go(A Faith Effort and Subcontractor received by 2:00 City business days after�the Utilization Form, if participation is less than bid openring,date,exchisive ofthe bid opening date. stated „eun6: 3. GoW Fig­ff -u-b c oi iii,a-c ii)r— r,e'ce-"i'v rived—by-2-:00-,p—. w"--o(-2,5-C­ft'y"b,-u-s',-i n e-s-s-"drays,-" a-ft,e-r-t h"',e Utili7atioill Form, if no MBE p�K!i i ion. bid date,exclusive of the bid qy�pin date. ......................... ................. .......................................... S 4. Prime Conti-actor Waiver Form,if faryn will received t)y 2:00 p.m.,two(2)Ciiy business days after the _i?ey-fo vii all subcontrdcfins��!�ppfier work: b o ,pin .9 e,e clusi ve of the bid 5 nin&d .......................K.................. .. ......... -_.L4 IF,_ L! y,0 �t �� ................ ....... .5. Joint 'Venture Fomi, if utilizing a joint venture received Iby 2:00 p.m.,two(2)City business days aftel-the to rneet or exceed ve rtatr 'bid on.enmr�date,excflliasi, ofdiebld nlnE .................-................ .- p � �= _, _,.- -- .- -.......... 36 END OF SECTION iu CITY OF FORT WORTH 2014 CIP Yea 2-C(minvA 2,Unh 1,2,and 3 STANDARD CONSTRUCTION SPIF(IFIk ATION EWUMENFIIS UN 02,433 -ITYSECRETAW 00 52 43-I CONTRACT NO, Agreement Page.1 TA4 SECTION 00 52 43 MR 2 AGREEMI,�'.NT 3 TIUS AGREEMENT,authorized on DECEMBER 15 2015 is made by and between the City 4 of Fort Worth,a Texas home rule municipality,acting by and through its duly authorized City, 5 Manager,("City"),and STABILE&WI NN NC., authoriz:ed to do business in Texas,acting 6 by and through its duly authorized representative,("Contractoc). 7 City and Contractor, in consideration of the mutual covenants hereinaller set forth, agree as 8 follows: 9 Article 1.WORK 10 Conn,actor shall complete all Work as specified or indicated in the Contract Documents for the 11 Projw identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as fbilows: 2014 CIP YEAlt 2.CONTRACT 2 15 2014 CIP Year 2 --Contract 2, Unit 1,2 and 3 CF W Pro.ject#02433 16 Article 3.CONTRACT TIME aN 17 3.1 Time is of the essence. 18 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 19 Documents are of the essence to this Contract,, 20 3.2 Final Acceptance. 21 The Work will be complete for Final Acceptancewritl1in 260 days after the date when the RIM, 22 Contract Time commences to run as pr(wided in Paragraph 2.03 of the General Conditions. 23 3.3 Liquidated darnages "AM 24 Cant. ctor recognizks that time is of the essence of this Agreement and that City will 25 suffer financial loss if the Work is not completed within the times specified in Paragraph 26 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the MAR 27 General Conditioi-)s. The Contractor also recognizes the delays, expense and difficulties 28 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 29 is not completed on time. Accordingly, instead of requiring any such proof, Contractor hr 30 agrees that as liquidated damages for delay (but not as a penalty), Contractor, shall pay 31 City Six Hiotdred TWenty Dollwllv ($620.00) for each day that expires after the time 32 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of WyN 33 Acceptance, WPM MY OF FORT WORTH 2014 CIP Year 2—Con ma 2,Unit 1,2,and 3 STAND AIM CONSTRUCTION SPECIFICA"TION DOCUMEN,rs CP1114 02433 Revised June 4,2012 00 52 43-2 Vin. ;menn oil Page 2 of 4 34 Article 4.CONTRACT PRICE 0 35 City agrees to pay(ontractor for perfbnnanee of the Work in accordance with the Contract 36 Documents an arnount in current funds of ONE MILLON NINE HUNDRED EIGHTY 37 THREE THOUSAND ONE HUNDRED FIVE DOLLARS AND TWENTY CENTS RN, 38 jjl2gjQ5:M. 39 Article 5.CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City. and 42 Contractor concerning the Work consist of the following: 4.3 L This Agreement. 44 2. Attachments to this Agreement: PAY, 45 a. Bid Foffn 46 1) Proposal Form 47 2) Vendor Compliance to to La lion-Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents(project spec ific) 50 b. Current Prevailing Wage to Table 51 c. Insurance ACORD Foffn(s) 52 d. Payment Bond 53 e. Performance Bond 54 f, Maintenance Bond RIP 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MWBE Commitment Form 58 3. General Conditions, 59 4. Supplementary (I1 onditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if riot attached, as incorporated by reference and described in the Table of 62 Contents oft e Project's Contract Documents. 0001 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. PF 66 9. The 1`61lowing which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued,become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. IN) 69 b. Field Orders. 70 c., Change Orders. 71 d. Letter of Final Acceptance. 72 73 Cff Y OF FORT WORTH 2014 CIP Year 2-Con hmd 2,Unit 1,2,and 3 STANDARD CONSIRUCTION SPECIFICATION DOCUMENTS CFN 02433 ri Revised June 4,2012 005243-3 Agmement 00 Page 3 of 4 74 Article 6.INI)EMNIFICATION WYMI 75 6.1 Contractor covenants and agrees to indemnify, of harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of,the work and services to be performed 99011 78 by the contractor, its officers, agents, employers, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is allMed or proven that all or some of the damages being IR 81 sought were caused, in whole or in Dart, by anv act,omission or negli zence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs,expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. OR 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city,its officers,servants and employees,from and against any and all loss,damage 88 or destruction of property of the city,arising out of,or alleged to arise out of,the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision, is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused. in whole or in part, (pfop 93 by anj act,omission or negligence of the city. 94 95 Article 7. N.U.SCELLANEOUS (OF 96 7.1 Tenns. 97 Terms used in this Agreement which are defined in Article I of the General Conditions will 98 have the meanings indicated in the General Condit 10ns. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 '73 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the C.ontract Doctiments, 106 7.4 Seven ability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or Me, 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 C:C. 151 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the to of I'M 113 Texas. Venue shall be 'r arrant County, Texas, or the United States District Court for the 114 Northern District of Texm,Fort Worth Division. MIN MY OF FORT WORTH 2014 CIP Year 2--Cwhio 2,Unit 1,2,and 3 STANDARD M14STR1YCTI(M SPECIFICATION DOCI MENTS CPN 02433 MAP Revised June 4,,2012 005243-4 Agreement Page 4 of 4 0,101 115 7.6 Other Provisions. 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out byte City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sip Agreement, if other than duly 121 authorized signatory oft e Contractor. 122 123 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effiective as of the last date signed by the Parties("Effective Date"). 127 Contractor: City of in Wor Stabile & Winn, Inc. .............. ....................... B B 'Fer"anda, Assistant City M .......... ;2... ........................ J7 �7; to (Signature) u 0 4"- Date on Attest, e. , (Printed Name) K tIJ ............... (Seal) Secreta Title: Vice—President ............ .. ................. Address: P 0 Box 79380 ............................ M&C Date: I Z,- tj:±4EL_ ....................... ................... .............. C cs a TX 76179-038,0 Approved as to Form and Legality: ................... Date Douglas W. Black Assistant City Attorney 128 129 130 APPROVAL RECOMMENDED: 131 132 133 ............ Robert Car an MM 135 1./ 134 J10 RE T 0 R, 136 Water Department 137 qpi OFFICIAL, REC�"ORD ary SEC REIUI%R"�„f CITY OF FORT WORTH _O 4 CIP Year 2-Contract 2, Unit 1,2,and 3 STANDARD CONSTRUCTION S111-011CATION DOCI 1MLNT,j F 1VOKYN' CPN 02433 Revised June 4,2012 .......................... 0061 13-1 PERFORMANCE BOND Pop 1®f 2 I SECTION 00 6113 Bond#CA 4098567 2 PERFORMANCE BOND 3 NO 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, STABILE& WINN,INC.,known as"Principal"herein and 8 a corporate surety(sureties, if more than uJ 9 one)duly authorized to do business in the State of Texas,known as"Surely"herein(whether one 10 or more),are held and firmly and unto the City of Fort Worth,a municipal corporation created I I pursuant to the laws of Texas,known as"City"'herein,in the penal sum of,QU LAMLON 12 NINE HUNDRED EIGHTY THREE THOUSAND ONE HUNDRED FIVE DOLLARS 13 AND TWE NTY CENTS (SI.983.105.20). lawful money of the United States,to be paid in Fort 14 Worth,Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 15 ourselves,our heirs,executors,administrators,successors and assigns,jointly and severalty, 16 firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the 15'h day of DECEMBER. 2015,which Contract is hereby referred to and made a 19 part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor 20 and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders,as provided for in said Contract designated as 2014 CIP Year 2®Contract 2,City Project 22 #02433. 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders,under the Contract,according to the plans, Mr 26 specifications,and contract documents therein referred to,and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be VON 28 and become null and void,otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in OPP,, 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 31 Worth Division. CITY OF FORT WORTH 2014 CIP Year 2—Conm Z Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 'M 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 VIP 5 this instrument by duty authorized agents and officers on this the 15th day of 6 December --,20 15 7 PRINCIPAL: 8 Stabile&Winnjnc. 9 10 B 12 13 ATTE,;T: 14 15 16 (Principal)Secretary Name and Title 17 Is Address: P'O bax 79380 19 Saginaw,TX 76179-0380 20 21 IV 22 Witness as"Prin pal 23 SURETY: 24 Great American Insurance Conigany of 25 New York 26 27 Br 28 29 UU 30 Tracy Tucker,AttorneX-in Tact 31 Name,and Title 32 33 Address: 900 Summit Ave, 34 Ft Worth,TX 76102 35 36 37 Witness as to Surety Telephone Number" 817/336-8520 38 39 40 41 *Note: if signed by an officer of the Surety Company,there must be on file a certified extract 42 from the bylaws showing that this person has authority to sign such obligation, 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, 45 C Y OF FORT WORTH 2014 CIP Year 2--Contrw 2,Unit 1.2,and 3 IT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1.2011 00 61 14-1 PA BOND Page I of SECTION 00 6114 Bond#CA 4098567 2 PAYMENTBOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS® 6 COUNTY OFT § 7 That we, STABILE & WINN. INC known as "Principal" herein, and 8 Great Arnericun Insur to e Coinrany of New York a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "'City" herein, in the 12 penal sum of ONE MILLON NINE HUNDRED EIGHTY TIME THOUSAND QNE 13 )HUNDRED FIVE DOLLARS AND TWENTY CENTS ($1,983,10519) lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 15 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns,jointly and severally, firmly by these presents: 17 WHEREAS,Principal has entered into a certain written Contract with City,awarded the IS 15'h day of DECEMBER. 2015, which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as 2014 CIP Year 2—Contract 2,City Project#02433. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code,as amended)in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in fall 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. NOR 30 OR, CITY OF FORT WORTH 2014 CIP Yew 2—Contract 2,Unit 1,2.and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1..2011 0061 14-2 PAYMENTBOND Page 2 of 2 I M WITNESS VVUEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 15th day of 3 Decernber 20 15 4 PRINCIPAL: Stabile&Winn,Inc. -------------------- A ATTEST: B n,Vice-President M Henderso (Princip 1)Secretary Name and Title Address: P 0 Box 79380 4inaw,'I'X 76179-0380 wim SURETY: Great An-wrican Insurance Company of New York ATTEST: ............ Tracx'hicker,Attorney in Tac� (Surety)Secretary Name and Title Address: 900 Summit Ave. Ft Worth,TX 76102 Witness as to Surety Telephone Number: 817/336-8520 5 6 Note: If signed by an officer of the Surety, them must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION 12 CITY OF FORT WORTH 2014 CIP Year 2®Contmct Z Unit 1.2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 0061 19-1 MAINTENANCE BOND page I ar3 SECTION 00 6119 2 MAINTENANCE BOND Bond#CA.4098567 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we STABILE&MLINN,INC.,known as"Principal"'herein and 9 Great American cE� corporate surety(sureties, if more than I a 10 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one I I or mom),are held and firmly bound unto the City of Fort Worth,a municipal corporation created wu 12 pursuant to the laws of the State of Texas,known as"City"herein,in the sum of ONE 13 YULLON NM HUNDRED EIGHTY THREE THOUSAND ONE HUNDRED FIVE pip 14 DOLLARS AND TWENTYCENTS 61,9N,1051JO lawful money of the United States,to 15 be paid in Fort Worth,Tarrant County,Texas,for payment of which sum wel I and truly be made 16 unto the City and its successors,we bind ourselves,our heirs,executors,administrators, 17 successors and assigns,jointly and severally,fi rmly by these presents. 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the "! day of DECEMBER. 2015. is Contract is hereby referred to and a made part FA 21 hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and 22 other accessories as defined by law,in the prosecution of the Work including any Work resulting 23 from a duly authorized Change Order(collectively herein,the",Work")as provided for in said 24 contract and designated as 2014 CIP Year 2—Contract 2,City Project#02433;and 25 26 WHEREAS,Principal binds itself to use such materials and to so constyuct the Work in 27 accordance with the plans,specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two(2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period"');and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in pan 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CrrY OF FORT WORTH 2014 CIP Year 2—Can 2,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 0061 19-2 MA CB BOND Pap 2 of 3 1 NOW THEREFORE,the condition oft is obligation is such that if Principal shall 2 remedy any defective Work,for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work,it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond;and 10 00P 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division;and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 PIP POP rr CMY OFF T WORTH 2014 CIP Yew 2—Conisuct 2,Unit 1.2.wtd 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 I� 0061 19-3 MAINTENANCE BOND Page 3 or VV 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the - Ilr w„- ,day of December 3 20 4 PRINCIPAL: 6 Stabfle k'W inn,iz c, 7 8 9 BY. 10 a e II A T® �. 1 ` 13 Jeri° f-leiid ersofi, ?'ice°-llmre°si .ent 14 (Principal)Secretary Name and Title Usti 16 Address: P 0 Box 79380 17 Saginaw,.'l.” 76179.11380 Is 19 PRO 20 �itness t rircpal 1 .. SURETY: Great American Insurance Curnpanj of 3 New York 24 m, 5 26 Sigltature 7 iouA 28 Tracy Tucker, tt orrrmia� 29 AT TEST: Name and Title 30 o17s 31 Address: 900 Sunlmit.Ave, 2 (Sure Sec Ft Worthj'X 76102 33 34 mom' 35 Witness as to Surety Telephone Number: 817/336-8520 36 7 *Note: If signed by an officer of a Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided, 40 The date of the bond shall not be prior to the date the Contract is awarded. IPP 1 titt�t IMP CITY OF FORT WORTH 2014 CIP Year 2—Con 2,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised July 1,2011 i GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative ice:301 E 4TH STREET - CINCINNATI,OHIO 45202 - 513-369-5000 - FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No.® 14893 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name, place and stead to execute on behalf of the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TRACY TUCKER STEVEN TUCKER ALL OF ALL W.LAWRENCE BROWN BENNETT BROWN FORT WORTH, $100,000,000.00 KEVIN J.DUNN TEXAS ® This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREATAMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 25TH day of JUNE , 2015 ■ Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK caavare"r, Assistant Secretnn_' 1}irirtonal Seniur Dire Prectd-[ DAVID C.KITCHIN(877-377-2405) STATE OF OHIO, COUNTY OF HAMILTON-ss: On this 25TH day of JUNE 2015 ,before me personally appeared DAVID C.KITCHIN,to me known, being duly sworn,deposes and says that he resides in Cincinnati, Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; ® that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. ® r A. N*y 0(0* Coll�q 06.11,�02p This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14,2009. RESOLVED: That the Divisional President, the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety,any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,•to prescribe their respective duties and the respective limits of their authority,-and to revoke any such appointment at any time. ® RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed this 15thday of December 2015 WR aanPaaurpa' S E A L�� "%NMI 'GYt, M�ppINW A.cri.ctant SecretarT om S1185L(06/15) Great American Insurance Company of New or GRENIAMI,,-RICAN Great American Alliance Insurance Company . INSURANCE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Deparlment of[risurance at: P.O. Box 149104 Austfi1, TX 78714-9104 FAX: 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that err issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great Arnericaji-i.Insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Conipany Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Eniail: bondclaims@gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a preiniuni, you should contact the agent first. If you have a dispute concerning a 0aini, you should contact the company first. If the dispute is not resolved, you may contact the'texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for inf6rination only and does not become a part or condition of the attached document, Who- F.966M(3/11) Ip ACC. CERTIFICAT F12 ATE(M R°DIYYYYp E OF LIABILITY INSURANCE 11 015 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 BLOW. 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 poUcy(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(s). PRODUCER nnCONEACT Judy ranch .._......._.__.__. ._._.._._..�.._�_____...._�...._ _._�...._�..______... ......."...... Tucker Agen e Ltd. PHONE {81"71336-B52p FA aa:Ias.al�XS•� �1 ' O Box 2255 E-M1AIL r� RE :Judy @trxckeragency„cow i"r�sURER{S)AFFORrrINC�CC�ERA; _ PIAIC p Ft. Worth TX 76113 __.�_ INSURERA ®r%aide rifu1 Insurance Co INSURE® "SURER87�merisure Insurance Company Stabile & Winn Inc. INSURER C: Po Box 79550 INSURERO: l INSURER E Saginaw T}C 76179-0350 INSURER P: COVERAGES CERTIFICATE NUMBER:15/16 All Lanes REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO 7°HE INSURED NABBED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT'TO WHICH TI°IIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFTOIRIDED BY THE HOUCIES DESCRIBED HEREIN IS SUBJECT "m ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCEID BY PAIID CLAMS. N§R .................._. ______ ........._.... AMC _................................................................................................._......................._.....................PoLIC d El-1 °fF651CY EXP LTR TYPE OF INSURANCE POLICY Nt)MEER M6IDrlfYYYY MPdI1DOfYYYY LIMITS D�WTU GENERAL LIABILITY EACH OCCURRENCE 1,000,000 VAt�; 7RT A CLAIMS-MADE "yI;V6C CIA Y Y Pa 2083085 03 6/2®/2015 6/28/2016 MEOEXP(An one person) $ 5,000 wAH x ITXCU Included _.............__..... PERSONAL&ADV INJURY �..............................1,000,000 _._.. ...... _ ___ X Contractual Liaba„later G'ENEIRALAGGREGATE $ 2,000,000 ......................._... ._...._.......... GEN'L AGGREGATE:LIMIT APPLIES PER: PRODUCTS-CcxrlitPIOP AGG $ 2,000,000 ROLBCY x PRO- LJC .. acv AUTOMOBILE LIABILITY CO M -MIT _JEUggi, $ 11000 000 ANY ALT C4 BODILY INJURY(Pair person) S ALLOWNED SCHEDULED Y A 2055209 07 6/28/2015 6/28/2015 Alr"I'OS AUTOS JODIL.YVNJ'URY(II'aarscateeal) $ __......_ .._....__.. _....................�........... __ NCDIdR�aAJNEI'I f'ROI EI°dTY DARMAGE X HIRIF..D ALI'("S ... AiJTOS F'C r,sn ird�rv�CL Uninsured motodsl combined E 85 000 X UMBRELLA LIAB 7C OCCI.PR EACI I OCCURRENCE $ 5,000,000 ____ _. EXCESS LIAE CLAIMS-MADE AGGRte.;ATE $ 5,000,000 A __ —.. _.._. _. _...._......................._... _ _._........_ �:..:. Nye OEU RETENT9C7N5 Y Y U 2030254 11 6/28/2015 6/28/2016.1 $ B WORKERS COMPENSATION ,STAT'IJ- dTH- AND EMPLOYERS'LIABILITY �YIN x U 4 ANY PRCRRIETORIPARTNEIVEXECUTIVE V�........� NIA E.I. EACH CODENT $ 000 Q.O..A __......_..._ ...................................... (MandaRmyInNil)EXE;E.tlaaEEla C 2030255 10 6/28/2015 6/2E/2ca6 R as,d se In and E.L.ul,,onASe- .EEEEaLOdC I ..... .._.. ,000,000 R yes,tYes�aibd under DES RRTIOO�1 OF OPERATIONS bdo _.... ____.___._ .___ ____ _ E L.DISEASE X POLICY I.I�nIT �� 1,000'.000 DESCRIPTION OF OPERA"DNS 6 LOCATIONS I VEHICLES (Attach ACORD 1101,Additional Remarks Schedule,If more space Is required) Project No: 02433 -° 2014 CIP Year 2 -- Contract 2 Additional insured in favor of City of Fort worth, its officers, employees and servants and Hamilton i Civil Engineering applies to all policies except workers compensation if required by written contract. Coverage provided is primary and non if required by written contract„ l liability additional insured includes ongoing and completed operations if required by written contract. Waiver of subrogation in favor of additional insured applies to all policies if required by written contract„ I 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 iI)y1�If Tracy Tucker/ Y -- ' ACORD 25(2010/05) 0 1 988-201 0 ACORD CORPORATION. All rights reserved. r>tJJ'9'N IN S0251an9nG'IWt a'a1 Thn ArC)R l nninnannel Innn ern ronletarnel rnarke of Ar`r1Rrl PIP, STANDARD GENERAL CONDITIONS POP OF THE CONSTRUCTION CONTRACT J. CITYOF FORTWORM STANDARD CONSTRUCMN SPECIFCAl[ON tX)CUMENTS Revisk)w 21,2012 MR � �� ��� ��T/ m^�^�� ���m� ����u�a���^ aa� �~������I^I��^�^� ��� ��m�� � ���������������O� CONTRACT ~ ^-��^�+° �u���~��u��^� ^���^� ����*��� � TABNLE OF CONTENTS � �Page Article I -Definitions ..........-..-..._.................-......,............~.......... _,.~.........� 1-01 Defu ted Temis............ . ~.-__.,...,~..... .........._._.......^........_....._....._....,~~............,._-_.....~....^_� � 1.02 "I"emi/i ...............^^............._........,...-...^......... .............,.....~.~...,.-..-..,.~~........~---.,..~~..~~6 / Ai'ticle 2-Preliminary .....................--...._..^^..................^-^__.-_.,.................... ~...~.~..7 � 2.01 Copies of Documents.,.~-~_.......~.~.^~....^....._^-....... ~~..~......,----..................... ...~..^_--.__.~~~....~,� 2-02 ComaWe3ce0men8of Contract 'l."im0e; Notice to Proceed,....................... _..-...,.......,..^.._ ............._-.7 117 2.03 S8a�ing��/ ��or«.-~..�...............�.^_.._.~._...~~..........-..~..~~........................~__...�..._...........,...,� � 2.04 Before Starting Construction~....................,_^.-.~~....~..~...'.. ...... ......~............._--.._.~~...........~^..8 2.05 Preconstruction C\onterence............-.-...~...~.~-.............................~.....~..~_..._^_.....~-..~-~.'........^..~...8 2.06 Public Meeting...............,.~.....-~........._~-..._-....................-.,_....._......-......._._...._.-..^...-.._..� � 2.07 Initial Acceptance of.S'chedtj1es..-.~......................,-.........~.._...__,_._..-...................._.^............ ..8 Article 3-Contract Documents: Intent, Amendinig~ Reu0e.-..,................^....-._-._........,..~^._._.-....~....~.~,~.8 � 3.01 Intent....................^...~..,.^~..._~~..~...~........^_^~.-...,....~...._..~...............,.......................~~_.~~.~.~.-.~^~~� 3.02 Reference Stw3dards....~........~..........,.,.....................^..~....~.......~......,......~,..-.-...........^.^_...~......9 3.03 Reporting and Resolving Discrepancies-,--......... .......... ......... � 3.04 Amending and Supplementing Contract Docu0nenks,.......,. 10 3.05 Reuse of ...... .......... ..~...~.........10 3.06 11"Iec0Mo)icData..- ....-_~.~~._...~~~......~..-.~~~......... ..~_-___~~~~~.~~. w ' Aiticle 4-Availability of Subsurface and Vlazw-dous Environmental Conditions; Reference���m�._-.....,.~...-..._......,....,__..........~............-_.._...~...........-.._,...~......� � � 4.01 Availability of ............-~.,..--.....,,...,,.....................^.......'.......~..~....... ^.^^_...~~...~.~.~�� 4.02 Subsurface and Physical Conditions^~~...--.-~...~......-~........ -..~-........,12 4M Differing Stil-)surfacc or Physical .....^ 12 � 4.04 Under,61round FaciUities . .............-..._.......................... .~......._.........-_-.~.-..................._._..... 13 4.05 Reference Points-.......... ......... ........^...........~.~...~.......14 4.06 Hazardous Environmental Condition at Site..........................._~~-....~~~.............^..~,.~~. 14 ~ Article 5-B0nds and Insurance_,.........................~^...,.-~.~..~...._-..........~.....^^.___-_...~...............~~...-....~16 5.01 Licen.wd Sureties and /nsumrs......... 16 � 5.02 and Maintenance, Bonds......_,..................................~,~.__..,.......~....__16 ~ 5.03 Certificates ..............................~..-~-....,~~..~.~...~~..._.........~..~....l 6 5.04 Contractor's Insurance-,".',......... .............,........_...~....._-_~..^....~~.~.........-....... 18 � 5�05 ���������� �� ���lace..~--^_~_�~~~~~~~~.~~~.-..~.~..~,~._.~19 � . ~.--�___~ ___-, _�_-_ " Article 6-Contractor's Responsibilities.......~-............................-..-.-......._.._..~...~~^...~.._..^.~..^,^~^,,..,...~....19 0� 6��1 ��� ,,~~,~~~,~,,~,,^,,__~~~~,.~~,,,~~~,,~,,~~,,,,,_...,__~._.~,,~��~~,19 � Supervision .-~�_~~�~.-__~- (.37"Y OF FORT WORTH � 8'l uNcAR D("mN S111asJC110N SPECIFCA110NMCUMEN I N 6.02 Labor; Working 'ours....,,.....1,...... ........................... ........-----.-20 6.03 Services,Materials,and Equipment...-............. ....... ......... ...... 20 6.04 Project ...... 6.05 Substitutes and ............................ ........ 6.06 Concerning Subcontractors,Suppliers,and 6.07 Wage Rate%.... .. ................. 6.08 Patent Fees and Royalties.......-.................. ............... ...................-....,....26 6.09 Permits and Utflities--........ ........... .........-...... 6.10 Laws and Regulations....,... ......----.......... ...... 6.11 ........... 6.12 Use of Site and Other Areas..--, ......--........ 6.13 Record Documents-- 6.14 Safety and Protection............ ...,u.... .. .........--.... ......____29 6.15 Safety Representative..,,,,.,..... ......... .........a . ..... ................ 30 6.1.6 Hazard Communication, .......---....................----____30 6.17 Emergencies antilor ......--....................... ........30 6.18 Submittals.......... ......... .............. 6.19 Continuing the ........... ...................... ............... ........ 32 6.20 Contractor's General Warmty and .......... ........ ...... --.32 6.21 Indemnification .............. ......-.....4m ............----......... ......33 6.22 Delegation of Professional Design Services... ........... ......................... 6.23 Right to A udit....... .............. ................. .....-----34 6.24 Nondiscriminal n..,.......,,..,,........ ............ ....... ..............................-.......-35 Article 7- Other Work at the ......-,-35 7.01 Related Work at Site....... ................ ............. 7.02 Article 8-City's ......... --,--.36 8.01 Communications to Contractor...... .............. .................... 8.02 Furnish Data..,...,,.... ...... 8.03 Pay When Due ........ ....... 8.04 Lands and Easements; Repoms ................ 8.05 Change Orders,,-.- ...... 8.06 In.spcetions, 'ests,and Approvals .........----....... ................... ........ 8.07 Limitations on City"s Responsibilities.,,,,,,,......... ......... 8.08 Undisclosed Hazard us Environmental Condition... 8.09 Compliance with Safety Article 9- City's Observation Status During Construction ................. 9.01 'it '"s Project Representative--. ............ 9.02 Visits to Site ................ ........... ......­......... 9.03 Authorized Variations in Work..... ............... .................----38 9.04 Rejecting Defective Work..........----................... .......... ...... .....38 9.05 Detemiinations f or Work, ......... ........ 9.06 Decisions on ReAluirements of Contract DocurneriLs and Acceptability of MY OF F'ORTWOR 11 1 STANI)ARD CONSTRUC110N SPECUFCATION DOCUMENUS Rev l 1kcaWxr2J,7012 Article 10-Changes in the Work; Extra Work~_~~_-_,.-. -38 FOR 10.01 Authorized Changes in the Work.~~......,..~^,.-.-.~.__-~_.-....~.....~.^^__.....................^__.........~38 ~ 10.02 Unauthorized Changes in the Work. ........ ~~.................. ~_~.~~..~~._.,_~~.,~.~~ ..~~~..^-,~~~ ~39 10.03 Execution of Change Orders.._.~ .~.~^..-...39 � 10.04 Extra Work_~.~~..~.~ ~~~~_~~.,.....~~~.~_~..~~~~~~..____. ....... 39 � 10.05 Notification to Smmety___,,,,~~~,,,,,,,,, _~,..~,,~~~~_,,,_,~~.^,,_,,_,~,,,�� 10.06 Contract Clainis Process.......,............._ ...............~._............^^........_.^.-.-_~......._.....-___....._,,-�� � Article I I -Cost of the Work; Al Unit Pfice Work; Plans Quantity Measurernent.—..................-41 11]01 Cost of the Work~_.~.......... ................ -~.~~_~~~~~~.._~-~__-~~.~.~.^_-41 11.02 Allowances.........._-_..........~...............-_.._~^_~~~~~~~_.~ ............ 43 � ~ 11.03 Unit Price Work..............~~~~_..~~___^~...........-~..~~^-~.-_....~^.~~... ~-_~~~,......^~_�� 11.04 Plans Ouantit. y Measurernent..."...'....... ..........~..~...~~...............__..................-_......45 � Article 12-Change of Contract Price; Change of Contnact Thrie........._.................~....... ............ ..~.~-^-._-46 12.01 Change of Contract Price^.. ................. 46 12.02 Change of Co0tractTime...~..... ................ ..-47 � 12]03 Delays~_ ...... .~~~~...................,~47 Article 13-Tests and In Correction, Removal or of Defective Work..............._....48 � 13.01 Notice of Dieƒects, ....._...._.....^..^..........-,...........~............ .............................. --~_............^_....48 1102 Access to Work~.......,....................-..~,..............._.-..._.~...~.....~..-.......-~..~....._... ~...48 13.03 Tests and ............-... ........... --,---48 � 13]04 Uncovering Work..~~.......~.~.._-~~..~~~~~.....~..~~~. .^..-~......,49 13.05 City May Stop the Work.......-,..... .-_-_..~........~ ....-49 13]06 Comectio00r Removal of Defective ......^-_............. .^.__.50 � 1107 Correction Period.... ........ ...-.~.....~..~... ........................~..~^..~-.-__-~ .......~.......... ^^`._._~~~...~-.'�� 13~08 Acceptance of Defective Work...._~~._^.-..-~.- .......... .......^...~.^~~..~,..~................-,-~~~~..............51 13]09 City May Correct Defective Work,,.................-......_...~_-~.............................. ...... ......___...,�� Article 14-Payments t0 Contractor wid ornplel .................~,..~._-.....~-,.,................^.52 14]01 Schedule of Values......... ...._................._..._._~.......~.......^^....... ,...__.................~-~_.....~.._52 � 14.02 ...~.. .................~~.......~~................~~52 14.03 Contractors ......... 14.04 Partial Utilization ...........`._-._..............,...^.....--.-_.~..~......... ......__.~_ .......--.,.......55 � 14.05 Final Inspection.....-........ ...... ............ ..............-~~~.....~,...~~~~~~. ...... ~.~..~.^.~........-~...55 14]06 Final ..__ ^-_.... ..~~^. 5 5 14.07 Final .~.~.~-....~..~....-~ -..._...~..~^~~~~~~~.._....^.,...........-~~_.............._...~~_._56 � 14.08 Final Completion Delayed and Partial Retainage Release.~.......-....~........-_.......... ..........._--.56 14.09 Waiver of'Clainis~...............~........,.......-..................^^.~.._-__.................._-..~-...~... ............57 � Article 15-Suspension of Work and rermination....,...............~.................-...................,..^.,......................^.5 7 15.01 City May Stispend Wosk...~.~.~.~~....~....~.._~~ ....... ...~............. ~�~~..~~-~~~~.~_,_~~-�~~~�� 15.02 City May Terminate for Cause.....^.~..^,.~~.^,~-..~~_-'.~..-,.~-,~....^..........-.........~~~.^.. ............58 � 15.03 City May Tern0inateFor Con vetience._-........-.................................,..._..~..........-........._......60 Article16- ................,...^.~.._....-.......~...............~~.-.~......^^...........~,,,^.^^6� � 16.01 Methods and Procedures.................-.....~.-~......~........^.'.........^_____.^_...... ._~~^...-..^,........~..61 � CITY OF FORTWORTH � SI'ANDAmDcONSrRUC"HON SPECueCA 110NcXX WMEINr8 Article 17 Miscellaneous... ................ ........ ........... ....... 62 17.01 Giving Notice- ........--.................... ...... .m ,,.a ,o,,...,.,..., ..,........ ......................... 62 17.02 Computation of Times................................ ................. .......... ......--.......62 17.03 Cumulative Remedies... M......—..... ....... .........---....... ....... .......... ........62 17.04 Survival of Obligations—, ....................... ....... ...... ............. ............. 63 17.05 ....... .......... ......... crry OFFORTWORTI I S; FANDARD CONS'MUMION SPECIFCATION DOCUMENTS Revision:Doxnit=21,2012 M" 00­I Gamal Conditims Page I of 63 ARTICLE 1-DEFINITIONS AND TERMINOLOCY 1_0 I Definecl 7 rms 'on r t curnents, e terms listed A. Wherever used in these General Conditions or in other C t ac, Do th below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, ferninine 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--definedl 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 fornis. 1. Addenda.. -Written or graphic instruments issued prior, to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed t,:.ontract,D ocurnents. vemepit­- The written insaunrient which is evidence of the agreement between City and 2. Agi Contractor covering the Work. 3. Application for Pqyinenf- The form acceptable to City which is to be used by Contractor during the course of the Work in requesting pro, ress or final payments and which is to be accompanied by such supporting docurnentation as is required by the Contract Documents 4. Asbestos---Any material that contains more than one percent asbestos and is fhable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safo�ty and I lealth Admin istration. 5. Award— Authorization by the Chy Council for the City to enter into an Agreement. 6. Bid- The offer or prorx-sal of a Bidder submitted on the prescribed form setting forth the prices for the or to be perfornied. 7'. Bidder— The individual or entity who submits a Bid directly to City. 8. Bidding I)ocianena---'Me Bidding Requirenients and the proposed, Contract Documents (includ ing all Addenda). . id ding�Rc quirements- The a m dvertiseent or Invitation to Bid, Instructions to Bidders, Bid 9 B security of acceptable lbrm, if any,and the Bid Form with any supplerntnts. 10. Buviness Day - A business day is defined as a day that the City conducts nortnal business, generally Monday thmugh, Friday,except for fvAleral or state holidays observed by the C.ity. 11. fluzzyaw , City's ian-hne,electronic docurnent majilagernent and collaboration sy.qenl. 12. Cidendar I)qy ­A.day consisting of 24 hours measured from midnight to the next midnig1it. Crl"Y OF FORTWORTH STANDARD CONSTRUCTION SPEVIFCA110N MAMENIN Revisiav Damift 21,2 012 00 7.2 00-I GeimW Conditi O'n Page 2 of63 YJ 13. (7hange Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. l4. ,Ci13­-- The City of Fort Worth, Texas, a horne-rule municipal coqx)ration, authorized and chartered under the Texas State Statute,-,, 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 perfonn specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be perfonned. 15. City Allorruqp­ The officially appointed City Attorney of the City of Fort Worth, Texas, oar' his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Alanagmr The officially appointed and authotized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. ("Ontraci Cliar- A demand or assertion by City or Contractor seeking an adjustment of (,"ontract Price or Contract Time, or both, or other relief with respect to the teens of the Contract.A.demand for money or services by a third party is not a Contract Claim. 19. Conliwct­1 Fhe entire and integrated written document between the City and Contractor concerning the Work. 'Me Contract contains the Agreement and all Contract IC ocurnerits and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Coom-act Documenty- _'Fhose items so designated in the Agreement. All items listed in the Agreernent are C.,oantract Docutnents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documients. 2 1. Contract 1'rice! moneys payable by City to Contractor for completion of the Work �mn accordancx,- with the Contract Documents as stated in the Agreement (subj,ect to the pmvisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Thne-­The number of days or the dates stated in the Ag—reenient to: (i) achieve Milestones, if any and (ii)complete the Work so that it is ready for Final Acceptance, 23. Conli-actor- The individual or eritity with whom City has etitered into the Agreement. 24. Qnst 9ft Work_-See Paragraph 11.01 of these General Conditions for definition. C11TOFFORTIVORTH ST CONSTRUCTION SPECIFCA11ON DOCI WNIS RevWow D=%nhxN,2012 General Conditions Page 3 of 63 Ma 25. Damage Claims — A demand for money or services arising from the Project or Site from a it party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined,shall can a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — Theo Ici lly appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public or — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas,or his duly appointed representative, assistant, or agents. 32. Drcavings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the or to be perfon-ned by Contractor. Submittals are not Drawings as so defined. 33. Effiective Date oft e 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 fi n-n registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order--A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION IX)CUMEN IS Revision 21,2012 001200-1 Gene sW Canditions Page 4 of 63 38. Final Jitvpection Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance the reot fully, entirely, and in conformance with the Contmet Documents. 39. General Requirements--Sections of Division I of the Contract Document s. 40. ,fl azarelous Environmental Condition.-The presence at the Site of Asbestos, PCBs, 111e1n)leum, 11--lazardous Waste, Radioactive Material, ®r other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste...-.-H- azardous waste is defined as any solid waste listed as hazardous or possesses one or more ha7Ardous characteristics as definedi, in the federal waste regulations, as amended from time to time. 42. Laws and Regulations--Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. ant 43. Liens--Charges, security interests, or encumbrances upon Pro iect funds, real property, or jxr%onal property. 44. Major Item-An Item of work include in the Contract, Documents that has a total cost equall to or greater than 5%of the original Contract Price or$25,000 whichever is less. IWO, 45. Milestone---A principal event specified in the Contract Documents relating to an intermediate, Comma Time prior to Final Acceptance of the Work. 46.Notice of''Aupar&--The written notice by City to the Successful Bidder stating that upon timely compliance by the Succfessfiji Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. "JI, 47. Notice to Pn,)ceed� A written notice given by City y to Contractor fixing the date ®n which the Contract 'Time will commence to run and on which Contractor shall start to peffbrm the Work specified in Contract Documents. 48. PCHY Polychlorinated biphenyl,s® 49. Petroleum- TIctroleurn, including crude oil or any traction thereof which is liquid at standard conditions of temperature and pirvssure (60 degrees Fahrenheit and 14.7 pounds per ,square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil mfuse, gasoline, kerosene, and oil rnixed with other nori-Hazardous,Waste and crude oils. 50. Plans See definition of Drawings. NAP Aq; C1 ITOF FORT WORTI I s rANDARD CONSTRUCTION SPECHCA11ON DOCUMENIS Revisi(n Dawnlxr2l,2012 we 11 007200-1 General Conditions Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the or 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. 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 is for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. in CITY OF FORT WORTII STANDARD CONSTRUCTION SPFCIFCATION lXXTIVIENTS Revision Dmmber2l,2012 00 72 M-I GeneM Conditions Page 6 of 63 63. S"zibininals—All drawings, dl ins, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Su ccessAlBidder----The Bidder submitting the lowest and most resrx)nsive Bid to whom City makes,an Award, 65. Sqperin1en&n1--- Me 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. &pplementaiy Condihonv- That part of the Contract Documents which amends or supplements these General Conditions. 67. ,Suppfiei=--A manufacturer, fabricator, supplier, distributor, matenalman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the'Work by Contractor or Subcontractor. 68. Underground Facililks - All underground pipelines, c;onduits, ducts, cables, wires, manholes, vaults,, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that cA)nvey electricity, gases, sitearn, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water,other liquids or chemicals,or traffic or other control systems, 69. Unit Price Work, isee Paragraph 11.03 ofthese("ieneral Conditions for definition. MARI, X ffleehmd Wmi*ipig Ikurs - Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday,as approved in advance by the City. 71. work- 'rhe entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. or includes and is the result of perft),nning or providing all labor, services, and documentation necessat-y to produce such construction including any Change Order or Field Order, and lurnishing, installing, and incorporating all materials and equipment into such amstruction,all as required by the Contract Documents. 72. Wibrking Da y- A working day is defined as aday, 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 Terminvlogv A. The wor&and terms discussed in Paragraph 1.02,,B dirough E are not defined but, when used in the Bidding lkequircinents or Contract Documents, have the indicated meaning. B. Intent of'Certain Terms or,,44ectives: CF•Y OF FOR MORTI I STANDARD CONSTRUCTION SPECIrCMION rXXI IMENTS Rmn'sim:Dwmtex'21,2012 Pb 00 72 00-i General Conditions Page 7 of 63 no I The Contract Documents include the terms "as allowed," "as approved," .6 as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination Oft will be solely to evaluate, in general, the or for compliance with the infon-nation in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective.- 1. The word "defective," when modifying the word "Work," refers to or that is unsatisfactory, faulty,or deficient in that it: a. does not conform to the Contract Documents; or M& b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents, or Am c. has been damaged prior to City's written acceptance. D. Furnish, Install, Per form, Provide 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the or including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time: Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARE)CONSTRUCTION SN-CIFCATION DOCUMENTS Revision Do=brr21,2012 007200-1 Gencs]Condifims Page 8 of 63 2.03 Starting the Work Contractor shall start to perforra the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Bqfore&arth Consiniction Baseline &hedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconsiruclion(,°(,,)r firencc B,efore any Work, at the Site is started, the Contractor shall attend a Prrconstruction Conference as specified in the Contract,Documents. 2.06 11ublic Meeting Conti-actor may not mobilize any equipment, materials or resources to the Site prior to Conti-actor attending the Public Meeting as sclieduled by the City. 2.07 Initial Act,-el)ltatict,,,qfSchetiules No progress payinent shall be made to Cow actor until acAxptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARUCLE 3—CONTRACT DOC UMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are cornplementaty; what is required by one is as binding as if required by all. B. It is the intent of the Contract 113ocuments to describe, a functionally complete project (or part thercol) to be ")nstnicted in accordance with the Contract IN)cuments. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Doctiments shall be issued by City. D. The Specifications may vary in forni, forniat and style. Some Specification sections may be written in varying degrees of stremnlined or declarative style and some sections may be relatively nwrative by comparison. Omission of such words and phrases as "the ContrI shall... ..in conformity witht," "as shown," or "as specified" are intentional in strearnlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear, in various parts of a section or articles within a part depending on the forniat,of the CITY OFFORIFWOR:11 I STANDARD CONSTRUCTION SPECIFCATION rXX'1]MIENIN ReTLsimr Dmniw2l,2012 10 007200-1 General Conditions Page 9 of 63 No section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations I. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall can the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall b e e ffective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, ore loyees, from those set forth in the Contract Documents. No such provision or instruction shall bee ective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the perfon-nance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: I. Contractors Review q1'Contrad Documents BefiVeSlarling Work- Before undertaking each part of the Work, Contractor shall carefull y study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review ol'Conlracl Documents During Per/brmance of'Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph oft C ITY OF FORTWORTI I STANDARD CONSTRUCIION SPECIFCATION EX)CUMENTS Revision rk-umbtT21,2012 00 77,00-I General Conditions Page 10 of 63 6.17A) until an amendment or supplement to the Contract Documents has been issued by one of the methods Indicated in Paragraph 3. Contractor shall not be liable to City for failure to report any ccirrflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof 110111 B. Resolving Disc)-epancies., 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any sia aid ard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Document ® In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quaritities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and, upplemenfing Contfurt Ncumenm A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions diereof by a Change Order. B. The requirements of the Contract Docurnents, may be supplemented, and minor variations, and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the folk)wing ways: 1. A,Field Order; 2. City's review of a Submittal(subJject to the provisions of Pan rah 6.18.C);or I City's%fiften interpretation or clarification. 3.05 Reuse of L)ocuinenty A. Conti-actor,and any Subcontractor or Supplier shall not. 1. have or ac uiw any title to or ownemhip rights in any of the Drawings, Specifications, or other documents (or copies of any tliereof) prepared by or bearing the seal of Engineer, including electronic media editions;or 2. reuse any such Drawings, Specifications,other documents, or copies thereof on extensions of the PrqJfect or any other project without written consent of City and specific written ved fication or adaptation by Engineer'. CTTY OF 1701t] WOR:III S VANDAJIU)CONSTRUCI"ION SPE"CUIVATH)N 1"UMENTS, Revisim.,DmaAmi'Al,2,012 00'12� I Geneval Conditions Page,I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or tennination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3 06 Eleclronic.Daly A. I hiless otherwise stated in the Supplementary Conditions, the data f6mished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are Innited to the printed copies included in the Contract Documents (also knovm as hard copies) and other Specifications referenced and located on the City's Bu7gsaw site. Files in electronic media for at of WA data, grap�hics,,, or other types are furnished only for the convenience of the receiving par-ty. Any conclusion or infbrmation obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard c4Inpies govern. B. Wfien transferring documents in electronic media 1I the transferring party inakes no representations as to long ter rn compatibility, usability, or madability of documents resulting 'j'geS" Operating SYSt F"S, from the use of soffivare applicatk)n pack, e or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICA1.,CONDITIONS; HAZARDOUS ENVIRONMENTAL COND111ONS; REFER ENCE POINTS 4.01 4 iwilo'ihilitjr of Landv A. C'ity shall Fu rani sh the Site. City shall notify Coritractor of any encumbrances or restrictions not of general application but specifically relafixt to use of the Site with which Clontmctor must comply in perforriiing the Work. City will obtain in a finiely manner and pay for easements for pennanent structures or permanent changes in existing fficilities I The City has obtained or anticipates, acquisition of and/or access to tight-of-way, and/or easements. Any outstwiding rigjtt4&mivay and/or easements are anticipated to be acquired in accordance with die schedule set forth in the Supplementary Conditions. The Pmject Schedule submitted by the Contractor in accordance with the Conixact Documents must consider any outstanding right of-way, anid/or easements. 2. The City has or arificipates renlovirig and/or mlocating utilities, and obstructionis to the Site. A in accordance Any outstwiding removal or relocatk)n of utilit ies or obsinictions is anticipate with the schedule set forth in the Suj, lementaty 1P . Conditions. The Pix)ject Schedule submitted by the Contractor in accordance with the Contract Dfxuments must consider any outstanding utilitries or obstructions to be rernoved,adjusted, and/or relocated by others. B. Upon reasoriable written request, City shall fUrnish Contractor with a currentstaternent of record f rm ri o ed. legal title and legal description of the lands upon which �the Wo c is to be pen (Irry OF FURI WORTI I S FA NDARD('ONSTR UCTION SM:VUVA'n0N DOCUM ENV S Hevisim:Dxwhm N,201�: 007200-1 Goveml Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for constrtiction facilities or storage of materials and equipment. 4.02 Subsurface lrysical Cotulitions A. Rer)orts and Drau,ings:° The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground J'acilities). B. Limited Reliance by Contractor on Technical Data Authotized'.- Contractor may rely upon the accuracy of the "technical data7 contained in such reports and drawings, but such reports and drd-wings are not Contrdct 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,employces,agents,consultants,or subcontractors with respect to: WARY) the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, meth(As, techniques, sequences, and procedur�es of construction to be employed by Contractor, and safety precautiorLs and programs incident. thereto ;or 2. other data, interpretations, opinions, and infonnation contained in such reports or shown or indicated in such drawings;or 3., any Contreletor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions,or information. 4.03 DffferingYubst( iice or Ph"Wica/Condifiony A. N66ce,: If Contractor believes that any subsurihce or physical condition that is uncovered or revealed either:, 1. is of such a nature as to esviblish that any"technical data" arm which Contractor is entitled to rely as,provided in Paragraph 4.02 is materially inaccurate;or 2n is of such a nature as to require,a change in the Contract 1.1ocuments;or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and ��t alinarountered and generally recognized as inhe in work of the character provided for in the Ormtract Documents; Wit CITY OF F(HUM)RD I STANDARD CONSTIRMION SPEC1rCA'n0N D00 MENTS RevWimir Dvmnba Vim,2012 007200-1 Genend Coridihons F*e 13 of 63 ?P0 then Contractor shall, promptly after Nxorning aware thereof and before ffirther disturbing the subsurface or physical conditions or perfoffning any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible.Price and Time Aqjuslments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if- I® Conti-actor 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 conixact;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contruct Docurnents or the Site; or 3. Contractor failed to give the written notice as re(�juired by Paragraph 4r.03.A. 4.04 Undiarground Fiicifilies 'Ibe information and data shovari or indicated in the Contract Dmurnents A. Viown or kidicated, with respect to existing LInderground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is oflierwise expressly provided in the Supplementary Conditions: I. City and Engineer shall not, be responsible toy- die accuracy or completeness of any such inforniation or data provided by others;and 2. the cost of all of the fbIlowing will be included in the Contract Pfice, and Contractor shall have full responsibility for: a. reviewing and checking all such infiorniation and data; ats bu locating all Underground Facilities shown or indicated in die Contract Doctiments; c,. coordination and adjustment of the Work with the owners of such thiderground Facilities, including City,during construction; and Or d. the safety and protection of all such Undergjound Facilities and repairing any damage d"wereto resulting frorn the Work. pia B. Nol Aoun or Indicated, 1. cf efor reve, e t onfigtiotis to the Site which was not shown or indicated, or not shown or indicated widi reasonable accuracy in the Contract Doctunents, Contractor shall, promptly after becoming aware thereof and before ftirther dislurbing conditions affected thereby or perfiorniiing any CITY OF FORT WOR ITI STANDARD CONSIRUC I 10N SPECTRATION MCUMI-1415 Rey�sion:Dmai*v-21,2012 Gen=W Conditions Page 14 of 63 or in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered I.Jnderground Facility and determine the ektent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discove red Underground Facility. 2 If City concludes that a change in the Contract Documents is required, a Change Order may be issued to refl ect and document such consequences. 3. Verification of existing utilities, s1ructures, and service lines shall include notification of all utility companies a minimunt of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Rqference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide constniction stakes or odier customary, method of rnarking to establish line and grades for roadway and utility construction, centerlines and bench arks 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 destro ed or requires relocation because of necessary cha,nges in )rades or Y g locations. "I"he City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor, 'Me Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the Cit:y, any reference point or monument has been carelessly or willfully destroyed, dis-trurbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be c1larged against, the Contractor, and the full arriount will be deducted frorn payment due the Contractor. 4.06 Mizardouy Environmental Condition atgite A Re pons and Drawings: The SuppleirenlAry Conditions identif d wing s V those reports an dra known to City relating to fla7mdous Environmental Conditions that have been identified at the Site. B. Limited Reliance ky Contractor on Technical Data Aulhorized.- Conti-actor may rely upon the accuiracy of the "technical data" contained in such reports and dnawings, but such reports and drawinigs are not Contract Documents. Such "technical data" is identifim], in the Supplementuy Conditions,, Contr-actor may not make any Contract Claim against City, or any of their officers, directors,members,,partnens,employees,agents,consultants,or subcontractors with respect,to: L the completeness of such reports and drawings for Contsactor's purposes, including, but not limited to, any aspect-, oftl'ie rneans, methods, Whniques, sequiences and pnxedures of MON CITY OFFORT WORn I FIAM)ARD CONS fRUMION SPECIFCA71ON MCUMBIMS Revisim,Ehyxmba2l,2012 007200-1 Gcneml Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Enviromnental Condition or if Contractor or anyone for who 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 Aw 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 its 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 is 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 or that is in the area affected by such condition to be deleted fi-om the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the.fullest extent permitted bey Laws and Regulations, Contractor shall indemnify and hold hanniess City,from and against all claims, cosa, losses, and dwnages (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 y anyone for whom Contractor is responsible.. Nothing in this Paragraph 4.06,G shall obligate Contractor to indemnify an y individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CUY OF FORTWORTH STANDARD CONSTM)CMN SPECM:CATION EX)CUMENTS Revisk.w Dmwba,21,2012 W 72 W-I Ong, General Conditions Pa.ge 16 ol'63 ARTICLE 5—BONDS AND INSURANCE 5.01 LicenvedSureties and Insurem, All bonds and insurance requireA by the Contract Docurnents to be purchasex! and maintained by Contractor shall be obtained from sumty or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages s® required. Such surety and insurance complanies shall also meet such additional requirements and qualifications as may be prolvided in the Supplementary Conditions. 5.02 Perfigi-mance, Payment, and Maintenance Boluls A. (ontractor shall fumish perfonnance and payment bonds, in accordance with Texas Ganwremm,ent Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the f4ithfid perfomiance and payment of all of Contractor's obligations under the 114 Contract,Documents. B. Contractor shall furnish maintenance bonds in an arnount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Docinnents. Maintenance bonds shall rernain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the f6rin prescribed by dw Contract Docurrients except as provided anti-terwise by Laws or Regulations,and shall be executed by such sureties as are narned in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed. by an agent or attorney-in-fact must be accornparned by a scaled and dated Power of attomey which shall show that it is effiective on the date the agent or attorney-in-fact signeAl each bond. D. If the surety on any bond fur�nished by Contractor is declared bankrupt or becomes insolvent or its right to do business is tenninated in the State of Texas or it ceases to meet the requirernents of Paragraph 5.01C, Contractor shall promptly notify City and shall,within 30 days after the event giving rise, to such notification, provide am doer bond and surety, both of which shall coniply, with the requirementss of Paragraphs 5.01 and 5.02.C. 5.03 (7erlificates of"limriwance Contractor shall deliver to City, with copies to each additional insumd and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance reAluested by City or any other additional insured)which Contractor is required to purchase and maintain L 'The certificate of insunance shall docurnent the City, and all identified entities narn W.- , in the Supplementary Conditions as"Additiorial Insured"on all liability I )Iicies. cry oF`FORT WOR11 I STANDAR 1)CONS1 RUCnON SPECIVCA n0N DOCUMINV3 Reviskm:Ekwmmbw21,2012 007200-1 General Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property &Casualty Guide 4. The insurers for all policies must be licensed an or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A®: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of is Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow Iorrn of the primary cover-age. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance cover-age shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost oft e premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In d1b CITY OF FORT WORTH STANDARD CONSTRUCTION SPE'CIFCA"I ION DOCt IMFNTS Revision.Docernher 21,2012 00 72 W I GawxW CoMitiMs Page IS of 63 why lieu of traditional insurance,alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of$5,M0.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance, requirements and to make reasonable adjustments to insurance covemge's and their ]limits when deenled necessary, and prudent by the City based upon changes in statutory law, court decision or the clairns history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense,to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, firnitations, or exclusions necessary to colliform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or mmlifications shall not be reqtdredl 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 premiurn costs for Contractor's insurance. 5.04 ("onhwaor's Insurance A. Mlorkrrs C(fflywmvation a?d Einl�loyers" Liabih�y Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Fexas Labor Code, Ch. 406, as amended), and mini urn limits filar Employers' Liability as is appropriate fbr the or be,ing perlbrirued and as will provide protection from claims set forth below which may arise out of or result from Contractor's MAP performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be perfiornied by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to pedbrrn any of the Work, or by anyone for whose acts any of thein may be liable: 1. clainis under workers' compensation, disability benefits, and od-ter similar employee benefit acts; 2. clairns f6r diminages because of bodily irliury, occupational sickiiess or disease, or death of Contractor's employees, & (Anninerrial General Liabdit y. Cownige shall include but not be litnited to covering liability (bodily injury or property drunage) arising frorn: premiscFdoperations, inderwndent contractors, pto duct s/conipleted openitions, personal injury,and liability under an insured contract. Instirance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Servicm Office (ISO) policy. This insurance shall apply as primary insurance with tv,,spect to any other 71 CITY OF FORTWOR 111 STANI)ARD CONSTRM'noN smMMION MX1 M"INTS' Revision:rkw,"w2l,2012 007200-1 GenerW Conditions Pl Page 19 of 63 insurance or self-insurance programs afforded to the City. e Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perforTn 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. VIP 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. 5 Acceptance qf Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. 7f ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently., devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences,and procedures of construction. CITY OF FORT WORTH ISTANDARD CONSTRUMION SPECIFCA'WION DOCUME,,AVIS Revision:Damber2l,2012 N.)72.00-I Genend Caidifioris ftge 20 of'63 B. At all times during the progress of the Work, Contractor shall assign. a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor, C. Contractor shall notify the City 24 hours prior, to moving areas during the sequence of construction. 6.02 Labor, PVorkingl*)urs A. Contractor shall provide competent, suitably qualified personnel to rwrfonp construction as required byte Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all or at the Site shall be perfonned duriing Regular Working Flours. Contractor will not permit the mN performance of Work beyond Regular "ors .ing Flours or for Weekend Working Flours without City's written consent- (which will not be unreasonably withheld). Written request (by letter or' electronic communication) to perfbrfn Woric Mom), 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working I fours request must be made by noon of the preced.ingThurrs-day 'ia for legal holidays request must be made by noon two Busi iess 11 ys prior to the legail i, Ja holiday.. 6.03 &owices, MiteriaO, and 4,uilnnepa A. Unless otherwise specified in the Cont ,et Documents, Contractor shall provide and assume full responsibility for all services, materials, equipmeiat, labor,transportatioiii, construction equipment and inachinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals neeessary for the perflomiance, Contractor required testing,start-til),and completion of die Work. B. All materials and equipment incorporated into the Work shall be as slx-cified or, if not specified, shall be of good" quality and new, except as otherwise priwided in the Contract Documents. All 09, special warranties and guarantees required by the Specifications shall exp�ressly run to the betiefit of City. If required by City, Contractor shall furnish satisfactory evidence (including report's of required tests)as to the source,kind,and quality of materials and equipment. MYOFFOKMORTH STANDA RD CONSI TIUC 110N SPEC Ill CATfON DO(A IMENIN Revisiair Wzntv 21,2012 0072 00-I Gerwral C'ondifiws Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, tised, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be p rovided in the Contract DOCUMentS. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time or f'bid,unless otherwise specified. 6.04 Prqject Schedule A. Contractor shall adhere to the Project Schcdule 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 'rime. Such adjustments will comply with any provisions of the General Requircirients applicable thereto. 2. Contractor shall submit to City a monithly Project Schedule with a nionflily progress payment M-1 for the duration of the Contract in accordance with the schedu le specification 01 2 16. 3. Proposed adjustments- in the Project Schedule that will change the Contract 'rime shall be submitted in accordance with die requirements of Article 12. Ad jus arnents in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Ors- tj uals A. Whenever an item of material or e(luipirient is specified or described in the Contract Documents by using the name of a proprieuny item or the name of a particular Supplier, the specification ar description is intended to establishi 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 pennittext, othier items of material or equipment of other Suppliers may be submitted to City for review under the circunism"ices described belo v 1MR, L "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is fUnctionall equal to that named and sufficiently similar so that no changc in Y Mated Work, will be required, it rnay be considered by City as an "or-equal" itern, in which case mvshe and approval of the proposed item may, in City"s sole dism tiorl, be acconiplid without cornpliance with some or all of the mquirements for, approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or cquipirient will be considered Rinctionally equal to an item so named if- a.. the City determines that: 1) it is at least equial in materials of constnwtioil, quality, durability appear,a i i c C-, strength,and design characteristics; MY OFFORTWORTH STANDARD CONSIRUCTION SPECIFCATION DO(AMENTS RcvWowr Damba 21,2012 M 7700 1 M" General CmOtions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposm]by the design concept of the complet W. Project as a functioning whole;and 3) it has a proven record of performance and availability of rcsponsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time;and 2) it will conform substantially to the detailed requirements of the its JIMned in the Contract Docuniefts. MOP 2. Subvilute,keyiLv: a. If in City's sole discretion an item of material or equipment prorA)sed by Contractor does not qualify as an "(sr-equal"' item under Paragraph 6.05.A.1, it may be submitted as a proposed Substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable subst itute therefor. Requests for review, of proposed substitute items of material or equipment will not be accepted by City ftom anyone: other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or eqUipmetit that Contractor seeks to furnish or use. "The application shall c(Hriply with Section 0125 00 and: 7 1) shall certil�that the proposed substitute item will: a) perronn.adequately the functions and achieve the results called for by the genenal 11111, 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.con-opletion on time; b) wl-ieflier use of the proposed substitute item in the Work will MXluire a change in any of the Contract Documents (or in the provisions of Miy other direct contract 11,111,11", with City for other work on the PrqJ1cc.t) to adapt the design to the i'Voposed substitute Hein; C11 V OFFORT WORTM STANI)ARD,CONSTR�X.11014 SPECTFCA'11ON DOCUMENTS Revisioir DwmAxi 21,,2012 GOZ2 00.1 1 Generak Conditions P&W,23 of 63 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: ,rP a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair,and replacement services;and IMF 4) shall contain an itemized e%timatc 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 0)nsimclion Metho& or Procedurvs- If a specific means, methold, technique, sequence, or proceduiv; of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, tecMique, sequence, or prmedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to deteanine that the substitute proposed is equivaJent to that expressly called for by the Conuuct Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. (.,,ity's Eivalwition: City will be allowed a remonamble time within which to evaluate each proposal or subrinittal made pursuant to Paragraphs 6.05.A and 6,05.13. City may require Contractor to f6rnish additional data about the proposeJ substitute., City will b e- the sole judge of accept abili�y. No "or-equal" or substitute will be ordered, installed or utilized until City's review s coniplete, which will be evidenced by a Change Order in the case of a substitute and an acceptW Submittal l.br an"'or-equal."City will advise Contractor in writing of its determination. D. Special (luarantee: City may requirc (".ontractor to furnish at CorlAr-actor's experise a special per forniaace guarantee, warr�,mty, or,other surety with respect tam any substitute. Contractor shall a�mr indepn)1 and hold harmless Cit ind anyone dirvcf4y or hxdirect�y eny0yed by them,firarn, and y against any and all clahns, damages, losses and e�Mwyes (inclueling atforneys fet, ) arising out oft he use of'suhslituted materials or equilnwnt. E. Cit 's Cos ,y - v Reimbur-sement: City will rec�nrd City's costs in evaluatitig as substitute proposed or submitted by Contractor lnirsuant to Paragraphs 6.05A.2 and 6,t".5H, Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such pr�oposW substitute,, Contractor may also be required to reimburse City for the charges for making changes in the Contnict Docuntents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Cbntractor's Exlwnse: Coritraclor shall provide all data, in support,of any proposed substitute or �4or-cquaf" at("ontractor's expense., CFTY OF FORT WORTI I STANDARD CONSM m(MON SMA,AFCAT WON M0 MEN rS Rm'sion:Ekvmlw2�,2012 FI* i 007700­1 Q14 Genemi C o ndufia ,s Pne 24 of 63 Cam City Su st twe Reimbursement- Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be grantcd for substitutions. 6.06 Concetwing 5ubconfraclors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 5% of the value embraced on the Co ntma,unless otherwise approved by the City. B. Contracu.rr shall not emplo,y any Subcontractor, Supplier, or anther individual or entity, whether or a replacement, against whom City may have reasonable objection,, Contractor shall iutruu ��llr � asst be required to employ any Suulv.ont tor', Sau ppllier, or other individual or entity to fur,mish or perfinm any of the Work against wham Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph Ci, a,C)u C. The City may from time to time require the use of certain Subcontractors, Suppliers, or anther individuals r entities errs the roieet; and will provide such req uircuients in the Supplementary u Conditions. equitable participation�' a r^ua�sam Minority arr .�� �. �� the full and rp Ordinance C,c�urrrfrfra ace. It is City policy to ensure y Small Business Enterprises. rises BE "S E in the procurement of goods amid services on a corms tractuual basis. If the Contract ntract ocu ents provide for a MBE and/or goal, comply with the intent of the City's Business Diversrt Ordinance as arrerdea�by the iil� ir �one 1. ('ont:ractor shall, upon request by the City, provide e m �letc and accurate inf n ation regarding actual work performed by a MBE and/or S E on the Contract, and payment therefor. '. Contractor will not make additions, deletions, or substitutions of accepted. MBE without mitten consent of the City., Any unjustified change or deletion shall be a material breach f 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 n f any books, records,rds, car files in the possession of the Contractor that will substantiate the actual work performed by an MBE am( or S E. Material misrepresentation of any nature may be grounds for teen ninatinn of 'the Contract in accordance with Paragraph 15.,02.A. Any, such misrepresentation may be grounds for, disqualification of Contractor to bid o n future contracts with tine City for a period of not less than three yems, E. Contractor shall be fully responsible to City for all acts and omissions of the Su w ntrraclaars, Suppliers, and anther individuals or entities perf'onning or fiurnishing any of the Work just as Contractor is wslaonsible for Contractor's own acts and aarnissiio nsm Nothing in the Contract nt:ract Documents: i CITY OF.'rtaRI wCDRTH STANDARD ANDA.RD CONs"r"ra.Uou'm)N SP C"1rC"A` 014 INNnC:)CN.NN EN`r" r4 0072.00-1 G conditions Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2° shall create any obligation ® 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 oft e Work under a direct or indirect contract with Contractor. fppt 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 forte 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. 711111 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 Con for or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any aff ected 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 WORTI I 's STANDARD CONSTRUCII(N SPE',CIF-CATION DOCUMD,ql,' Revision:D&mtrill.,2012 0072 00-1 Ge=W Conditions q 26 of 63 D. Arbitration Required' if Violdfion Not Resolved An issue relating to an alleged violation of Section 2258.023, Texas Govemment 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 11111 arbitrate under this section do not agree on an arbitrator before the I It 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. Recoreh, to be Maintained 'The Contractor and each Subcontractor shall, for a period of three(3) years f6flowing the date of acceptance of the Nvork, 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 Payments. With each progress pa�ynient or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has cA)mplied with the requirenienLs of Chapter 2258,Texas Goverrunent Code. G. Posthig of4f1iige Rotes. The Contractor shall poq, prevailing wage rates in a conspicuous place at all firnes. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all oohs Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Rojialties, All A. Contractor shall pay all license fees and ro,,ya Ities and assume all costs incident to the use in die performance of the Work or die incoil)oration in the Work of any invention, design, pill'(31cess, product, or device which is the subject of patent rights or copyrights held by others. If a parlicular invention, design, process, product, or device is specified in the Contract Docurnents for use in the performance of the Work and if,to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payi�nent of any license fee or royalty to others, the existence of such rights shall be disclosed b i ty in the Contract Documents. Faillure of tile City 7 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 inlet extent permilled by Laws and Regulations, Contractor- shall indenm�f)� and hold harinless City,from and against all clahns, costs, lasses, and damages, (including but not fintited to all J'engineers, architeds, alforno;s, and other 1wofessionais and all court ftes and charges o or ghty dcsnalomf ri or ccp,yfighty incident to the use in then/7er/ormanct-,, oj`the Work or msulthig,fi-onn CITY OF R)RTWO]MI i STANDARD CONSTRUC110N SPEC 1FC ATION DOCUMENTS Rev�siar rAwi0m21,2M2 007200-1 GenaW Conditions Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. &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 forte 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 f o r permits provided by the City a s s pecified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all its 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 fior any cost associated with these requirements of any City acquired permit. "I"re 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 its 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 its 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 CHN OF FOWMORITI STANDARD CONSTRUCTION SPF-CIFCA110N DOCUMENTS RevLsiom Dm=1=21,2M 007200-1 GenaW Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work.. However, it shall not be Contract:or's responsibility t o m ake certain that the Spec if cations and Drawings are on accordance with Laws and ;egulations, but this shall not relieve Contractor of Conti-actor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of perfOrt-nance of the or may be the subject of an adjustment in Contract 11 Price or Contract Time. 6.11 Tares A. On a contract awarded by the City, an organimion which qualifies for exemption pursuant to Texas Tax Code, Subchapter I-L Sections 151.301-335 (as amended), the C"ontractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the perfon,nance 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 provisioni of State Compurolliler's Ruling 011, and any other applicable rulings p ftaming to the Tex.as Tax ("ode,Subchapter 1-1. B. Texas Tax,perrnits and inforrnation may be obtained fro.m: I Comptroller of Public Accounts Sages Tax Division Capitol Station Austin, TX 78711;or Iltttp .� www mm................. ............. .............................. 6.12 Use of 9te and Other A reas A., Ihnitallion on Use o Site and Other-,,,Ireas: 1. Cont actor shall confine 4xxistruction equipment,the storage of niaterials,and equipment, and the operations of workers to the Site and other areas pennitted by Laws and l guilations, and shall not unreasonably encumber the She and other areas with construction cAluipment or other materials or equipment. Contractor, shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the perforniance of the Work. 2. At any time when, in the judginent of the City, the Contractor has obstructed or closed or is carryirig on operdtions in a jxlction of a sareet, right-of-way, or easement greater than is necemsary for profw.r execution of the Work,the ("ity may relcluire the Contractor to finish the smtion on which operations are in progress before work is corritneniced on any additional area of the Site. CITY OF FORTWORTI I STANDARD CONSTRI J(AI0N SPECIFCATION D43CUMENTIS' Revision-I)mwba 21,2012 IWO 00'72(Y)- I Gaieral Condifions. Tlaigcs 29 of'63 3. Should any Damage Claim be made by any such owner or occupant bealuse of the perfonnance of the Work., Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragrraph 6.21, Contractor shall inde,mnif .y and hold hai7nless City,firom and against all clahns, costs, losses, and dainages arising out of or relating to any claim or artion, legual or equitable, birught by any such owner or occuINInt against Ch),, B. Removal of Debris 19uring Pe)y4rmance of the Woy*: During the progress of the Work yya 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 confort-n to applicable Laws and Regulations. C. aSite Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is pr(weeding 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 ppp such costs, shall be deducted from the monies due or to becorne due to the Contractor. D. Final Site Cleaning: Pdor to Final Acceptance of the Work (..'ontractor shall clean the Site and the Work and make it ready for utilization t.)y City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliance i, constniction equiplIrlent and machinery, and SUI-PIUS materials and shall restore to original condition or better all property disturbed by the Work. E. Loadipa g&ructures,: Contractor shall not to nor pc alt any part of any structure to be loaded in any manner that will endanger the structure,, nor shall Contra,ctor subject any part of the Work or ad jacent property to stre sses or pressures that will endanger,it. 6.13 RecordDocuments A. Conh-actor shall mainuin in a sa& place at the Site or in a place designated by the C ontractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Chang e Orders, Field Orders, and written interl3retations and clarifications in good order and winotated to show changes made during constrUCtion. These record documents together with all a,ppro�ved Samples and a counterpart of all accepted Submittals will be available to City for reference, Upon completion of the Work, these record rrnwy onaand Submittals will be delivered to City pior to Final Inspectn. Contractor shall incl ude accurate locations fair buried and imbedded items. JIM, 'rote 6.14 Safilj;an I d dion A. Conti-actor shall be solely responsible for initiating,, nwaintaining and supervising all saft!ly precautions and pn)granis in connection with the Work.. Stich responsibility doe-s not relieve Subcontractors of their responsibility for the saf'ety of pemons or prolmily in the perforfirliance of their work, nor for oi�)mpliance with applicable safety Laws and Regplations. Contnictor shall CITY OF FORTWORI H STANI)MW CONSI HA tlCPON SWIFOK'AlION D)CUNIENI S Re,6skw Dwan1=21,2012 00 72 00-1 Crew e#Conditions Page 30 of 6 3 OR take all necessary precautions for the safety of and shall provide the necessary protection to prevent damage,injury or loss to: 7 L all persons on the Site or who may be affected by the Work; 2° all the Work and materials and equipment to be incorporated therein, whether in storage on 7 or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, Mill), pavements, roadways, structures, utilities, and LJnderground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property,or to the protection of persons or property ftom damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground 1"'acilities and other utility owners when prosecution of the or may affect flien'), and shall cooperate with them in the protection, removal, relocation, and replacement of their property, C. Contractor shall comply with the applicable requirements of'Oty'ssafety prograrns, if any. D. Contractor shall infbrm City of the specific requirements of Contractor's safety program, if any, with which City's employeves and representatives must comply while at the Site. 1E. All damage, injury, or loss to any property Mferred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in wbole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly ernployeAf by any of them to perfonn any of the Work,or anyone for whose acts any ofthem may be liable, shall be remedied by Contractor. F,, Contractor's duties and responsibilities for safety and for pmtectionu of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Sqfqy Rel�r nfalive Contractor shall inform City in vtiiting of Contractor's designated safety representative at the Site. 6.16 Hazard Coinnunficalion ProAq,ums Contractor shall be responsible for coordinating army exchange of material safety data sheets or other ha2.,Atd communication inl'ormation required to be made available to or exchanged between or arnong employers in accordance with Laws or Regulations. 6.17 E'wtergenries anellor Rect4ication A. In. eniergeticies affecting the safety or prutection 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 wriffen notice if Contractor believes that any significailt Sri CITY OF FORTWOR M Z S1 ANDAR 1)CONSIRUC11ON SPECIrCMION DIDO MMS Rcvisionl-lkumnln,21,2012 G al Canftons Page.3 II of 63 too) changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If City determines that-a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show,just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. 'Me City - 2 %, from any shall deduct an amount equal to the entire costs for such remedial ac tion, plus 5 funds due orb e duet e Contractor on the Project. in 6 18 &bmiltals FRY, A. Contractor shall submit mqaired Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Info rmation-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in tire Specifications. T Clearly identify each Sample as to material, Supplier,pertinent dam such as catalog inumbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.,1 8.C. CITY OF FoiZ I WOR"I I STANDARD CONSTRUCIFION SPECIFCATION IX)CUMENTS Rmiskm-D000ntw21,2012 007200-1 GenemR Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work perfornied prior to Cit y"s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contraclor. C. City's Rvvieiv: I. City will provide tirnely 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, conforin to the inforrnation given in the Contract Ek)cwnents and be CAMpatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Docunients. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Document:) or to safety precautions or programs incident dieret(,). The review and acceptarice of a separate item as such will not indicate approval of the assembly in which the item fimctions. 3. City's review and acceptance shall not relieve Contractor from 'responsibility 'for any variation from the requirements of the ContTact Documents unless Contractor has compli(xi 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 accornpim"iying the Submittal. City's review and accepuince shall not relieve Contractor from responsibility for complying with the requirements of the Contract Docurnents. 6.19 (,'ontinuing the Work, Except as otherwise provided, Conlractor shall carry on tyre Work and adhere to the Project Schedule during all disputes or disagreements with City. No Wo&- shall be delayed or postponed pending resolution of any disputes or disagreernents, except w, City and Contractor may otherwise agree in writing" 6.20 Contractors General Waj,ranoi and Ga witee A, Contractor warr,,tnts and guarantees to City that all Work will be in acandance with dw Contract Document.s and will not be defective. City and its officers, directors, members, partners, enaployees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warnanty and guarwitce, B. Contractor's warranty and guarantee hereunder excludes de*o%or diuriage caused by: xq!" L abuse, modifica!tion, or improper rnaintemmice or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whonli Contractor is responsible;or CITY OF rORTWORTH STANDAM),CONSTRUCYION STIECIFCA TION IX)CUMINTS ReAsimi,JAvwdw21,2012 W7200-1 1` Greer 8 Conditions Page 33 of 63 I 2. normal a tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute acceptance of o that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: I° observations by City; 2. recommendation or payment by City of any progress or final payment; " the issuance of a certificate of Final Acceptance by City or any payment related thereto by city; ° use or occupancy ofthe Work or any part thereof by City; ° any review and acceptance of Submittal by City; 6. any inspection,test,or approval by others;or 7. any correction of defective Work by City. i D. 1'be Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B.'rhe City will ,rive notice ofobserved defects with reasonable promptness. 6m2 t Indemnification A. Contractor covenants agrees to indemnify, s and defend, its own expense, the City, its officers, s employees, s all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, a en , employees, subcontractors, licenses or invitees i ILU I UJILE 11cill LEIIII I _ ALU . . T. ACT. indemnity provision intended to include, without limitation, indemnity for costs, expenses and legal fees incurred y the City in ee i against such claims causes of c °o s° B. Contractor covenants to indemnify t its expense, City, its officers, se a and employees, r against age or destruction of ro oft the City, arising t of, or alleged to arise out of, the work and services o be performed byte Contractor, its officers, a exits, employees, subcon acto , licensees or invitees r this Contract. I ' N C["T"y or FOR r WOR TH Revision:1A=n1=21,2012 ?pio QTY 7.2 a -D GenaW Conditions rage 34 of 6 n Ounoy SUQHCA= a 11Q OELRATL AND 11L LEUCTLU LYLN IF 11—h NE QLWESCL QE M �j 6.22 Delegatio n of Professional Desigm Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the ContraLct Documents for a prartiorn of the Work or unless such ��»? services are required to carry out Contractor's responsibilities for construction rearms, methods, techniques, sequences and procedun B. if prof"bssl.onal design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents,°umeunts, C ity will specify all perlortnarnce and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appeaur on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by 1171 such prol"esslornal, if prepared by others, shall 'bear such prof sslonnalms written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and coinpleteness o f the services, certifications or approvals pet formed by such design professionals, provided City has specified to Contractor performance and design criteria drat such services must satisfy. RIM D. lluduirsurrz.rnt to this Para n,aph 6.22, City's y's review and acceptarn.ce of design calculations and design drawings will be only for the limited puq)ose of che inn for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. C ity"s review d acceptance of Submittals except design �.��Icunlaticans and design drawings) will be only for the purpose,started in Paragraph 6.1 8.C. 6.23 Right to Audit A. TIe Contractor agrees that the City shall, until the expiration of three O years after final payment under this Contract, have access to and the right to examine and pbotocopy any directly pertinent �• papers, d Contractor r.wolvox trnr ctlors elating t o this Contract. Contractor agrees City shall have access during Reguilar Working Flouur, to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in cornpliann c with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Corntnrrct:ear further agrees to include in all its subcontracts hereunder a pr isicnrn to the el ect 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, d ninnennt , papers, and records- of such Subcontractor, involving transactions to the sun rtract, and finiher, that City shall have access during Regular lag Working Hours to all r 0117Y OF FORTM)RI'l I STANIM.R D CK)NSTR arCTnaM SPECH"CAVON WCOM M S bNUA�� 1 007200„.R Genend Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct a i in pli ce with e provisions of this Paragraph. The City shall give Subcontractor reasonable av notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the r � City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 NondiscHmination A. The City is responsible for operating public Transportation prod s and implementing transit- V related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1„ Civil Rights Act r?f`1 4 av amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 belated Work at aS t A. City may perform other work. related to the Project at the Site with City's employees, or er City contractors, or through other direct contracts therefor, or have other work performed by utility owners° if such other work is not noted in the Contract Documents, then written notice 1 thereof will be given to Contractor prior to starting any such other works and B. Contractor shall affiord each other contractor who is a party to such a direct contract, each utility ` owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and my properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others” work with. the written consent of City and the others whose work will be affected. Cm If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays„ defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of'Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORM a Reyusiow llum*w2l 2012 t��F 007200-1 GmeTal Cow difims Page,36 of 63 7.02 Coordiruilidn A. If City intends to contract with others, for the pMFonnancv of other work on the Project. at the Site,the following will be set forth in Supplementary Conditions: L the individual or critity who will have authority and responsibility for ewrdinatioin of the WIN activities among the varitous contractors will be identified; 2m the specific rnattersto be covered k)y such authority and responsibility will be iternized; and yy 3a the extent of such authority and msponsibilities will be provided. B. Unless otherwise provided in die Supplementary Conditions, City shall have aufliorit for such coordination. ARTICLE 8—(JTV'S RESPONSIBILITIES ® 1 Communications to (,'Olpilractoi, Except as otherwise provided in the Supplementary (',,'ondifions, City shall issue all communications to Contractor. 8.02 Furnish Data City,shall finiely tomish the data requ fted under the Contract Documents. 8.0-3 Pay ff%en Due City shall make payments to Contractor"in accordance widi Article 14. 8.04 Ldmdv and Easements; Reports and Tests City's duties widi respect to providing lands and c2sements and providing engineering surveys to establish reference points are set forth in Paragrapohs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and rnaking available to Contractor copies of ivports of explorations and tests of subsurface conditions and drawhigs of physical conditions relating to existing surface or subsurface structures at or configuous to the Site that have been utilized by City in preparing the Cont-ract Documents. 8.05 Change ()rders City shall execute Change Orders inwcordancc with Para gtuph 10.03. &06 &Vmcdons, Iksft and.Aplmova& Ity's responsibility widi respect to certain inspections, tests, and approvals is set, forth in 11aragraph 13.03. CITY OF FORT WORTH STANDARD CON51RUCT ION SPEOFCATION rx)rl MENTS, RevWom I)m"An 21,2012 Olt, 007200-1 Genend Conditions Page 37 of 63 r. .07 Limitations are 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 Environme ntal Condition MOM City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 7 .09 Compliance with Safely.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 n informed purs to Paragraph 6.14. ARTICLE -CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Pnryect 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 o . 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. ;ity"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. STANDARD CONSTRUCTION SPECIFCAIION DOCUMENTS Revision:Demnber2l,2012 007200-. 1 General Conditions Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract, Time and are compatible with the design cmicept of the completed Pr9ject as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perforin the Work involved promptly. 9.04 Rc, ecfing Deftclive Work City will have authority to m.ject Work which City's Project Representative bellieves to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the wrnpleted Pn-,)ject as a functioning whole as indicated by the Contract Documents. City will have auldiority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed., 9.05 I)e1ey-minal0ra.for Work llq rnied rr Contractor will determine the actual quantities and cimssifications of Work performed. City's Prqject Representative will review with Contractor the preliminary detenninations on such matters, before rendering a written recommendation. City's written decision will be final (except as modified to reflect chmigco:l factual conditions or more accurate data). 9.06 Decisions on Requirementy(?f("Ontract Documena andAcceplabilirii qJ"W61* ui A. City will be the initial interprder of the requirement.%of the Contract Docurnents and Judge of the acceptability of the Work thereunder, B. City will render,a written decision on any issue referred. C. City's Amitten decision on the issue referred will be final and binding on the Contractor, sulliect to the pmvisiouis of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; ExrRA WORK 10.01 Aulhorized(",,hanges in the Work A. Without invalidating the Contract and without notice to any swety,City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work,, Contractor shall promptly procced with the Work involved which will be peifornied under the applicable conditions of the Conn-act Documents (except as otherwise specifically provided). Extra Work. shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For rninor changes of Work not requiring changes to Contract 'rime or Contract, cc,, a Field Order-may be issued by the City. MOP CITY OF FORT WORTH STANDARD CONSTRUC710N SPECIFCAI ION LKWOMENTS ReAsion:Dminto 2 1,2012 007200-1 General Conditions Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: I. 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 byte 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. 'rhe Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of' any such notice will he Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. M'Y OF FORT WORPI STANDARD CONSIRUC110N SPECIFCATION 1X)(-,UMEN'T S Revisif,wr Duxn*w21,2012 00 72 00-1 o rW Conditiorm PgWr 40 of'63 I'M 10.06 (.,'0)7/ra(,'/` Claims PtoceSS' A. (:"qty's Decision Required, All Contract Claims, except than waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contra t, Claims. B. Notice.- 1. Written notice, stating the general nature of each Contract Claims shall be delivered by the Contractor to City no later than 15 days after the start of the eventgiving rise thereto. The irsponsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Conlract Claim,with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto(unless the City allows additional time for Contractor to submit additional or more accurate data in support,of such Contract Claim). I A Contract Claim for an adjustment in Contract Price shall be prepm-ed in a ordance with the provisions of Paragraph 12.01. 4. A Conindd Claim for an adjusonent in Contiact Time shall be prepared in accordance with the provisions of Paragraph 12.02- 5. Each Contract Claim shall be accompanied by Contractor's written statement that the a(.4ustAnent claimed is the entire a4justrnent to which the Conti-actor believes it is entitled as a result of said event. 6. The City shall submit any respomse to the Contractor within 30 days after tw:eipt of the clairnant's last submittal (unless Contract allows,additional time). C. Ch)is Actiorn City will mview each Contract Clahn and, within 30 days after receipt of the last "IMP subminal of the Contractor, if any,take one ofd-me following actions in writing: 1. deny the Contract Clairn in whole or in part; 2. approve the Contract Claim;or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate Ibr the City to do so. For purposes of further resoltition ofthe Contract Claim,such notice shall be deemed a denial. mmg CITY OF MRIIVORM STAM)ARD CONSTRUMION SPECIFCAMIN[K)CUMER41S RevWow NoThr 21,7,012 NMI, 007200-1 General Conditicas Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTjCLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost9f the Work A. Costs.lnclude& The to 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 Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such OR 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 muiu ba salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. 'The expenses of performing Work outside of Regular Working Hours-, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented Y from Contractor or others in accordance with rental agreements approv ed by City, and the costs of transrx-Matiori, loading, unloading, assembly, dismantling, and removal thereof All such costs shall be in accordance with the terms of said rental agreements, The rental of any such equiprnerit, machinery, or parts shall cease when the use thereof is no longer necessidry for the Work. CITY OF FORT WOR11i STANDARD CONSTRUCTI(M SPECIFCATION IX)CLIMEN-TS Revision:DwAngw 21,20 12 00 72 00-I 'M I GeneW Conditiow Page 42 of 63 4. Payments made by Contractor to Subcontractors for or performed, by Subcontractors. If required by City', Contractor shall obtain competitive bids from subcontractors acceptable to City and 0-Mtractor 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 is 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 as and fee as provided in this Paragraph 1 1.01 5. Costs of special consultants (including but not limited to ern ginn cers, architects, testing laboratories, surveyor�s, attorneys,and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including trdnisportation and maintenance, of all materials, supplies, equipment, machinery, appliances, o�ffice, and temporary facilities at the Site, and hand tools not ovaied by the workers, which are consumed in the perfonnance of the Wamyl,;, and cost, less market value, of such items used but not constuned which remain the property of Contractor. c. Sales, consumer, use, and other similar, taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regnilations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or "Alt anyone directly or indirectly employed by any of thern or for whose acts any of them may be liable,and royalty paynients and fees for pert nits 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 perffin-nance 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 ernployed by any of them or for whose acts any of them may be liable. Such losses, shall include settlements Fnade with the written consent and approval of City. No such losses,, damages, and expenses shall The included in the Cost of the Work for the purlx)se of determining Contractor's fee. f 'Me cost of utilities, fuel,and sanitary facilities at,the Site. g. Minor expenses such &s telegrams, long distance teleplione calls, telephone and IM!" communic4ition services at the Site, express and courier services, and similar petty cash items in connection with the Mork. CITY OF FORI NVOR11 I s,rjk?,qi,)ARj)coNsr'RUCIION SPECtFCAIION D(X1JMLN1') Remion:INYunLa 2 t,20 12 00 72 00-I Genenil Condftimm Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Exclude& The to Cost of the Work shall not include any of the following items: I. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, 1p expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.Aµ1 o r s pecifically covered by Para ph I 1.0l.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the 7 Site. 3, Any part of Contractor's capital expenses, including interest on Contractor's capital 7 employed for the or and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor,or anyone directly or indirectly employed by any oft ern or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied,and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractors Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01 E. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs I LOLA and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. fled Allowance.- It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre.bidAllowarpces: 1. Contractor agrees that: C I i N OF FORT WORTH STANDARD CONSTRU(:'11ON SP1,E',C1F(..,A J,MN IX-X.N.IMEN"1115 Revision:Deow*all,2012 00 72(W)-1 1101 GenrxW Conditions Page 44 of 63 ao 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 t. es; and b. Cont. ctor's costs for uinloading 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 lbregoing will be valid. C. Confingenqy Alloivance: Contractor agrees that a contingency allowarice, 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. cover ml by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price lo?* A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price 'for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely 'for the purpose of comparison of Bids and detenruning an initial Contract Price. Determinations of the actual quantities and claissi ri cations of Uinit Price Work performed by Contractor will be made by City suklect to the provisions of Paragraph 9.05. C. Each it price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's (werhead and profit for each sepanately identified item. Work described in the Conti-det Documents, or reasonably inferred as requited for a lijinctionally cornplete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Cont. °t:Price in accordance with Paragraph 12.01 if- L the quantity of any item of Unit Price Work performed by Contractor di Mrs materially and significantly frorn the estirnated quMity,of such item indicated in the Agreement; and 2m there is no cormsponding adjUstmient with respect to any other itern of'Work. E., hicreased or Decreasted Qxwintilies. Ilie City reserves the right to order Extra Work in accordance with Paragraph 10.0 1. 1. If the changes in quantities or the alterations do riot sigifif ., icandy change the character of work under the Contract Documents, the aftewd work will be paid for at, the Contract unit price. CITY OF FORT WORTH STANDARD CONSTR UC'nON SPECIFCATION DOMMENIS Revisim Dmianto,21,2012 007200-1 GenerM Conditions Page 45 of'63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. be ame 3. If no unit prices exist, this will be considered Extra Work and the Contract wi 11 nded by a Change Order in accordance with Article 12, 4. A significant change in the character of work occurs when: am 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 ® 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 Its 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. P 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact, quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The 1P 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 plar-is 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. SIN CITY OF FORT WORTH STANDARD CONSIT-kUC—nON SPECI.K.,7ATION EX)CUMEN05' Revision:Deccmber2l,2012 007 2.00-1 G Conditions Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. pry ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change(#'Contract P rice A. The Contract Price may only be changed by a Change Order. B. The value of any Work coevered by a Change Order will be determined as follows: 1. wherethe Work involved is covered by unit prices contained in the Contract Documents, by application of such urwit prices to the qumitities of the items involived (subject to the prov i sio�ns of Plaraginph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Docurnents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.(,.2), and shall include the cosst of any secondary impacts that are fiareseeable at the time of pricing the cost, of Extra Work; or 3. wheiv, the Work involved is not covered by unit prices, contained in the Contract Docurneras and agreement to a lurnp sum or unit price is not, reache d- under Pam graph 12.0 I.B.2, on the basis of the Cost of the Work (determinaA as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(deterrnined as provided in Paragraph 12.01.Q. C. (,on1rac1oY`sF'ee,: The Contractor'sadditional fee f6ro vier e.,ad and profit shall be detennined as follows: wr L a mut ually acceptable fixed f6e;or 2a ifa fixed fee is not agreed upon,then a fee based on the fbilowing percentages of the various portions of the Cost of the Work: a. for costs incun­ed tinder Paragydphs I 1.01.A.1, I 1.01.A.2. and I I 01.A.3, the Contractor's additional fee shall be I f5 percent except for: 1) rental fees for Contractor's own equipirtent using standard rental rtes; 2) bonds and irisurance; bd for costs inctuTed tinder Paragraph I 1.01.A.4 and I 1.01.A.5,the Cont rdctor's fee shall bt,; five percent(5110; 1) where one or more tiers of subcontracts are on the basis of Cosl of the Work Plus a fee, and no fixed fee is agreed upon, the intent of' Pffl2graphs 12.01.C.2.ai and 12.01.C.2.b is that the Subcontractor who actually peribmis the Work,, at whatever C11T OF 1`01UWORrug STANDAM)C,ONSHRUMON SPECH-CATION MCUMENTS. RevWon:Ddw&01,2012 00 72 00-1 General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.0 I.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 I 1.0 I.A.6, and I 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 qf Conlract 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 or or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include® but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor, D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPFC[FCATION IX)CL IMENTIS' Revision D&-onber21,2012 00 72 00-I GenetW Conditions Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPrANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,correctexi,or accepted as provided in this Article 13. 13.02 4ccess to Work Ny City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the or at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions lbr such access and advise them of Contractor's safety procedures and prograrris so that they may comply therewith as applicable. 13.03 Tests and&s1mclionv A. Contractor shall give City timely notice of teadiness 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 rerluire any of the Work (or part thereof) to be kispected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or, approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically idetitifled in the Supp lean entary Conditions or any Texas Department of Ucensure and Regulation ffDl...,R) ins peLtions, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be reslyansible for arranging and obtaining and shall pay all costs in connection with any inspections,, tests, re4ests, or approvals required for City's acceptance of materials or equipment to be incorporated in the ' odr ; or acceptance of materials, mix designs, or equipment submitted f6r- approval pill or to (ontrarctor's purchase thereof for incorporation in the Work, Such inspections, tests, re-tesLs, or approvals shall be perfom"i ed by organizatioris acceptable to City. D. City may arrange for the services of an independerit te!sling laboratory ""Testing L,ab") to perform any inspections or tests ('7esting") for any part of the Work, as determined solely by ("ity. 1. City will coordinate such Testing to the extent rmssible,with Contractor; 2. Should any Testing undeir this Scaiori 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 retesils. ("ontrarCtUr'S caticellation without cause of(-'ity initiated 'Testing shall be deemed a negative result and require a retest. CITY OF FORT WORM I STANDARD CONURUCTION SPECIFCATH)N DOCUMEN IS Revisicov,lkwWw21,2012 007200-1 General Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right tom e a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents ors cific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material,and equipment. I. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers,architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing,and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering,exposure, observation, inspection.,testing, replacement,and reconstruction. 13.05 City MayRop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equiprnent, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any C[TY OF FORTWOR 111 STANDARD CONSTRUCMN SPECIFCATION EXX1,1AWEN IS Rrvisimi: 2l,2012 00 72,00-I Gemem]Condifions 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 Cormclion or Removal q DeJ& f efive, Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether, or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and darnages (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 cosis) 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 acceptwice of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, 7 Contractor all take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. RJR 13.07 0),rrection Period A. If within two (2) years after the to of Final Acrepuince (pr such longer period of time as may be pre-scribed by the terms of any applicable special guarantee. requi by the Contract Doc=ents), any Work is found to be defective, or if the repair of any dam ages to the land ou-- areas made available for Contmctor's use by City or pe-nnitted by Laws and Regulations as contemplated in Paragraph 6.10.A. is faund to be de&cfive, Contractor shall promptly, without cost to City and in accordance with City's written instructions: I. repair such defective land or areas;or ® correct such defective Work;or 3. if the defective Work has been rejected by I ity, remove it from the flrr�ject and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any dainage to other Work, to the work of others,or other land or areas resulting there-fro.m. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or darnage, City may have the de&etive Woric corrected or repaired or may have the r jected, Work removed, and repilaced. All claims, costs, furs s, and darnages (including but not firnited to all fims and charges of engincerss, architects, attorneys, and other professionals and all court or other dispute resolution comts) arising out of or relating to such correction or repair or such rernoval and replacenient:(including but not limited to all w%ts of irpair or replacement of work of others)wfll be paid by Contractor. CITY OF FORTWOR U I S'[AN1)AkRDC0NS11tUC'110N SPECIFCATION DOCUMEXIS ReMsion:Dwmba 21,2012 W72.M-I Gawral Cmulififom Page 51 of 63 C. In sfxcial circumstances m6ere a particular item of equipment is placed in continuous service before Final Acceptance,of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefiNoni) has been corrected or removed and replaced under this Parag graph 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 Nivanwity coverage be required. Contracto r 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 Nivarranty. The provisions of this Panagraph 13.07 shall not, be consinjed as a substitute for, or a waiver of,the provisions of any applicable statute of filrnitation or repose. 13.08 Acce ,plance Deottwr k If, instead of rvquhing correction or rernoval and mplacernerit of defective Work., City prefers to aeCepjr i� City may do so. Contractor shall pay all claims, costs, losses, and darnages (including but not limited to all fees and charges of engineers, ardiftects, attonicys, and other professionals and all COUrt or other dispute resolutiori costs) attributable to City's evaluation of and dcten-nination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Chatige Order will be issued incorporating the necess.,wy revisions in the Contract Docun'tents with respect to the Work, Opp, said City shall be entitled to an appropdate decrease! in the C"ontruct, Price, reflecting the diininisl'ied value of'Work so accepted. 13.09 (.71y May Con-ect Defiective or A. If Conti-actor fails Witfun a reasonable time after written i iolice ftorn City to correct d&ctive Work, or to remove and replace rejected Woric as required by City in accordance with Paragraph 13.06,A, or if'Contractor fails to perfbinn the Fork 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 renledies under this Par ugraph 13.09, ("'ity shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or paA of the Site, W(e possession of all or- part of the Work and suspeind Contraclor's services relalred thercto, and incojiporate in the Work all niiaterials and equipment incorporated in the Work, stored at,the Site or for which City has paid Contractor but which are I,P tives, agents, constilLants, t stored elsewhere. ontractor shall allow City, City"s represenu ernployces, and ("ity's other contractors, access to the Site to enable City to exercise the rights, and remedies under this Paragraph. C. All claims, c4-,)sts, lk)sses, and dainages (including but not li'Mited to all fees and charges of engineem, architects, attomeys, and other pm ssionals and all court or other dispute resolution C1 TYOF FORTWOR'll I S VANDARD CONS'MUC rION Sfll:�CWCA rION FX)O M"TNIS Reviskn Drasiftr 21,2012 00 72 00-I sir Gencid Condkion% Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this paragraph 13.09 will be charged against Contractor, and a Change Order will be issuedl 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 'rime because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Ychedule of F'alues The Schedule of Values for lump sum contracts established as provided in paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City., progress payments on account of'Unit Price or will be based on the number,of units completed. U/ 14.02 Progm,.,,vs Pqynienls OR A. Applicationsfor Pqyments: l.. Contractor is responsible for providing all information as mq wire d to become a vendor of'the City. 2. At h�= 20 days before the date established in the Genieral Requirements for each progress payment, Cordractor shall submit to City for review an Application for Playment filled out and signtA by Contractor covering the or completed as of the date of the Application and accu-)rnpanied by such supporting documentation as is mcluired by the Contract Docurnents. 3. If payment is requested on the basis of materials and mluiptirient not incorporated in the Work but delivered and suitably sutured at the Site or at another location agreed to in writing, the Application for Paynier t shall also be accompanied by a bill of sale, invoice, or other documentation wanwiting that City has received the materials and equipment free and clear of all I..,iens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest thereib,, all of which must be salisfactory to City. qty 4. Beginning with the second Application for Pa3mient, each Application shall include an affidavit of Contractor stat ing that previous progress payments received on account of the "IF Work have been applied on account to dischw ge Contractor's legitimate obligatiolis associated with prior Applications for Payinerpt. 5. Die arnount of retainage with respect to progress payments will be as stipulated in flue Contract Docurnents. HINION! CITY OF"FOWMORTH STANDARDCONSIRUCUM SVECIFCA110N DOCUMENTS Revision,DunIxT err,2012 00 T2 00-1 General Conditions Page 53 of 63 B. Review ofApplications: L City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City"s observations of the executed Work, and on City's review of the Application for Payment and tea mp yin data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; bm the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). I ri 3. Processing any such payment will not thereby be deemed to have represented that: a° inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor,or c.. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary t o p rotect Cit y 'fro loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; 17 bn discrepancies in quantities contained in previous applications for payment- c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or cn'y OF FOWMORTH STANDARD CONSTRUCTION SPECIFCAMN DOCUMEMIS RevWon: 21,2012 00 72 00-1 Gencial Conditions NW,54(2f'63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15,02.A. C. Retainage: 1. Foiii° contracts less than $400,000 at, the time of execution, reutinage shall be ten percent 2. For contracts greater than $400,000 at the time of execution, retainagge shall be five percent D. Liquidated Daynages%, For each calendar day that any wo shall rernain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement,, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated daimages suffered by the City. E. Payment- Contractor will be paid pursuant to the requirements of this Article 14 and payment Fill. become due in accordance with the Contrdet Documents. F. Reduction in Pq)rme)j,(: 1. City may refuse to make payment of the amount requesW because- 411111, a. Liens have been filed in connection, with the Work, except where Contractor has MIMI delivered a specific, bond satisfactory to City to secure the satisiktion and discharge of such Liens; bw there are other items entitling City to a set offagainst the arnount recotnmendedi;or c. City has actrital knowledge of the occurrence of any of the events enumerated in N-magraphis 14,02.13,4.a dirough 14.02-13.4.e or Paragraph 15.02.A. 2. If City refuses tom e payrnent of the amount requested, City will give Contractor �witten notice stating the reasons for such action and pay Contractfar any arnount remaining after deduction of the amount so withheld. City shall pay Contractor the amount' so Nvithheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the iireasons for such action., 14.03 Conlractoi 's Jf,arrana ,q 7" Contractor warrants and &qjanantee-s that title to all Work, materials, and equipment covered I)y any Application for Payment, whether incorporatcA in the Pruject or not, will pass to City no later than the time of payrnent free and clear of all Liens. CTIT OF FOR i'NVORTH STAM)ARD CONSTR MAION SPIECITCA1 ION DOCUMENTS Revision:Ekwoln'21,2012 X7200..I mwp G Conditions Pape 55 of'63 14.04 Partial Utilization A.. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the or that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. rpP 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Impection OvP A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: P 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 ately take such measures as are the Work is incomplete or defective. Cont ctor shall immedi ra 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 'rime will resume. " 14.06 F inalAcceptance F! Lipon 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. MY OF FORTWORTH STANDARD CONSTRUCnON SPECIFCAMN DOCUMENIS Revisiom Da=*0-21,2012 00 72.00-I G Conditimm Page 56 of 63 14.07 Final Pqvinent A. 41y7licationfin-PaYORMt.1- Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments, in accordance with the C,ontract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered)by: a, all documenuition called for in the Contract Documents, including but not limited to the evidence of insurance required by Para rap 5.03; b", consent of the surety, if any,to final payment; cw a list of all pending or released Damage Claims against City that Contractor b�elieves are unsettled; and d. affidavits of payments and coniplete and legailly effective releases or waivers, (satisfact,my to City) of all Lien rigliLs, arising out of or Liens filed in connection with the Work, B. Pqpnent Becomes Due.'' 1. After it "s acceptwice of the Application for Payment and acroinpan yin g documentuation, requesaed by Contractor, less pirvious payinents made and any sum City is entitled, including but not limited to liqukiated dainages,will become due and payable. 2. After all 13amage Claints have been resolved: av directly by time Contractoror; b Contractor provides evidence that the Drunage Claim has been reported to Conitractor's insurance provider for resolution. 3. The inaking of the final payment by the City shall not relieve the Contrwor of any guarantees or other requireillew of the Contract Documenvs which specifically continue ffierearfl'Cr 14.08 Final Comidetion Delqyed and Pailial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon reccipt of Coardetor's final Application for- Payirient, and without tenrninating the Contract, make payinent of the ballance due for that portion of the Work fbilly conip let edl and accepted if the rernaining balance to be held by City for Work not fidly completed or corrected is less than the retainage stipulated in Paragraph 14.01C, and if bonds have been furnished as reqAred in Paragraph 5.02, the written consent of the stirerty, to the paynaet'It of the balance due for that 011"Yore FORT WORTH SIANDARD CON SI Rt ICIION SPECMCA ITON 11)OC k PI"ENIS Revision:Dwnher2l,2012 0072.00-1 GenavJ Conditions Ana of 63 Fiji F 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 you governing final payment,except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14009 Waiver 9f Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 SUSPENSION OF WORK AND TERMINATION 15.01 City MaySuspend 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 tempordry 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 becomen sary 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 wodr, performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction ma y be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the MR equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another constniction project for the City., MYOFFORrwoKni STANDARD CONSTRUC71ON SPECIFCATION DOCUMENM; Revision:IN-=- 6x21,2012 POR 00 72 00-I Geneml Ccamfifions Page 58 of'63 MT, 15.02 (.7ty May T�ryninatefior Cauve A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perfon'n the Work in accordarize with the Contract MITI Documents (including, but not limited to, failure to supply sufficient skilled workers or "I suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as ad usted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2.01]established under Paragraph 6.06,D); 2. Contractor"s disregard of Laws or Regulations of any public b(xf,,y havingjurisdiction; 3. Contractor's repea"disiregard of the authority of City;or 4. Contractors violation fin any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction,of which has Imen directed in%,ritirig 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 insolveiat or bankrupt, or othenvise financially unable to carry on the Work satisfactorily;or 8. Contractor commences legal action in a court of corn petentjurisdiction against the City. B. If one or more of the events identified hn Parag)-apli 15,02A. occur, City will provide writtert notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perfbmi the Work. Conf6rence shall be held not later than 15 days, after receipt of notice. I if the Ci ,, the Cori�nact�ur�tor, and die Surety do not agree to allow the Contractor to proceed to erfri'n the co Contract, the City may, to the extent pennitted by Laws and Regulations, declare a Contractor, default and ibruially terminate the Contractoes fig ght to complete the C��utuarety ract. Contractor default shall not be declared earlier than 20 days after the Contractor and have mceived riotice of conference to address Contructoe's failure to perfomi the 'Woric 2. If Contractor's services are terminated, Surety, shall be obligated to take over and perfbrrn the Work. If Surety d(.-)cs not comirnence peff'onnance therm)f wifl,rain 15 cons#xattive calendar days after date of an additional imitten notice dernandinig Surety's perf6miance of its MY OF FORTWORTE STANDARD CONSTRUMION SPLEICIF"CATION LK)CUPAEKI'S DN"rAmr2k,2012 00 72.(K)-I Geneml Condifions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. ? a. If City completes the Work, City may exclude Contractor and Surety firom 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 bale °e of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from cornpleting the Work., such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the di&rence to City, Such claims, costs, Mosses and darnage-s incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragrraph, 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 employee shall be in any way liable or accountable to(",ontractor or Surety for the method bywhich the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method sins ,l in completing the Contract:, shall not forfeit the right to recover damages from Contractor or Surety for Gmtractor's failure to timely complete the TO entire Contract, Contractor shall not be entitled to any claim on account of the method used by City in completing the Conti-act. & Maintenance of the Work shall continue to be ("ontractor's and Surety's respon sibi I i ties as provided for in the bond requircuients of the Contract Documents or an s pecial guarantees provided for under the Documents or any other obligations otherwise prescribed by law. C. Notwithsuinding Paragraphs 15.023, Contractor's services will snot be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its flidure to perform and pr(rweeds diligently to cure such lbilure within no more than 30 days of receipt of said notice. Wr ated by City, the termiriation will not,affect any D. here Contractor's services have been so termin, rights or remedies of City against ("I ontractor then existing or which may thereafter accrue. Any retention or payment of moneys due(""ontractor by City will not release Contractor from I iiability. E. If and to the extent that 'ontractor has provided a perfonnance bond under the provisions of Paragraph 5A2, the termination procedures ofthat,bond shall not supersede the provisions of this Article. CITY OFFORT WORTI I rrs STANDARD CONS 1RUM ION!.3 PECIFCATION DOCUMM", Revisimid,kaintw21,2012 00 72 00-I GeneraA Conditions Page 60 of 63 15.03 City May Terminate For Copivenienev A. City may, without cause and wiffiout prejudice to any other right or remedy of City,terminate the Contract. Any termination, shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which perfion-nance of Work under the contract is terminated, and the date upon which such termination becomes effdctive. Receipt of the notice shall be Mmi) 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 mnclusively presurned and established that such termination is made with juq, 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 tennination, and except as othenvise directed by the City, the Contractor shall: L Stop work tinder the Contract on the date and to the extent specified in the notice of RI termination; 2. place no further orders, or subcontracts for m terials, services or facilities except as may be necessary for completion of such portion of te Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the perfbnriance of tile Work terminated by notice of terrnination; 4. transler title to the City and deliver in the inanirer, at the times, and to the extent, if any, directed by the City: au the ffibricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work,terminated by the notice of the termination; and b. the completed, or partially completed plans, di-awirigs, information and other projwrty 111111, which, if the Contract had been couipleted, would have been requimd to be furnished to the(,Ity. Rift, 5m complete peti'ormance of such Work as shall not have been terminated by the notice of termination;and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the propefty related to its cxxitract which is in the possession of the Contractor avid 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, ntid to qty and quallity, of any or all iterns of termination inventor not previously dspoistA of, exclusive of items the disposition of I which has been directed or authorizeA by City. crry OF FORT WORTH STANDARD CON SIRUCTION SPEC IRIA,nON I)('X7UMFNTS RevWcw DamW 21,2012 00 72 00-1 General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City,any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable or executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work-, 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses- and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the ten-nination of the Work, the City shall determine, on the basis of information available to it, the amount. if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedw-es A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for MW mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.0.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: C ITY OF FORT WOR 111 STANDARD CONSTRUCTION SPFCIFCATION IX)CUMENT.'s Revision [ 2l,2012 007200-1 General Conditiorn flap 62 d'63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with t e a ther party to submit the Contract Claim to another dispute resolution process;or My 3. gives written notice to the other party of the intent to submit the Contract Clairn to a court of conipetentjurisdiction, ARTICLE 17—MISCELLANE OUS 17.01 Giving Notice A. Whenever any pwvision 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 co4wration lbr whorn it is intended;or 2m delivered at or sent by iegislered or certified mail, postage prepaid, to the last business address knovmi to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be,deem ml sufficient upon cAmfirrnation of receipt by the recciving party. 17.02 CbmI.mitzlion qj'77ines When any period of time is referred to in the Conti-act Docutnents by days, it will be computedl to exclude the first and include the last,day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal tioliday the next Working Day shall becoine the last day of the period. OR 17.03 Cumulative Remedies a etaimposed by these General Conditions and the rights and reinedies ailable 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 rcinediesavailable to any or all of them whicit are oflierwise imposed or available by 1,aws 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 tepeated specifically in the Contract Docurnerits in connection with each particular duty, obliga ption, right, and renwdy to which they q)ply. wy MY OFFOR r WORT11 I STANDARDCONSTRUCTION SIPECIFCAMN IMUMENTS Revisiow lkrmixi 21,2012 007200-1 Genm'al Condifiorn, Page 63 of 63 17.04 Survival of Obligations W" f6 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. if 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions, 711 71 crry OF FORTWORTE I ��I'AI14DARDC(.)NSl"RUCII(,,)Iq SPECIFC.A'WION DOCUMENTS.' Revision:D xmber2l,2012 iW 007300-1 SUPPLEMENTARY CON DrrIONS Page I of 5 I SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 Jr 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 I I of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 f 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 par agraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications and Specifications shall govern over standard details. 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.I.,-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 37 Outstanding Right-Of-Way,and/or Easements to Be Acquired TAGET ATE PARCEL OWNER R D NUMBER OF POSSESSION ....................................................................... ......................................... ............................ ........... one 38 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 39 and do not bind the City. 40 41 If Contractor considers the final easements provided to diffier materially from the representations on the 42 Contract Drawiw th th igs, Contractor shall within five (5) Business Days and before proceeding wi e Work, 43 notify City in writing associated with the differing easement line locations. 44 717 45 SC-4.01 A.2,"Availability of Lands" 46 47 Utilities or obstructions to be removed,adjusted,and/or relocated FVW CFFY OF FORT WORTH 2014 CIP Year 2, Contract 2,Unit L,2,and 3 STANDARD CONSTRUCTION SPECIFICATION M-A)MEN'rs CPlq 02.433 Revised Aprfl 1,2013 007300 2 SUPPLEMENTARY CONDITIONS i*r 2 of 5 2 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 3 as of 4 EXPECTED UTILITY AND LOCATION TARGETMATTE OF OWNER ADJUS'l-MEN"l' ............... .......... ...... . ........... None yiy 5 The Contractor understands and agrees that the dates listed above are estimates only,are not guara,nteed, 6 and do not bind the City. 7 8 SC-4.02A.,"Subsurface and Physical Conditions" 9 10 The following are rerx)rts of explorations mid tests of subsurface conditions at the site of the Work: II 12 None 13 14 The following are drawings,of'physical conditions in or relating to existing surface and subsurface 15 structures(except I Inderground Facilities)which are at or contiguous to the site of the Work: 16 17 None 18 19 SC4.06A.,"Hazardous Environmental(",','onditions at Site" 20 21 The following are reports and drawings of existing bazardous environmental con(litions known to the City: 22 23 None 24 25 SC-5.03A.,"Certificates of Insurance" 26 27 The entities listed below are"additional insure&as their interest may appear"including their mspective 28 officers,directors,agents and employees. 29 M" 30 (1) city 31 (2) Consultant: Hamilton Civil Engineering 32 (3) Other: None 33 34 SC-5.04A.,"Contractor's Insurance" 35 36 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the folilowills, 37 coverages for not less than the tbilowing amounts or greater where requimJ b:y laws and regulations: 38 39 5.04A.Workers,'Compensation,under Paragraph GC-5.04A, 40 41 Statutory limits 42 EIrnployer's liability 43 $100,000 each accident/occurrence 44 $100,000 Disease-each employee 45 $500,000 Disease-policy limit 4.6 47 SC-5.04B.,"Contractor's Insurance" 48 CITY OF FORT WOE T1 2014 CIP Ymu 2 -Cordrad 2,Unit 1,2 and 3 STANDARD CONSIRUCHON SPECIFICATION WCUMEMS CPN 02,433 Messed April 1,2013 MCI)) 007300-3 SUPPLEMENYARY CONDITIONS Page 3 of 5 r I 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractoes Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment- Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. yw 10 I I The Commercial General Liability Insurance policies shall provide'W',"C7,and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance, 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability, under Paragraph GC-5.040.Contractor's Liability Insurance under 16 Paragraph GC-5.040.,which shall be in an amount not less than the following amounts- 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on'"Any Auto", 19 defined as autos owned,hired and non-owned. 20 1711 21 $1,000, 0 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person I 25 $500,000 Bodily Injury per accident 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks:None. 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved,and to this end the 37 Contractor should satisfy prepared to execute ,y itself&%to the requirements of each railroad company and be prep 38 the right of-entry(if any)required by a railroad company.11-iie requirements specified herein likewise relate 39 to the Con ctor"s use of private and/or construction access roads crossing said railroad company's tra p 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 44 Railroad Company for a to that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General A� Wegate: $Con Lirm Limits with Railroad ........... 48 49 (2) Each Occurrence: on irm Limits with Ra Llroad 50 51 Required for this Contract Not required for this Contract 52 53 With respect to the above outlined insurance requirements,the following shall govern: 54 CITY OF FORT WORTij 2014 CIP Year 2-Contract 2,Unk 1,2,and:l STANDARD CONSTRUCTION SPECIMCATION D(X.,UME1qTS CTIN 02,433 Revised April 1,2013 00 73 00-4 SUPPLEMENTARY CONDI,nONS Page 4 of 5 I I, Where as single raflroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate, locations on the line or lines of the same 4 railroad company,separate coverage may be rexluir4 each in the amount stated above. 5 6 2® Where more than one railroad company is operating on the same figjit-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 8 may be miuired to provide separate insurance policies in the name of each railroad company. 9 10 3. If, in addition to a grade separation or an al-grade crossing, other work or activity is proposed on a I I railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing, insurance coverage for this work must be included in the policy covening the grade 13 separation. 14 15 4. If no grade separation is involved but other work is prorKmed on a railroad company's right-of- 16 way,all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations,, 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has far fished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such inswance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be perfornied on the railroad right-of-way 25 has been completed and die grade crossing, if any,is no longer used by the Contractor,,. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee ofthe 28 railroad company operating over tracks involved in the Project, 29 30 SC-6.07.,"Wage Rates" 31 32 The following is the prevailing wage rate table(s)applicable to this pwject and is provided in die 33 Appendixes: 34 35 2013 Prevailing Wage Rates 36 37 SC-6.09.,,"Permits and Utilities" 38 39 SC-6.09A.,"Contractor obtained permits and licenses" 40 The following are known peimits andlor,licenses required by the Contract to be acquired by the Contractor 41 42 None. 43 44 SC-6.09B."City obtained permits and licenses" 45 The following are known penrifts and/or licenses requited by the Contract to be acquired by the City, lox 46 47 None. 48 49 SC-6.09C."Outstanding permits and licenses"' 50 51 None. 52 53 Outstanding Permits and/or Licenses to Be Acquired CITY OF FORT WORTE 2014 CIP Year 2-C'ontmct 2,Unit 1,2,and 3 STANDARD CONSTRUcr[ON SPECIFICATION DWLIMPq,I'S CPN 02.433 Revised April 1,2013 tauiui 007300-5 SUPPLEMENTARY CONDIWNS Page 5 of 5 OWNER PERMIT OR LICENSE AND LOCATION rARGET DATE OF POSSESSION ..................................................................................................................................................................................................................I....................................................I........................................................................................................... ..................­­.......................................................... None. 171p, 2 SC-7.02.,"Coordination" 3 4 The individuals or entities listed below have contracts with the City for the performance of other work at 5 the Site: fm 6 7 None. 8 9 SC-8.01,"Communications to Contractor" 10 II None. 12 13 SC-9.01.,"City's Project Representative" 14 15 The following finn is a consultant to the City responsible for construction management of this ProJect: 16 17 None. 18 19 SC-13.03C.,"Tests and Inspections" 20 21 None. 22 23 SC-16.01C.1,-Methods and Procedures" 24 25 None, 26 27 28 29 END OF SECTION crry OF FORT WORTH 2014 CIP Year 2 Contract 2,Unit 1,2,and 3 S'W'A,NI)AJZD CONSTRUCTI(M SPFCIFICATION DOCUMENTS CPN 02,433 Revised April 1,2013 011100-1 SUMMARY OF WORK Page I of 3 I SECTION 011100 2 SUMMARY OF WORK 3 PART1 - GENERAL r 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be perfon-ned in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None, 9 C. Related Specification Sections include,but are not necessarily limited to: f 10 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract i 11 2. Division I -General Requirements r U 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. or associated with this Item is considered subsidiary to the various items bid. iJy 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USEDI 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications, 22 B. Subsidiary Work 23 1. Any and all Work s1pecifical ly governed by do,lumen tary 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 in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises try 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. 11se and occupy only portions of�the public streets and alleys, or other public places 4 or other rig hts-of-way as provided for in the ordinances of the City, as shown in the 3 35 Contract Documents,or as may be specifically authorized in writing by the City. 36 a. A reasonable amount oft ols, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. Cono,act 2,Unit 1,2,and 3 CITY OF FORT woiprr" 2014 CIP Year 2 STANDARD CONSTRUCTION SPECIFICATION rx)(.1.1MENTS ('1114 02433 Rev iscd December 20,2012 11 Of 1100-2 SUMMARY OF WORK Page 2 of 3 I b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c,. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 '1) All Work shall be in accordance with railroad requirements set forth in IWIR! 7 Division 0 as well as the railroad pen-nit. 8 D. Work within Easements, 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property., 11 2. Do not store equipinent or material on private property unless and until the 12 specified approval of the property owner has been secured in Wting by the 13 Contractor and a copy furnished to the City. 14 3. Unless spmifically provided otherwise,clear all rigits-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every l3recaution to prevent damage to,all trees,shrubbery,plants, 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"ternpormy fences and to all 21 other public or private property adjacent to the Work. 22 .5. Not�ibf the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affiecled by the Work. 24 an 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 utillity compatiies and any 27 corporation,coinpany, 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 darnage or in ur�y to property of any character.resulting 30 frorn any act,,oinission,neglect,or misconduct in the manner or method or 31 execution of the Work,or at any tirne due to defective work, material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of die Pr qject 35 to the original or a better than originall condition, 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 7 not in progress and when the site is vacated overnight,and/or at all times to 3 38 providle site security. 39 c. The cost for all fence work within easements,including removal,ternporary 40 closures and replacernent,shall be subsidiary to the various items bid in the 41 project pr(4)osal,unless a bid item is specifically provided in the proposal. Yb CITY OF FOR"TWORT11 2014 CNP Yrar 2 Cwhocir 2,Unit 1,2,mid 3 S 1"ANDARD CONSTR i ICTION SPE(AF ICATION D00 MIENIS, CIIN 02433 Revised rkxxmtwa-20,2012 01 1100 3 SUMMARY OF WORK Page 3 01'0 1 1.5 SUBMITTALS [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 INOT 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] ➢0 PART 3- EXECUTION [NOT USEDI END OF SECTION Pill 12 Revision 1,og ........................................ ............... .......... ........................-............................................................................................................. ................ .......................................................... DATE NAME SUMMARY OF CHANGE ............... ............................ ............... ............. ....... .......... ................ ................. ............. ............................... ......................................... ....................................... ............................... 13 1p CWTY OF FORT WORTH 2014 CIP Yew 2 Contract 2,Unit 1,2,and 3 STANDARD coNs'rRUCTION SPECIFICA'r[ON D(.X..LJMP NTS CTIN 02433 Revised[kcerrilmr 20„2012 013300-1 SUBMITTALS pa?e I of 8 M I SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements®f submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 L Division 0 Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division I -General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary tot e various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A Coordination 24 1. Notify the City in writing,at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related or 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 and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchaisl'ng 36 e) Fabrication 37 f) Delivery MR 38 g) Similar sequenced activities 39 c. No extension of time will be authoriz ed because of the Contractoes failure to 40 transmit submittals sufficiently in advance of the Work. yl I CITY OF rORTWORTH 2004 CIP Year 2-- contract 2,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S CPN 02,433 Revised Docember 20,2012 lop, 013300-2 suamirrm,s Pap 2 of 9 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 3 contractor. 4 B. Submittal Numbeiing 5 1, When subm itting shop drawings or samples,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 0 1m to sequentially number each 9 initial separate item or drawing submitted under each specific Section number, 10 c. Last use a letter,A-7, indicating the resubmission of the same drawing(Le, 11 A=2nd submission, 1 =3rd submission,C=4th submission,ate.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 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 22 subcontractors,prior to submission to determine and verify the fiAlowing: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conforniance with the Contract Documents 27 2. Provide each shop drawhig,sample and product data submitted by the Contractor 28 with a Certification Statement affixet.1 including: 29 as 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 c*nstruction criteria,rnaterials,diniensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submiffid Forinat 37 1. Fold shop drawiripps larger than 8 Y,inches x I I inches to 8 Yg,inches x 11 inches. 38 2. Bind shop drawings and product data she u)gether. 39 3. Order 40 a. Cover Sheet 41 1) D: escr,iption�A Packet 42 2) Contractor Certification 43 b. I.Ast of items/"fable of Contents 44 c. Product Data/Shop Dra, in /Calculations 45 E. Submittal Content 46 1., The date of submission and the dates of any previous submissions crry OF FORT WORTH 2014 CAP YeaT 2 ContnvA 2.Unk 1,2,and 3 STAN13A RD CONSTRUCTION SPECIF'ICATION DO(A IMINTS (IN 02433 RL-vi.wA Dmenaher 20,2212 0113300-3 SUBMITTALS Page,3 of 8 1 2. The Project title and numbei 2 3. Contractt.-)r identification 3 4. TIe names of 4 a. Contractor 5 b. Supplier 6 c., Marnifacturer 7 5. Identification of the product,with g ) thSpe 8 pararaph(s cificatiori Stion number, page and Jnt 9 6. Field dimensions,clearly idenitified as such 10 7. Relation to adjacent or criticarl features of the Work or materials 8. A,l:)plicable standards, such as ASTM or Federal Specification numbers ll3 -is from Contract E)Ocu e ants 9. Identification by highlighting of deviatioi nrl n 13 10. Identification by highfig)-tting of revisions on resubmittals 14 11. An 8-inch x 3--inciiii blank space for(",ontractor and City stainps 15 F. Shop Drawings 16 1 w s specified in individual Work Sections hicludes, but is not necessarily limited to: 17 a. Custom-prepmed data such as fabrication and crection/installationi(working) 18 drawings N b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custorn ternplates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 It. Individual system or equipment in[spectioa and test repo ms including: 26 1) Performance curves and certifications 27 i. As appliaible to the Work 28 Z Details 29 a, Itehition of the various par Ls to the main me inn bers and fines of thestnictirre 30 b. "WW iere correct fabrication of the Work depends upon field measurerneirts, 3� 1) Provide such measurements arid not on the drawings prior to submitting 32 for approva I. 33 G. Product Data 34 11. For submittals of product data for products included on the City's Standard Product 35 List,clearly, identify each pt moan selected ibr use on the Pro ect. 36 2. For submittals of product data for pr(,xiucts n"o"t' included on the(Ity's Standard 37 Product List, submittal data may include, but is not.necessarily fifnited to: 38 &Sta ndtwd prepared data for rnanuf�actured pwxiducts(sometin-tes referred to as 39 calalog data) 40 1) Such as the rnanufitcturees product specificalion,and installation 41 instructions 42 2) Availability of colors and pattenis 43 3) Manufacturer's printed start ernents of compliances and appficabilir),� 44 4) Roughing-fili diagr=s and ternplates 45 5) Catalog cuts 46 6) Product photographs U J'Y OF FORT WORTH 2014,CIP Year 2 Contract 2,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICKrION IX)0 MEN'rs CPN 02433 Revised Decrininr 20,2012 013300-4 SUBMITfAUS Pqc 4 of 8 1 7) Standard wiring diagrams 2 8) printed performance curves and ope rationally mnge diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) 11°cAluct operating and maintenance instructions and recornmended 6 spare-parts listing and printed product warranties 7 12)As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include,but are not necessarily limited to: 10 a. Physical,examples of the or such as: I i I) Sections of run anuf6etured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used pruducts color/texture/pattern i swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work.to be used by the City for indep end enut 17 inspection and testing,as applicable to the Work 18 1. Do not start Work requiring a shop drawing,sample or product data nor any material to i 9 be fabricated or installed prior to the approval or qualified approval of such item. 20 L Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to appn,,ived shop dmwings and data is at the Contractor's 22 risk. 23 2. Tle City will not be liable for any expense or delay due to corrections or remedies 24 requirc-d to accomplish confortnityr. 25 3. Complete project Work,materials, fabrication,and installations in confi)rmance 26 with approved shop drawings,applicable wniples,and pr(Auct data. 27 J. Submittal Distribution 28 1 1 lectromc Distribution 29 a. Con finn development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site,or anotlier external FTP site approved by the 31 City. 32 b. Shop Drawing,% 33 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 I hard copy of Shop Drawings 38 returned,Contractor shall subunit more than the number of copies listed 39 above. 40 c. product Data 41 1) Upload submittal to designated prqject directory and notify appropriate 42 City representatives via email of'submittal posittig. 43 2) Hard Copies 44 a.) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Pmject Representative 47 2. Hwd Coj)y Distribution(if required in lieu of,ekaronic disitzibution) CrrY'OF FOR'r WOR114 2014 CIP Year 2—Conlrart 2,Unit 1,2,and 3 STA NDAR 1")CONSTM CTION SPECIFICATION IXXI IMENTS C12N 02433 RevisW Decantm 20,2012 MW 013300-5 SUBMITTALS Page 5 off a. Shop Drawings ? I) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 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 it 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 Y 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 as: 24 a. Pe fitting any departure from the Contract requirements V 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise ,as 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 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 I of the following codes: 43 a. Code I 44 1) "NO 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 and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH 2014 CIP Year 2—Contract 2,Unit I.2,and 3 STANDARD CONSTRUCTION SPECIFICA]ION DOCUNIFNTS CPN 02433 Revised December 20,2012 OR) 013300-6 SUBMITTALS Page 6 of 8 OR 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/Pd,SLJBMIT". This combination of codes is 8 assigned when notations and comments are e:xtensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture:; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b' This resubinittal is to address all comnients,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is-to be received by the City within 15 Calendar Days of 16 the to of the Citys transmittal requiring the resubmittal. 17 d. Code 4 18 1) -NOT APPROVED" is assigned when the submittal does not meet the 19 intent of die Contract Documents. 20 a) The Contractor must resubmit the entire package r,evised to bring the 21 submittal into conformance, 22 b) It may be necessary to resubmit:using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 i) At Contractor's risk if not rnarked 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 OR 32 and at the Contrdetor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City wwithin, 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 obmining Ciws 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 'rime. 39 7. Partial Submittals 40 a. City reserves the right to.n. .0t,review submittals deemed partial,at d-le City's 41 discretion. 42 b. Submittals deemed by the City to be not 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 consideis any correction indicate.rI on the shop drawings to 47 constitute a change to the Contract Documents,then vaitten notice must be 48 provided thereof to the City at least 7 Calendar Daiys prior to release for 49 manufacture., crry or,FORT WORTH 2014 011 Year 2 Contraga 2 Unk 1,2,mid 3 STANDAADCONSTRUCTION SPECIFICATION DOCUMENTS CPN 02433 Revised Derember 20,2012 Of 33 00 -7 si mmn-rALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may cwry® t the constTuction in accordance therewith and no ffirther 3 changes therein except upon wrilten instructions from the City. 4 10. Each submiml,appropriately coded,will be returned within 30 Calendar Days 5 fbilowing receipt of'submitial by the City. 6 L. Mock ups 7 1 Mock Up units as specified in individual Sections, include, but are not necessarrily 8 finfited to,complete unit-,of the standard of acceptance for that type of Work to be 9 used on the Projecc Remove at the completion of the Work or when directed. 10 A Qualifications 11 1. If specifically requimd in other Sections of these Spa ecifi-cations, submita P.E. 12 Certification for each item req u ired. 13 N. Request for Information(111 9) 14 1. Contractor Request for additional infon-natiort 15 as Clarification or inteipretation ofthe cx)mract&")cunlents 16 b. When the Contractor believes there is a conflict 1,)etw(-.,,en Contract Documents 17 c. When the Contractor believes there is a conflict bets een the Drawings and 18 Spercifications 19 1) (dentify the conflict and request clarification 20 2. Use the Request for lnfb,rffwation(RFI)form provided by the City. 21 3�. Numbering of RFI 22 a. IIPre fix with "RFI"followed by series nurnber,"-xxx", beginning with "'01"'and '2 3 increasing sequentially with each additional transmittal. h -4-t er 24 4. StAficient inforniation shall be attached to permit a writlen response wit out f r 11 25 information. 26 5. 'rhe City will to each request and will review the request. t 27 a. If review fthe project infonnation request indicates that achangeto time 28 Contract Documents is requimd,the City will issue a Field Order or Change 29 Order, as approptiale. 30 1.5 SUBMITTALS IN(.)T' IJSED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEI)i 32 1.7 CLOSEOUT SUBMIT,rAiLs IC °I` USED] USED1 33 1.8 MAINTENANCE MATERIAL SUBMITTALS IN01 34 1® QUALITY ASSI.JRANC'E [NOT USED1 35 1.10 DELIVERY,STORAGE,AND HANDLING INOT USEDj 36 1.11 FIELD [SITE] CONDITIONS INOT USED] 37 1.12 WARRANTY I NOT USED1 CITY OF RATWORTI 1 2014 CIP Year 2, contiract 2,Unit 1,2,and 3 STANDARD CONSTRAX TION SPEXIVICATION DOCUMENTS CPN 02,433 ReviuW Ek-Aximber 20,2012 01 33 00 8 SUBMITTALS Page 8 of 8 PART 2- PRODUCTS INOT USEDI 2 PART 3- EXECUTION [NOT USED 3 END OF SECTION 4 Revision Log ............... DATE NAME SUMMARY OF CHANGE W20/2012 D.Johnson 1A.K.S.Working Days modified to Calendar Days ................................... ............... 5 C FrY OF FORTWORTH 2014 CI Yew 2—Comma 2,Unit 1,2,mid 3 STANDARD CONSTRUICTION SPECIFICATION WCUMEWS CPN 02433 Rcyised Dmember 20,2012 Yll 01 35 13- I SPECIAL PROJECT PROCEDURES Page I of 8 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES I PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. or near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days I I e. Use of Explosives, Drop Weight, Etc. 12 f Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. -)o - C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division I —General Requirements 23 3. Section 33 12 25 —Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Itern 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the construction of the Pro 41 Ject. 42 2. Railroad Flagmen CITY OF FORT WORTH 2014 CIP Year 2—Contract 2.Unit 1,2,and 3 STANDARD CONSTR LIC VION S131:011CATION DOCt IMFN FS CPN 02433 Revised December 20,2012 1,1011, 013513-2 SPECIAL PROJECr PROCEDURES Page 2 of 9 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1') The work perforrned and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagnien 9 2) Flaginen 10 3) Other re(Itiii-ements,associated with Railroad 11 1 All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 13 REFERENCES 15 A. Reference Standards '16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a to is specifically cited. 19 2. Healfli and Safety Code,Title 9. Saf0,y,Subtitle A. Public Safety,Chapter 752, 20 High Voltage Overhead Lines. I"T 21 3. North Central Texas Council of Governments(NCT(,'OG) Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQXJIREN1[ENTS 24 A. (.,o(,.)rdination with the Texas Department of Transportation 25 1. When work in the rip I t-of-,way which is under the j urisdiction of the Texas 26 Department of Transportation('Fxf.)(,)T): 27 as Notif ,the Texas Department ofTransportaLion prior to commencing any work 28 therein in accordance with the provisions of the perm. it 29 b. All work perfiarmed in the TxDOT right-of-way shall be perfornied in 30 compliance,with and subject to approval from the Texas Department of 31 1'ransportation 32 B. Work near High Voltage Lines 33 1, Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground)shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 37 2. Warning sign sty 38 a. Provide sip of sufficient size meeting all OSHA requirements. 39 3. 1.-''Qllipffient olvirating within 10 feet of high voltage, lines will require the following 40 safety features INA 41 a. Irisulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipmeia must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines C3TY OF FORT WORTH 2014 CUI Yen 2,,-contmi 2,Unit 1,2,wid 3 s,rA,NDA,RD CIONSTRUCTION SPEXIFICIATION IX)CUMENFS UIN 02,433 Revised EW-cember 20,2012 01 35 13-,3 V SPECIAL PROJECTPROCEDURES Page 3 of 8 I a. Notification shall be given to: 2 1) °l he power company(example:ONCOR.) Maintain an accurate to of all such Its to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: Fr" 7' a) Erect,temporary niechanical blarriers,de-energize the lines,or raise or 8 lower the lines 9 c. No personnel may work within 6 feet ofa high voltage line before the above to requirements have been met. C. Confined Space Entry Program 12 1. Providd f6lloroved Confined Splace Entry Prop!-arn in accordance with 13 SHA requirements. 14 1 Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Pernift Required for 17 Confined Spaces P" 18 D. Air Pollution Watch Days 19 1, General 20 a. Observe the following guidelines relating to working on City construction sites �?1111 21 on days designated as"AIR POLLUTION WATCH DA° ". 22 b. 'Fypical Ozone Season 23 1) May I through Oct olwr 31. 24 c. Critical En-xission Time 25 1) 6:00a.m.to1 O.-00a.m. 26 2. Watch Days 27 a. `FheTexas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weatlier Service, will issue the Air Pollution Watch by 1-00 29 p.m.on the afternoon prior to the WATCH day. 30, b. RequiremenIss -00 a.m. whenever construction phash-ig requims the 31 1) Begin work after 10. 32 use ofmotorized equipment,for periods in excess of I flour. 33 2) However,the Contractor may begin work.prior to 10:00 a.m.. if- 34 a) Use ofmotojized equipment is less than I hour,or 35 b) If equipment is new and certified by EPA as "L.ow Eynitfing�',or 36 equiptuent bums Ultra L.ow Sulfur Diesel (ULSD),diesel einulsions, or )fir 37 alternative fuels such as CNG. 38 E. 1'Cl!'()Air Perind 39 1. 0btain'R-,'EQ Air Permit fbr construction activities per rt-,quircnients of'T(,1EQ. 40, F. LJse of Explosives, Drop Weight, Etc. 41 1. When Contract Docunients permiton the project the following will apply" 42 a. Public Notification 43 1) Submil notice to City and proof of adequate insurance coverage,24 hours 44 prior to,coonmencing. 45 2) Minimum 24 hour public notification in accordlance with Section 01 31 13 46 G. Water-Deparinient crry OF FORTWORIV 2014 CIP Year 2—(.�,ont.ract 2,thift 11,2,and 3 S TANDARD C'ONSTRI X-FION SPERIFICKIFION I"�',UIACNTS CIN 02433 11evised Dewnber fir,2012 0135 13-4 SPECIAL PROJECTPROCEDURES Page 4 of 8 I I M uring the construction of this project,it will be necessary to deactivate,for a 2 period of tirne,existing lines. The Contractor shall be required to coordinate with 3 the Water Departruent to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City"s reprewntative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed,obtain a hydrant water meter from the Water Department for use 9 during the life of named ptqject. "t 10 c., In the event that a water valve on an existing live system be turned off and on I I to accommodate the construction of the project is required,coordinate this 1.2 activity through the appropriate City representative. 13 1) Do not operate water line valves of'existing water system. 1.4 a) Failure to comply will render the Contractor in violation of"I"exas Penal 15 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions, 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by comstruaion.The notice 23 shall be prepared as folllows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of'Pr9ject 29 b) City Project No �PN) 30 c) Scope of Project(i.e.,type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) Chy's after-hours phone number 35 2) A sample ofthe"'pre constructions notification' flyer is attach as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution., 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 1. Public Notification of"Femporary Water Service Inteffulition during Construction 43 1. In the event it tiecomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall Inc poste 12 hours prior to the temporary 48 interruption. CITY OF FORT WORM 2014 CAP Yur 2—Con ow 2r,Unit 1,2,and 3 STANDARD WNSTRUCTION SPECIFIC A110N IX)CI IMENTS (NIN 02433 Revisrd Dermnba 20,2012 r 013513 ,5 SPEC CIAL PR(.)JECI'Il RO(.'I,l'f.)�)IiES Page 5 of 8 1, b. Prepare flyer on the contractor lettet-head and include the following 2 infonnation: 3 1) Name of the prqiect 4 2) City Pn1ject Number 5 3) Date of the interruption ofsermice 6 4) Period the interruption will take place emu 17 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number, 9 c. A sample of the ternporary water service: interruption notification is attached as 111p, !0 Exh, ibis B. I I d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributecL 13 e. No interruption of water service can occur until the flyer h as been delivered to k 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained ftorn the Project 16 Construction Inspector. 17 J. Coordination with United States Anny Corps ofEngineers QJSACI�) 18 L At locations in the Project where coristruction activities occur in areas where 19 USACE permits are required,meet all requir-ements set forth in each designated 20 permit., 21 K. Coordination within Railroad Permit Areas 22 1 At locations in the pro'Ject where construction activities occotii°in areas where 23 railroad pernifts are r,equired, meet all requirements set forth in each designated 24 railroad permit. 'Mis includes, but is not limited to, provisions for: 25 a. I'lagmen 26 b. Inspectors 27 C. Safety training 29 & Additional insurance 29 e. Insurance certificates 30 f. Other eniiployees required to protect the right: cnf-way and pro1wrtry of the 31 Railroad Cornpaijay froin danvage arising out:of and/or fTom the construction of 32 the proliect. Proper ufility clearance procedures sliall be used in accordance 33 with the permit guidelines. PW 34 1 Obtain any supplemental information needed to comply with the raih-oad's 35 requircments, 36 3. Railroad Hagmen 37 a. SuNrlit rveeipts to City fbiii-- verification of working days that raifiroad flagnien F 38 were present on Site. 39 L. Dust Controll 40 1. Use acceptable measures to conlrol (lust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet:saw cutfing is perfornied, captum and prorwrlydispose(,�.)f slurry. 43 M. Employee parking 44 1. Provide parking fbiii--ernployees at locations approved by the City,, CITY OF FORTWORT11 2014 CIP Yrj,-tr 2 , Contract 2,Unit 1,2,and 3 STANDARD CONSTRUCI FK)N SPECIFICATION DWARVIENTS CPN 02,433 R.evL%c,d Decernber 0,2012 lop 013513-6 SPECIAL PROJEC7 JlRWEDUR.ES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED[ 4 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED[ 5 1.9 QUALITY ASSURANCE INOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING INOT USED] 7 1.11 FtELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USEDI 9 PART 2- PRODUCTS JNOTUSED] 10 PART3- EXEC UTION [NOT USED[ 000)jg, 11 END OF SECTION 12 Revision I..,og ...................................... ................................................. ---.............. ............ .................................. ........................................... ............................. DATE 'NAME UMAR Y OF CHAN61', 1.4.B Added requirement of compl iance with Health and SafeIy Code,Title 9� 8/31/2012 D.Johnson Safhy,Subtitle A..Public Sarety,Chapter 752.High Voltage Overbead Lines. 11.4�E Added Conaw;tor responsibility for obtaining aTCEQ Air Permit ...................................................................... ................... ...................... ............. ........ 13 iii 047 (XIT OF1113RTWORTH 2014 CIP Year 2 Comm 2,Unit 1,2,and 3 STANDARD CONSTRUCTION SPECIFICA110N FXXUMFNTS ClIN 02433 Revised 113cumnber 20,2012 0135 13 7 SPE(AAL PROJEC71PROCEDURES Page 7 of 8 EXHIBIT A 2 (1 o be printed on Contractor's Letterhead) 3 4 5 6 Date... .................... 7 8 CPN No.", 9 Project Name: ➢ Mapsco Location- i i Limits of Construction", ru ➢ 13 15 T� ➢6 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR ig PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (81 7) 392 8306 35 POP 36 PL-f.-:ASE KEEP THIS FL YER HANDY WHEEN YOU CALL. ................. 37 2014CIPY=2 Contract2jJnitl:,2,and3 CITY OF FORTWOU'l I STANDARD CONSTRUCHON SPEC IFICA HON DOCUME VAN IN C?N 02433 Revised D.-cenniber 20,2012 OI51 ..$ SPECIAL PROJ Ecr PR(X,'EDlAU,,S PAP 8 of I:XH BI'I "!oNW DM NO.Xj= lir odsct"amft HOME OF TEMPOR"Y WATER SIERVICIZ VITERRUPTION DUE TO UTILM, IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND ,1pNP91�lz Ili YOU HAVE QUESTIONS ABOUT THIS SHUT—OUT,PLEASE CALL. (CONTRACTORS SI.IT°ER 7TYNII " ER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE C E ILL BE AS SHORT AS POSSIBLE. LE. THANK YOU, IMP m�ro�y pbW�s CITY OF FOR"1'WOICTli 2014 CIP Yew 2—CConuad�'2,Urgt 1,2,mid 3 STANDARD C(.)NS I I1 )(1711>J SPIT;,Q II�ICATION I C UMLC'N°I`S C PN 02,,433 Ikewimd December 20,2012 tfay Of 60(X)-I PRODI IC T R EQt BREMENTS Page I of 2 I SECTION 0160 00 2 PRODUCT REQUIRTEMENTS 3 PARTI - GENERAL 4 1.1 SUMMARY' 5 A. Section Includes: 6 1. References f6r Product,Requirements and City Standard Products List 7 B. Deviations from this City offort Worth Standard Specification rr 8 1. None. 9 C. Related Specification Sections include,but are not necessarily lignited to o 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract, 11 2. Division I - General Requirements 12 1® PRICE AND PAYMENT PROCEDURES [NOT USED1 13 1®3 REFERENCES INOT USED] 14 1.4 ADMINISTRATIVE REQUIREMEN-FS Is A list of City approved products for use is located on Buz zsamf as follows: 16 1. Resources\02-Construction Documents\Standard Products List. 17 B. Only products specifically included on Ch 's Standard Product List in the.w.. . ContTact 8 1)fxwnents,shall be allowed fi)r use on the llrx�)iect. 19 1. Any subsequently approve:d products will only be allowed f6iir use upon specific 20 approval by the tai a . 21 C. Any specific product requirements in the Contract Documents supersede siirwilw„ 22 products included cant the City's Standard Product I.Ast. 23 L 'Me City reserves the right to not allow products to be used for certain projects evein 24 thougli the product is listed on the City's Standard Product I.Ast. 25 D. Although a specific product is included on ity's Standard Product 1..Jst�not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard pmduct. 28 E, See Section 0133 00 for submittal requirements of Product Data included on ("it 's 29 Standard Product 1,ist. 30 1.5 SUBMI'll-FALS [NOTUSED1 31 1® ACTION SUBMITTALS/INFORMATIONAL,SUBMITTALS [NOT USED1 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1® MAINTENANCE MATERIAI...,SIJBMITTALS INOTUSED) oox 34 1.9 QUAIATY ASSURANCE, NOT USED] (Try OF FOR TMATH 2014 CIP Year 2 Conbmcl 2,Unit 1,2,and 3 STANDAU)CONSTRUCTION SPI'CIFICATION 1X)(AJNMq" CPN(Y),433 Revised ENT—ember 0,2012 016000-2 PRODUCT Rl-,QUIREMENTS Pap 2 of 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS JN(Yr USED] 3 1.12 WARRAN-IN [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log ........................................... .1.1.1-1.11.......... ...... ................ ................... DATE NAME SI,JMMAR.Y OF CHANGE 10/12112 D.Jolmson Modified Location of Clity's Standard Pmduct List ............................ ................... 8 CITY OF FORT WOR'm 2014 CSI*Yew 2—Contrad 2,Unit 1,2,and 3 STANDAR 1)CONSTRI JCTION SPE(l FICATIO14 1)(X:UMFN'lls CPN 02.433 Revised F)e.#mnbLr 20,2012 /, dyY'FJRpp � W712-3 R .. ,���a rN, �A 1 �� a C S"r"' t.D't"FIO 8i .bT IN ArW'DSURV"EY 0 SE(E f° 1 71 CONSTRUC110N STAKING AND SURVEY r r t II` t .., G (,RAI., ro tdW SUMMARY A. Section Includes: IYl�itu, 8'~taquuivarnaias fix auansh,um tion suAi g and constrwtion survey!q e r)r°oyt d u1� b the Contractor Ikviations tom diiiis City of F oarrt� Worth Sitaadard SpcuENtr . t I.A.t–Surve 1 t- r' . Y, w t a.1--it t ail,A; acna. , µtm . . pt - turn t �r aNa tutat Baru,. 't arum + taarar t � uu w- m 1.2. .b.' . [Lent jia tai ' � �u�J bid tai 'ousft 1 aa�ru r 6. t., .�.3da –Contractor �t f �xgnr d miairtai wi ,... ar �a�rr ��, t.. t B.t .... Construction aar� m erfur!ped Ih L e _ t!,a t d..- Cont:a'aa.tcar u�uuurr��r���a for�a�;, �a��iuu sa��a aufiroll data. 10. L9.B-3.d m. Contractor shall tr a- a u � � a�u � u �ru au�uf.u. l,data., i ! , r wwd 1 faaiu ifi(A l uu urar oa , o u raa taurwwto to �u p,aLru mtu�,�r air � r iuv w benchmark and cauurtrof data. C. R.aWed F ific atiaan Svcfions include,but are not necesgrily firnited to: 1.t Division d Bidding,14,.equr rnents,Contract tom s and Conditions of the Contract w Division I� �t,n�auuar°ak Requirements m urt��s 1.2 PIUCE AND PAYMENT PROCED1GJttE uJt w b" euu r.a euru uat and Plat, aaaent y 1. Construction Staking uruyum am easrrrrr�ur ent 1) Measurentent for this item.willkeby uu. tu. Payment t) The oit performed and flv��materials twururished jrr a�urr�Nrdaar r�with this a (tern Mri';ll bempqjq t m r mmutu°utu ru uu r tutd teary t�u���!t�uuLfiruu� 1' autcrlu r�'�..n 2. u Suiuvey a.aar easurrca tent f f 1 F : t Measurement, for this item: be ry lrru sum. —t--- ._..... , . .:— -aka r r t The work performed and the materials fitniisIml in accordance with t:➢'rrr.a titta:aart.wilt be and tarn°at ttuar tualuru a uurru rrue:aN tared fi)r" rara to uuauttauu Ir' f ryp�p ��p ^,r^µ� q��gyp, Caa 011t a"h 1kT eats a r'.a � OE SPECIFICATION ��r E I S1 d, r S @ Revised Ekumbes 20.20 17 i x t Or rr 23-�2 a M.rnNTMraCRON STAKING SURvEy PW 2 or9 yy, 3 1.5 S ` 1 MATS w A. Snrrb mitials,if required,shall be in accA)r6ance with Section 01 33 00. B. All submittals shall be r ve t)y the City prior to delivery,, 7 A. C"erll lad s , 8 1. Provide cerfi r, te cerfifying that elevations and 1ocatio hs ofimprovemenis are In 9 conformance or non-contbrmance with requirements of the Contract Documews. 10 a. Ceitificate must k.-sealed by a registered professional lanai suer yor°in the State of Texas. . B. a la C nr alit r Cl anrnnroll Subrrnitt is �r 13 L Documentation verifying acxuxacy f` ePaf aTineering waru� . 1 1.7 CLOSEOUT SUBMI-17FALS (NOT I SED1 ; 15 1.8 MAINTENANCE MAI,"ERTAL SUBMITTALS fNOT USED] 16 1.9 QUALITY ASSIM4NCE v� �t 18 t. Construction staking,will be pedbrined the xiliac r. 1.9 2. Coordination t:. 20 as It hs the Contr° is responsibility to coordinate staking such that construction t :t activities are.rurA delayed or negatively mpactt d. 22 3. General 23 a. Contraclor is rge��s rr ible for r%qrvin rural'.matrr.�tr�t.rrlrr s� � ;.; 24 b„ Kin the opinion of the City,a sufficient number of stakes or markings hav e t been Imt,a estra�yed or a isb arl°ued,by Contractor's rr rl apt,such that the ry a contracted orb cannot take lnl acm-,then the Contractor will be required tO T'e,, :pmt stak rl alr lfr°:u nice rr. r` 8 B. C:.rrrrslrnur rarrn Sumey 29 1 construction Sarr°^wev willll„bar r (unq �r�auuau !b&Contractor. 'fie 39 3 C Coordination o nt actor to verify that control data&stabfished in the design sur ey rerrn lr s, 32 rrnCaaM Irl J, 33 b. CDordinate with the City prior Can field In ,.sft� urns Can deterinine which rmt n rug nna o lrnl a rnrr data r rura r aa snmanl s rrve , w” r. 35 o. It is tbie Contractor's rre sluann i�iblllt r to coordinate C3anrnstr'rrrlio n Survey such thal r E 3 rnstn°raa Cianrn auv1C la�s aru°ur want delayed or raan i l Crru C 3 al. C o tr°a for half 'l restore or re ac!e all r s t a ? rrlau n 38 atrarlru 2nstrrn�fcun gperations. u tiff 39, l) CoContractor sa l perfbirn,r placernennts and/' . rstanr°atlanns. 'r 4.0 3. Genu ral �lr a"Ur"r'"n°OF r'anrr a°Wanrr1,14 STANDARD STIMIC7[ON,SnWr"MAwM 'DOC-q.r 'TUS 4 Revisal Dmmber 2an,2012 A xf�� pr; l tm tm a 01'tm 23 3 � pURV CONSn°m'tUMIO a STAKING AND STIRVEY mgr;n of Yr; a. ("On t�rm.m tla��a u° 0��11 rw m�n°rnaam lra m� �ma intain complete arid m accurate , oftont.ml and stuvey,°Mark as it progresses for Project Recrnrm�tsm It. The Contractow,,. L p tarn trueflrarn la d�_ nmint lrn��n�ruction � features i elp l g g. not limited to the follmnmm- 1) All 1..ltiiillty Lines lmru an d flowline elevations and c(,xvdinatres l mm°rmch rnanhole or FIR Junction Structure as o at pipe elevations and armdinmtes 1nr w t rl tb t t 1nllrwn locations: r (1) Every 250 luinedr fi t are in (2 Horizontal and v ie.al poiras of inflm-'on,ram"valum,etc. (All ata. :i Fittings) � Cathodic ta:mwt t�;atlammnr ( smear lnmmn,wanwlnaamnnit%(All suns (6) Fire lines " Fire It aln"" tw f r Gan.tra valves � 1 �a�mm°,llaala� r ,� a1- rmtl llrm. s Plugs,� tmnlxmat�,�a ('1 1) Blow off valves(Manhole rim and valve 11a1) tJtr'= k, 1 1mm sure plane valves u 1 1 1:"leaning wyes y= (14) Casing pipe(rach a,1. ` Storms Sewer 1 warp . 11 vatic ��° �mna1�r serail tat w at the�1'"na1'la��°�mwmn �W�fx atirmm��s: 1 `1 an w aw:' m 1a�naimrn ailiammt 1' efret l 1.lnnrnt l and vfi mnl pm1ma1.S Of lma leCtlanma,a:;aarV tnmm p,eta, c) Sanitary Sewer 1 fl(a)p ant' iulm e� aatiorm and maam"m:lln°ales for sanitary s may r 11mm �at VIC following ing lrar fi mn&: l ( Every 250 linear llaammt mor,r � (b) Horizontal and verfi l nala rl1m1 tanN curvature,etc. a n zC � c. Consiniction survey will be pem fbnnn ;;l in anger.to ar .amata.in complete and ". accurate laramalar n:alimmim�a1 lnmilnam�.waa 11aM111aatlmnm"ma. °alt.lr armamarllmml;amm°mawm�aarlln°m 1 alma loran° mnal . The Contractor small ; � l , i n rro f ,control a atst inmai mm.w ,, -. hiclauu nca , � "'!lmmnaml-tl t ilnL-fq! 1) Verification that established benclulaa rk control are � . .. . _ .__.. .. .. mm, . ., maintain all lama marl Use an Benchmarks 1rw tar anm°nmmla Emma maaaamrnt ,lnn amll �° ....._�.. ... w ,, l for tar 11 11 , 01a that 3) lU of l�ii n s nnr1 rad4m to t lnlish the l�a darn( an V � 1nrorrmt:tar t1m t: mitt al�rlr ark 1.1. 1x1 anamt� w � t mrw1 to r;�almllt'm X1.1 F lincs aarma:l gzad4ts ammnal allow the City to clmaam la guidance systeran setup rlanr to r a t mnnim .ch tunneling riv . 5 provide ac rm �w lmrr°tlmrn t 1t 1��mm�ta .l.mm l mam a ,tar maafirl l tlmaa gnn:lalamnm°a nt:aamnu. n rmal the line arid gr,ade of 11nat ciml r pipe on a daily basis, The Contractor mmnmaln s fidly respomsible for time acintracy of ffie work arid the a ormctmamm"m of m�as m°mlWred. CITY OF FORT WORTH iI'' NDARI�n t ONFPaI t m°t' tw SII mM.�mmmmr.r"rt a�n nor m n:m m! m M l", 017123-4 r,0N,S° i..(rTI STAKING AND SURVEV Page M or. f 1 7) Monitor line and grade continuously during n t ctio n- ecord deviation with respect to design line and grade once at each pipe 3 joint submit daily records to Qty. , If the installation does not meet the specified tolerances, imrmmedi tely time(,fty and conrd.the installation in accordance th the Co ntract Docun e Ls.. � 1.10 DELIVERY,,STORAG ,AND HANDLING G I l . °USED1 a LH FIELD ISITE1 CONDITIONS INOT USED1 1.12 AID, A INOT IOSED1 t t PART 3- EXECUTION 12 3.1 INSTALI,wlMIS INOT USED1 13 3.2 EXAMINATION(NOT USED1 14 3.3 PREPARATION KNOT US DI 15 3.4 A. PLa;I:CAI"IILN t 16 3.5 RESTORATION JN(YT USED1 17 3. uK' I.IN'S F bL,nATION [NOT USED1 19 3.7 F111J)(ORI SITE QUALITY-CONTROL 19 A.- It is the Co t ct ji�s responsibility to maintain all stakes and coo-anal data pl - by the 0 pity in accordance with this Specification. t B. Do not change ge r rel ate„ n nn I data witl°n not pprnA ll from time t:mitym 3.8 S`yS°I` STAR TIM INOT USED1 h 3 9 ADJUSTING INOT USE DI 4 3.10 CLEAN IN(;t:/ INOT USED1 5 3.11 CLOSEOUT A TILES INOT USE ]i 6 3.12 ELI 'EC-1:1 [NOT USED) 27 3.13 MAINTENANCE[NOT USEDI 28 3.14 ATTAC14MENTS (NOT USED1 9 STANDARD CO NSTRIJ�,:fl"!M'O S n:."IFmn" T'mO' D MM . "0S Revised DXMW- nn,2012 J, 71 23 017173-5 1)supv MMMUCTION STAKING AND S(.IRVF,-.Y Page 4 of, a < pipe END OF SEC170N nofi _ ._.„ .. .... .., ...,n ......... ... _. m_ ..__._...._.__. ......... _ ..,._ Revision W8 __... __. _�,_....,..,m._w..,_.... ....._..... .... ..... a A.M� ._.._.m NAME, SUMMARY Of`C ?q(,s /201 R Johns mm � Ja` r l r; r a t �� � � 1 r i a u; > r 4 AR D("oN"4"44JA Dn'j()K S41B:JVI( D"11IION DOCUMEPITS 4:kambrr 22,22D i r co 0 � - C3 a e o, c J, A .11 aaPR 0.a ". f m 0.11d Un a a m ". ¢ 'L;:' 9 a �JI LA a ¢ W� � a a °gi r ?. C cr w ara ¢» a re ¢a ¢ " ao- u a ¢¢» ""'� ¢, a u..a asµ a away» .m om»¢, 1 I+Z i s 9 mu pp�� ggo�ryry u�u a ¢fib¢/W W berm m. to¢a rea a as a aa»i U cl 4 ¢ aaa a^ ¢'a a ¢0.¢,yA Gj Rd°» WINb ",RdW w ,�w a,V, 0. , UA.V uj&"a. Il�,a ^wa: u. ICA:ra,;;� 4.ffi¢„;N�¢ei,,,^ „n 6 61i,.@Ca ¢ ¢ WJ Pli 4 Lb 6 a^U W Po...: °'w IV"v)cy LU Z W (Z.0 ...._e^ .. Ck ¢S ar �.. Ow re ".0 w Z Z ILL y L z Ld %Ito UJ °. ja cm 4 0.arU __.. a C) area a.0 $i Lo �a U. �A Ud r„wa r¢'b Y n�"¢ar"p 25 a') wz ? -4Lr- rt✓” w�q� ���� M w.,� �P�ai 4qin ��..+ ,d � k ,nx �µn.4o, QiA'A. a Ld ,y LA XX m ... mta - :n i f r ,� ,�` � � � � � � �W� ✓°,off� r ` r 6Rwrs� �?�j�� r T a,„..w,. .bq4" s......'n ^^°g"•^^M"��~�^ ,...,m .n p r,�r* ✓ d f r r r r " r r WK. SCF" WN r ,. .. EXJf NG 1.11MAC P � a" : PAVEMENT va u FAA .a�ENT FIA EINT REPAIR USSR rY FBS �AVFSFV _ �8 .. a F:I ?' & FQ F :F � FQNaF OFaFF F " F,F ) ua FFFa uNaaF a �a F WF g Ewa DRAWNGS akVFSYk T 6"ACE a aIR l � f � � a MAX� r ° a c .� U64 N. p a , ✓ UNDMFUF2BED ,. k g � SaaF6auF�A F OWS RAM- NEIIFi � � G��,a'�o-aaRA W Vd�F�a..T a�a".araaawnn� a:g aA 0 a a� �� r FluF:� By " FF A a 10 _.........m. ,. m " M a"HS DETAIL TO BE USED a a.."a° WHERE Sana:,aFaED 04 'uHF. DRAWaaaa�°�� aim .,, a';;'uN�at�BP�b�k'a'aF�IN� VCH F� a":a�wFA�iED I�ffiFa��@�Q�LE b� N 0��If 4.�...MEW R W ua Ir aN 111E. SAME 10CAHON, MORE THAN 3 TOTAL GRADE R�NGS, r: �yyiFi SHAU HE AaL00',S, 3. MEASAIREMEN IS AR E T WNF"AL FOR A.F., ASSEMBa..Y., r. UTY OF F r' RTH, T EXAS REVISEU 08..31-2012 � ` � � - EXISTING_ HMAC PAVEMENT ( ' CIE) 33 05 13®1 010 ygNUu ,/ e�`„d m �, ,m�'• �..„„..:. .,.gym. B'��S fr A. V�IINN UN:N'Al41AA N1IGDNA f w ,NN r f' „ n , e` � fifi f,�Afi' FIROP6:DSED N'NAAAaq:: U NC:DCgND°N16NAC NNV� 4 ""' ..� AN MEW. AAAaA. �:�a N�NV"��NNA PAVEMENT " ....w ' DRAWINGS k a lw A B PIV EXIVI INN V NAA� ��AAN: AND DAEA � TRENCH DN A ..D ADNAN ' �� � ' VNNNVAAAA VN DIE � o�¢NN��ED Y r ( � C011 AR flDRAWNG S p 7171777 77, ��w+m�n�� �u^ �,r•-�^� ^� ". � .. �� � �� AAIIiN � "AA4NAV��.A NaN.NflNQi` AANDQ" °.. ..... �........... ..w. .... ,K PEIR NDRAAAANNN"S -EXISMIC TREATED N, SNNN.N4aAwNbOn. � NW 0 V N ACDD711ANND NAGfl V_. , "ED ONLY VNNdNDNAqANN OR AS REQUIRED NGNDNA N N:.VN UN:ND UDNA D14AN: NdIRAANVN@G IN NDOAAA NNN.a V�E:6''N k N, �_ &.'.NNN�HWNAAA N ON UDN du&NNN:NA"OSE.VD MANHOLE ,�D,�D NN�r�A rN.fl SEC:.., a U D VAa ILL. IN �N�@NE SAME uD A�N'fl D VA` d. A A'6 U°» N,': DUN'riN AD„ NN�AN!:A SHALL BE NO V..f.'5S IIHAA A 111N6 CX, AND VAll- NOT E:UCN:.N".DU'N'D 12"' NNA TOIIFAL d'A UNDAND. NO AAU..IL BE A6fl.fl..6!I ND. M A'Sa.REME141 ARE rxlma.AL FOR AA..L N¢'DES (W- MAANW .N:/VALA.T NAO GrTY OF FORT WORTH, 1 EXAS REVISED, 08-31-20,12 MANHOLE LID ASSEMBLY EXISTING PAVEMENT (FLAT TOP) 33 05 1 �ywA t- ^ w JIM 8—#4 BARS, 4" & L MG" TO TRANSVERSE lip 1 _- " •� ° m I m^ " m ! 7. c mll �n f IA pll�l�l pp� I ";�IA�I�u'ml %,, r � ".. AIiIIIi�AM Ilul �µi ICI I�olliuip� * ra � III I "mi AIII �I Mdq'M 15V 0"AkRA"811ON v IIiN I I Ai II i IlApl INSTANCE mull AIp IAAAI I ilA lllill 1111111 N �. � " �Aol� � h4ph�I�II�I��V p OI II � � 01 � � � .V ��•�� ..18-• I � a w AVQMWEL BARS-'- ror " �PL AP4 MEM VP'R:OPOSED CONCRETE FOR NNE z .... V a 1 f « " m n a Il- r Pr n ^ l I I e n wdm ...__ YRS e 1N lid CONCRETE u�Q:����RA"R �0P 13 13 051 �� m�ENT �NiER 3" MNNA. (7)'P BAR SPAQNG AND PAYEMENT MAM MM�' A B� AIL�AMAPAAaC ��.0 M AA"ad�MIEIN T TR NmVAMIi REPAIR MVEMEN ... ,.......�.. .... ........._ OAMMAMA" AA'.MO'MVA A °" S: ANN M MMAAMAMM A M MO r ri A � ^ THE DRAWNGS gw&wpm 'A A f . —J,. M III CE m MAX. AA � .. ...... p AVw, �° r M 2 ROWS RAM M9A WA on EgAv AAIN NA A 4 p "...N ! ;v "/, i' ,<r ,f�✓ MANHOLE OR UNDIGWBEB ' ... qA WING N N ARA MRS NMM"'SAM M Mm4AM�� ANDS A dmMIS AK�A SA &(A& A V RREA BY DRAWINGS AGA IIA I .. ... w ..,�,VAO ,^„A: iAA . ''N P N M6 S DETAIIII. N'" ANN USED D�uMNN�AwuNMI WTMYM PRCH:10SED MANHQ.E OR VAULT IN THE SAME LOWION. 2, AIL MEASUREMENV3 ARE 7WHAL FOR Ail WES A, MADE R..I ARE USED. MiEY AMALL ME NO VS "w If 10AAA #M "wI NO MORE NAAN 3 A07 MADE RII GS ML BE AwN_N_OWD, 4, F M A`ON+MC AC'll STREM,"mM6�S &..NiiiSS A�AN�0,N 10 h+Arr:PalRS (N.. A,!: 'IRE PA NN:�, ;4 M V.A, BE REPLACED, 01HERMSE IMP IAtk"V:wN.ACO) A'mINMREnA : SHALL f`bN�V"M":ND A MUNM1,111A O t 3 BEYOND AMHAF sMM ALL AMUMMM~CWnAANS. 1 EM, CONCRETE EVISED, 08-31-2.012 CITY OF FOR,r WORTH, TEXAS MANHOLE LID ASSEMBLY - EXISTING PAVEMENT (CONE) 33 05 13- 012 i�IUYA ot m 8�— BARS. V 'LONG, q N #4 SRttS D UM 6 �dM b � R'NUP0 WAW4C M'ENT .. a a � v Np ��iiiNii uNl pNp �Nip�i,lhl Grp ° �.� „, U p � i- ARA1111Q t IMSTANCE r I 4 18 � �, , r• AI,,,I Uti p ,�I p,N I I I ' OOWFM BARS .w W PIP, 4 y n I. AENE NE PLAN,° . �� d u7' _.�..... PAVEMEN U ENN:6�WR E EAPoSN'NWNG l �' E,RA'NNE6tElf.: AMME'NA°q"AIAETNN':'M A"AEN"N PAEREME"NNT NII" R CONCREIJ S IREE'."NEM 0"0 32 UJ E3—E511 10 AEA DEEM REPAIR 1 , E'',ANNw'ENRNE'" �ll ERIMSE N RAM (N'ii'P"I N A' I � AND EJAWfM " AWW %I&L AN E IRE NCH a a E E"ENE IIE: A"IANN S &� INEJEN.U. �°� IFENAAEJ: AENAN N'NE N'k A�» '�ENAQA. ENN N�E�� CONCRETE � ! _m_,..._..M... ...._..._... _..� VWNApAA E'AA VA AU"MA DRAWN GS C REPAW � Q .JA6ES AS IIEN4AM.ANNAb OA6 I ME x tY i� ry 0 /o• l d, ,Y� ^'/.P if„ '`,•,",'„,r MDAAAN.J'NT II('N"YU'''µ.�' AL)N'NRAJJJII: W" JAw„ ....,��... _...�........ . ... .. � ��... �&AA,E OR vu PER Jed x m TREATED d i NYN��%�gN�,.w sM BGRAENNE / ACCEF'TAULE N M AS NE RE BY NAAWNNNS � S EENN JA 05 EA ,.�..:11 [ .....1I°N m ., AHE DRA A ErAEUE N E�.IuATIIII(W AA���EF.' s E ON E IM A EAMII R"A ENN USED AAA�E° uuN N NAANMN EAAANEAE. 'NM"MJ SAME OCAMON ;2 ALL NAAAEEUREMLINTS ARE °N""AY'CAL FOR Aq..N., ENgI E S Or EAAAEMJA.E:: 'VAULT U0 A SE ME:A.A. J.. ull GRADE RIINGS ARE LASED THEY °AEAEJL BE: NO UESS r MAN A" pNMNCXI AND SaIALL w)r AA II.A Y'A" IN 64AAAN.. HII:WYSH"p'. NO WYNNi: 'MAN :A 'E"d"NTAaII., dNA9JN RIGS. SHALE. BE AJJ.M'.N : . A. FCWN CONCRE'TE Ew'E'IEME:FEIS LESS THAN E0 YEARS OLEAo JEN'NENNN PANwVW11I SHAD. BE E'NEPU..A AM, E:Y AN':NkN' AAPE..AAA�A CONCRETE SIMAU IL EEA"WND A IWARVYVNIWAQ~M OF BEYOND UvEANNMENNE: M Aaa a)omAE 'JS. A. AGANCRE::'M. PA N SHALm BE ELAN AS A aaJ`N^ANN'A1f'Iff!'. Mk 1 OTY OFFORT VVIORTH, TEEMS REVISEDI, 0&312012 f MANHOLE LID ASSEMBLY EXISTING CONCRETE PAVEMENT (FLAT TOP) 33 05 13- 013 <<f JIM r i LCINU T UDINN m AND REINFORCEMENI w u � i s a N q 71 Poo A NN I u�I Ip m `•..,, .. '"�.�... ,�,,.. .mm :W � iN�,A A"�i�Ci��N�iNiiiiii�Niii�A�CCiiii�C iii�i,iu�ii�opip�u'n Ci ��� �. .,�..� ,��'.. '_ �„ �,r � B8, r' 2m VA , "'9-.:PAARA4 TICHY' <.,,f b y., IIIII�NIIIIIIIIIIIII III (IIII IIII IIII /��i..p` Ca6 U TNNDy,NA C r i`rAAd,v N�ws",,A�"Tr«'"^C�N d.D.„C m F f�D R.Aw0 M'e wr''^�o-r..��.�QI;ry�",:.r_e/H �✓��,,��.on/A y m,F°i m.`M.^,p_w " Ip I"�I..'"I CAAP�DAA N.'�A D CA ..p A��,�a .TNn��N-C��.�. pip N N TNAN � u+wr C�r. II,111 4 T ARCS PER 32 N 13.05A+1 Bw � A/w N-�. PA A u" �I // A^'�P 1 IJ4J 'v ^E� fi ..N�� t T INDIICA�ED 1114 nIE DRAWINGS T o ON DRAWINGS 4 ra7 FREAWIEW fl NW & / NNTN N N 71' DE TNII.. TO B D n E� �D TTN NT TU H N I SPWW'FwRk N �N HE MR ANR% N ` 8 MD ACCCPTABLE T OR AS R yUIM BY GROUT ACT B .N NR TD A sND1N �W w VAULT W M H NAME UkTANC ICCT m U N 3 (15 NC r. IJN N N U T DI R E M d� E/VAULT U 1114ANHOLE CONE 3" MIN 31 W: CRADE 'FUNGS ARE USED AANN CUw CN BOTH N A � N VAULT FIER NNAIN A NNRA AND TN Ai P U MR NOT EXCEED Nlld TO RINGS,TbTAL GRADE NDS BE D iID A Na SHALL,r TERRAI A7E AT SWMII "ENT �'. ., „ ..,w , .,...,�� DEPTH TO'A.0. N , OR TIMING AND C GIAPACI 'IO N A NECESSARY NCB ROAD CC STDCTCDN AN"N N NNC NtlCA TAWT ND ^ �M � � � C A N NUNC E, PER SN »DCNN 3 q SD. PA0 A S :A-,,PAAA n ITEM : 08-31w01 MANHOLE LIB ASSEMBLY - PROPOSED CONCRETE PA�J ENT E) 33 05 13��01� '(Pip (I T Mik APPENDIX GC4.02 Subsurface and Physical Conditions Test Hole Relx)rt (A.-6.06.1) Minority and Women Owried Business Enterl)rise Colinlyliance MBE Good Faith Effort Form MBE Joint Venture Form MBE Prime Contractor Waiver Form MBE Special Instructions Form MBE Subcontnictor-Supplier Utilization Form GC-6,07 Wage Rates pW Vertical Wage Rate Table GR-01 60 00 Product Requirements Standard Products Table they- Existing Paving Profile Sheets 71 CffY OF:FORI WORTH 2014 OP Year 2 C,ontract 2,Unit 1,2,and 3 STANDARD CONSI RLYMON SPECIFwwriON DOCUMEN M CIPN 02433 Revised hily 1,20 I r GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK PRO I'v low, CITY OF FORT WORTH 2.014 OP Year 2 C."ontract 2,Uinft 1,2,jai 3 STANDARD CONM"Rum)N SPE0PCATQN DOCUMIENIS C.PN 02433 Reviml JtdY 1,2011 CITY OF FORT WORTI-1 T/ -W r" SOIL LAB SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: 2014 CIP Year 2 - Contract 2 Project# 02433 DOE No: 7377 Fund Code: 03 Contractor: ................. ................... HOLE 1 WALTON AVE LOCATION: 100' SE OF WEDGWOOD DR SW/4 ®2 5"" & CC 9. 00" Concrete (1010 . 0 PSI) 4 . 75" Brown Saindly Clay Nw/gravel ATTERBURG LIMITS: LQ PQ PI : SHRKG: MUNSELL COLOR CHART: .......... OLE 2, LOCATION: 40'NW OF TRAIL 1AKE DR NE/4 . .......... ............ ............................. ............. 2. 00" HMAC 14 . 00" Brown Sand. Cla W/Iravel 1 Z� z —.�l........... .............. ATTERBUT LTNITS: LQ41 . 9 PL: 27 .8 P1: 14 . 1 SHRK06J) MUNSELL COLOR CHART: 10YR 6/2 LT BROWNISH GRAY SANDY CLAY HOLE 1, WHITMAN AVVE LOCATION: 5916 WHITMAN AVE SE/4 ...............—............... ............... 2 .25" HMAC, 13. 75" Brown Sandy clay w�,/,, L .............. ATTERBURG LIMITS: LL: 36. 7 P023. 1 PI : 13. 6 SHRKG: 6 MUNSELL COLOR CHART: 1 6/3 Pale Brown Sand , clay HOLE LOCAVON: 5524 WHITMAN AVE N14 1. 75" HMAC .....———--------------—--............ ............ .............. 8 . 00" 2: 27 CONCRETE (609. 0 PSI) 6. 25" Lt Brown Sand Cla ly ,ave ........... ...... ATTERBURG LIMITS: LL: PQ PI : SHRKG: MUNSELL COLOR CHART: HOLE 3 WCATION: 5812 WHITMAN AVE SE/4 m 14 . 00" Brown S22SLy (A a y w/.L ; �.vel ...........�wa �, BURG TWO LQ PQ PI : SHRKG: MUNSELL COLOR CHART: ...........-...........................--1.............. ---------- ............... ................... 2 HOLE 4 Wei LOCATION: 5732 WHITMAN AVE NW/4 ................. ......................... 2. 5 0" 11M.AC 10 . 50" Lt Brown Sai,idy StaI bilize d Clay (369. 0 PSI ) 3 . 00"' Lt Brown Sandy Clay W/gxavel ............—........... .......... .............. ATTE�RBURG LI'MITS: Ll 11IL: 1,1I : SHRKG: MUNSELL COLOR CHART: -77 T LOCIAT'ION: 5720 WHITMAN AVE SE11/4 --"---------------------- ....... 5 1-IMAC 1..4 .25" Lt Brown Sancly Clay W/gr�,avel ................. ........................ ......................... AT'HRBURG; LIMITS: I,L: PL- 1?I : SHRKG- MUNSELL COLOR CHAR'r. .............................. ....... HOLE I CARLYLE DR LOCATION: 4729 CARL)ME DR S/4 ............... . 75" HMAC 5. 00"' Lt' Brown Sandy Clay 5.25" Dark Brown. Sandy Clay W/gravel ................................................................................ AT"rERBUR(; I'j IM]..TS: LL: 45 . 4 PL: ] 8 . 5 Pl. :26 . 9 SHRKG: 12 . 0 MU "11d, COLOB C AR'I': 1.0yr 6/3 Pale Brown C] ay ................................................ ................. ................... Wj LOCATION: 4713 CARLYLE DR S/4 r-.-.— ,T 6 7;.- 7 ——------------- ................................................................................................. ","',.................................. F13,11. _rengti i concj���'ete paverTi,ent (3000 PSI PIAJS) 4 . 00" Lt Brown Sandy Clay 6. 00"' Dar.,k Brown Sancly C] ay ATTERBURG LIMITS: LL. 5 5 m 2 1'rIL: 26. 1 PI : 29. ] SHFM3: 14 . 0 J MUNSELL COLOR CHAR'I': '10yr 6 Bxownisb Gray Clay .................... HOLE 3 WCATION: 4604 CARLYLE DR SW/4 5. 75" Concrete Fi.il I.. strengt1i concrete pavement. (3000 PSI PLUS) 1,�own ozindy Clay W/graVE�l 6. 121,) Dark Brown Sandy Clay w/graVEal ..................... ATTERBURG LIMI"I's: LL.- PL: PI : SHRKG- MUNSELL COLOR CHAR,r: ..................... .................................................................................................................. ..........__m...... ............. ....._.m.... ......... ........... v.. ................................................... .............. ................ Apprc.)val: Ryan Jeri Rout.ing: Date ".1'est..'ed.- 1-7-15 Superintlenden t Requested by.- Robert SaLiceda 'Tested by: So.i.] Lab e GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK for I r !f 0 rY OF F OR"ll"WORTH 2014 OR Year 2 Contract 2,Waft 1,2,wid 3 STANDARD 6""ONSTIRUCT04 SPEOFWATION DOCUMENTS CPN 02433 Revised Judy 1,2011 2013 PREVAILING WAGE RATES (Heavy and Ffighway Constructimri Projects) yitrr CLASSIFICATION DESCRIPTION Wage Rate Asphalt DistribUtor Operator $ 15.32 Asphalt PavMg Machfilie Operator $ 1199 @R Asphalt Ralcer $ 12k9 Broom of Sweeper Operator $ 1.1.74 Concrete IFirmisher,PavMg and Structures $ 1.4.12 Concrete Pavement RNshkig MacMne Operator $ 16"05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18,12 Crane Operator,LatUce Boom 80 Tons or Less $ 1.7.27 Craine Operator,Latfice Boom Over 80 Tons $ 20M Crawler'Practor,Ope�ator $ 1.4,07 Electrlcian $ 19M $ Exca Op vator- era 00 tor,50, 0 pounds or pess 1.7.19 Excavator Operator,Over.50,000 pouir'Os $ 1&99 di p' r' $ 1.0.06 % Forryi Mider/setter,Structu�nes $ 1.3.84 Form Setter,Paving&Curb $ 13.16 Foundatioin Drffl Operallor,t8raawwler Mounted $ 17,99 Foundaflon DrM Opera tor,Trucic Mounted $ 2M7 Front End Loader Operator, 3 CY or I ess $ 1169 Front End Loader Operator,Over 3 CY $ 1.4.72 Laborer,Cornmon $ 1.0,72 Lakwreir,Lftffity $ 1. ,32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17,68 Milfing Machine Operator $ 14.32 Motor Grader Dperat(!ar, Fine Grade $ 17.19 Motor Grader Operatm, Rough $ M02 Off Road HaLder $ 12.25 Pavernent MarMng Machine Olpieyato�, $ 13,63 yitrr Npelayeir $ 13.24 Re(1airner/Pulverizer Oiwmtor $ 11.01 Reinforcing SteO Worker $ 16,118 Rofler Operator,Aspha lVt $ t. .Q°68t Roll ^r Operator,Oflhelrr 11,51 Scrrapei� Operator $ 1.2,96 Servker $ 14.58 rn \AacNine 01,ieratm $ 15.96 SrnaH Shpfor Spreader lBox Operatoir $ 1433 Truck,Driver Lowboy-Float $ 16,24 $ Truck Ddver Tran sft-Wx 14J4 Truck,Ddve:r,S'ftu e Axkr $ 1231 Truck Driver,Sirig e or Tandern Axie Durnp Truck $ 12k2 Truck Driver',"f a ridern AxIe Tractor,Mth Semi rafler 12M Welder $ 14,84 Work Zorm Ban,k ade Seyvice, 11,68 lire Days—Bacon Act prevaiMg wage rates s1hown for 11 leavy and 11 fig1hway c:onslrwMon projects were deteruqrled by the Urked States Department of Labor arid current as of Septernber 203.3, The t1fles and descflpbons for fluu classifications fisted are deta0ed in the AGCof Texas'Standard lob CllasMficatkiris and DescHpVons,too HighwaV, Heavy,kAffities,and RndustrW ConstructJon un I exas, Page 3 of I GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK ru op OTY OF FORT WORTH 2014 0P Year 2 Contract 2,Unit 1,2a and 3 STANDARD CONSTM)MON SPECIFICAMN DOCUMEMS CPN 02433 Revised body 1,201 1 IFI OF FORT WORTH WATER DEPARTMENI'S STANDARD PRODUCTS MT ............. ApprowrA SpwNa, Clamillmdom Momaimmirer Modd N& Naflama Spot SAW VVA STEW ATE R Manb0g,ham IM 1 iM d. 'g M.- qua ASM D,Q 93 C 24,d", IF 114 _1m&I**f lim" d% A A'A 14 14.0"k a 0­ lu V'k—,N."A" A",lryAy_ klH�IIvlm ... ........ ... . ...... . h9!M.!N,Xa�... �wwP Newnmwarr wnr,zs,'. —„'� h wbwrr ww.ew . LA CIM,Syl) I� MaNA, InA ilm 4.,Y%ys MmAOMA,Wmalm-met&Cavf AAN dr L Al 0,NAA 49 A:KA.',I W. WPANAM j Z”, U ........... + oo�vql ....... M4MQ,!,�(_ �,s InVi AJpm,,i,Iv kzq Rm V s .141,PI—I I.Ll I wol 41PI ow X ll ��O!J�idl) An— A I! AME12W nq .................. ?d F1 14 o s"k, 1j,M 11"ovk"', 05�0 f: 175 VVY, umq�Raa,%, lQmuAhmAy&os�Ei hvi Aw&g rT an NIM 5A t '7t4 . . ............... ................ . .. ..... IN IM I­v.,h1p I j, ... ......... �Nn E�uym"A rn�,Mfl KIM N",Il AJ:2� h—A N","I",h&,A�"A llp, AVRA C W 11 � 01 10101 _4 pvWNS34 j"%4SM I"i M, i,:Ick I wV,ip, A?T111(l hic"'. MY IN A LA V, I I�0 Ww, , pA.p" rip" VINA I l.ft 1fr MY JJ OF dlV'OR BNOR.TH W6X'll'IER DEPARI ME8 T'S STANDARD PRODUCTS LAST Approwd Spec tau 0auWfkafloa �.. . dtlffi of r Model N& mademal Spw .lr .. .... ........... ... r _. _ h A .. ...,. .,. . ._.., .... J . CUE , ... � $ iur✓a�'TU � ai�k..".: u� dw�w�urva rtre�. ... .� ��he��a^�amr .m air L � ud P� dA u a a IV, rxmr, rc M1lwx oml Puy; vP Nu P'np M'+X�'4➢F I eft4 I" ..... I 1PN Imsk � tl �� . d I ➢d d A"urd6 rN r,rc& IV'. .._ ... U��bN VH owu 'd rflWn TUa.ac ffiaP d d N .. ptiw�u'r✓.„ ._.� " as rNrq a�m� uus nX 4 r �,.ra A 'urns am I mu��✓ i�Y u�m br �� .. du I wdn n nA.. 1 Y R4 Jpfl 4 q b a9,ry M1 4n P d 117 w 4 11 V f Rw. WIN rN fl Y"PodX Yk�N°b N ed'aVti� If 4w ! c 41 rlM1f'1� 1 ..., ., r ,d non� "'Em T?X0 r r zmu w ,....V. _ _.. a n M skN S RV P P 'R IH.nA.0 ....... NNCW ,... I ... I 4 , ,� .. 1plNPm¢GW,d1 4 U,d W d l r. 144° & M n I /X tl°V a d d 11 } R d w . col^ d�.... a "r a✓� "' �!. uwtirV~r JN Od I .m YA '4,� IM duo k"Vluace ( 4 q1 v � & ;u �"'d rt" ✓w®1M X° it rc°uua ¢M1a"rd:n PV0.Mb a. ANmrnmxassP uaraamr IY 7o Yeti k9 v! 1 W4 P R uaxvx^fl 4M I f ta'd kb M VYy� AWPladI eK fi a fI wy a5 dNUrn.. Bel.. field` C4 ulnwµ0^c�Nde ab"c SwNd yW'H9 9 7Ntn e�- . � f4 Yi srr 8 h a, tlA,w P uh I lu 1 I Irwry 11 4 4 G dah d d0hd P�1,I rvht X dr w.MM` Q dti h b% pl/ tA!A h?I i 0 @NW 7 V�xao!uti Nha ... t J ( d 71 P"M/q a:w "r � V° d V I� (Wax Iru aabu lay r yq n^nuf 7"'4PY Wd guue�ru Pah NWd lr4uw � . ,... i °?....� :. ®...... awea!�t✓ d zu , 1�e. ....� �a 1d,•. ii ptoa II7o w 11 7 I is- r v" st. PRO . ud K rroP. I d A i s i AS llru[I7 Y N^fir N d wia•M Yid^'. 1_ I ul hk '1 Y+v+rrnn{i rhtld I r,,. '' 4 8dld 0 I{b 1.cbly U W — _ w d III n @ayw f 14 M1�6 1 'irbn rlx�[un4rfA,it�?v nr I) rtl I�d7m 9 a4mu,fu%a "+�NuP,i _ l ddw udlmV,PII. 1 ac .b Of�' I,,� 7tl ¢ 4vbrvr "ladf7m` SNP Q;6H , ,. . J f6 r I A14fl1 ... @P fl Xa1sn DI 4 .. Jfb err aro{4N Ap6a .V aN F tlWar 9dal 76r Na f nab u'u" �tl ul ruSPra 4ud .. r Ibll d s y Y*!4 &bd ,rm �. Vq:v fa W u m +dV ,unwvru^ I kl'...awaNry _ ., 68.dt li arwuW Pa try 0 mums dMd a p'&wog , dp md v w,s+" f us adr 1 m'm r,ar r,:,a al'a[arr as r✓ hrm. "era,�,✓:ma[,ya aa✓.,i�;�mam a rJ" uN N d e.IWmn 0 P 5 f14.f 1 fiN. -fP 9 soo j u X ,. + , ,✓k"` I 11 i 6+ d'n'M1 n0 r "� V II N¢ f/F ioN i( If .. 4 iu✓al �0 f rrvx 1 of rr I1 h Immnell wl rn,ld?. r 9+a"U NN ocavR 1(1 W,l+ai r 44 f N, I k.Y 1/0 F.s ry^ip p t u d Au✓,x q l k h 7 9 N° d! (II 7h rh h dtM 4"vla I.& ,dvr l& ar(ti. f A �Q A: c +d msa0!d,B^. 'A4„ w "` ✓wV brv�',w•r>2 6r Mww Vwf,4 Aal+i;e�X15 e 4�^� "S z e!n hiK xNSriw Na d 1 @> ...f IIG 1., �lur 9N Ma'nQm4 d° �� � f41 ( u Ptld rV VIiY !kM✓PP adS ,IYr i 3^ d& M*4 wa ry euV ^ _ _ � f}�d d N arc.a Its r I/ IW u:UIX 4J Po lT f.. tlral Fna✓ IA'; Y"Ire¢}n��ix P 4M 17 t flt ,,,,, aroa.� 7ry I Id' m1l nrl ^'�� ,•+*'�rca d II ., 4vX!M P fi t t r 11 IT N of W b1k 4 rt V a IV .. vWmdfMis 6b(anO14t - f f d _ 1"Al/ 1711 vu x r(Yv`ep Y tlPVaW,,,,, ,,. ,h4Y NW r 111,] 14 Y@ FM f d F rM del ! Oh.Irr {V E M1 l 4 A 4M r V Iisl vv uu i l 6 bob MHP IY ara�.£ X9rar �II 14M f wu Gdu.ut - vbwn � n 1 ^ iPo 11Y 1 4J s t r r;�,nsaa I uv �NI o a"d i pa a a Lllal a _. a. aaM i b,tid #pd 4t r wa4 r,ongv � aw fl o �,d Nn 118 � Nt r I 1r n�- 1ud,UPl �d & uV&0u'Ard uW0 . ,. A r V l'Mlu tl 99 f' u 4W G 'I 11,b6 h B�y;4 Ab "d"1 A41 fuu 1, r r 4 it 4 4 y d B I V y'N f Y 4'd NW Id` f au"bu B�a rev✓I I u I B r d . rrr wares- � M1X r �a k b mwa Vk G 111,yw vq 1 ����..�.„........,..., d....4>dl .m. ld 7! dvYW:.a��m �,. ..... m..�....•.a. ,..,�..:...,h?dui 7" .........w.w. .........,.«.,..�... ��,� ,�............. gy ,� .. ....wd»,....... ,...«.�,� .�..,,:,.«.,�..... Y11 ik b 4m..,.�.,�...�.......�.,,,� �... '....�.�., , M OF FORT WORTH WATER DEPAR TMENT'S STANDARD PRODUCTS LIST I rr Appnwal Spft-No, (3s"fleadom W me"N& swan a6 Spw ske M III A Y, .. .............. .......... J: awl Wiliva )AIII'm M Mu'so L. �J:AW IlInd—IN skv,IMV, M1 VI T"! ftLa I �U!VMV M _ 'JO.N", F M.16.9441F 0.w I'VIV,I V C, V", 5, AWUNA,UM ­1 IV,rM­I 1, 10,,A"I I AVIVV VI 11 'd JFUUMM0��-d9-U5%Wn Y� R,mv,1—W Nowid, �..........W1 101 VAIUmb" IV v I m!NU�mdt �a _Mk!U!!�S x fI, A, "A" ............... ... ........ .......... I!Ko Um d Egg k�gftjals, 0*_Ujf No 1XI IRIVIDRU A4,M I,A �a c IM,GW,0 f�% UT u �J I�j I:k fV.9A (U.prow". N"MI MIRM ry II, I'll ft MqUM➢m:WIT-? �,jj Im AWWA 442 IF t V, OWN'11,W I 12 1*,0­�b.Md—ii, U4 AUVWA NY Sk"p 11 .I AUA LIE M�,UO HUI 611 119V&�s!nm, C_ AI��W�;jfl V IJ J�I� �A�l �Vr,�N�rw 10N W I: ikk ",UdTmm�. U,PYp,h wo 4 0,94r�pnmw ........... 11ma 6wlrrvuw w; .. DP2 MVV�i AVIVIA UVS I 5011)lul ��Vv PW4�!6­Md- ,�1� I- V,0"', NA"D-Id KIIIIII VOID 46PAM I M k4k Uhf,OU"I I 1w WT. XI........... I T Y"' ,1"7 .... ........--_---_-..... .. ........ .......... ......... .... . pag ­ . A A,AN:IA m I tolS I Wm, M V""'.I A 00 A 4� o..i aFNd^ A fW V t W."I P`,"," 1',, .... .... ..................... IM UNIMAN diAiM I W Jwi4l, ,-V, "'IM9 P,».,U R16,Y'WTN',N"UvAa M" Ju'r URV VIM IIII-11. Uq I lm,UN,,t,U mv UU,kUd'h"'11 "UtAw tvawll,­ V kUmm,U,,11'. ,f 11,,1"J"—d 41V I W—hi W"k,Mp"Il-,law.d al 9.U W­f h:U.II-1, a,jd VIV41,1,1 1"e m S xlpuy rer l W 16, "Al lw b,,wA­VJ,,, V,If,7 Rp,I U,4­16, U11":1'."IN-JORAII D"PU11111m.1,51 4"d Apouhm­­I, ib h,,IIAIU*W."I jl ............. .......... MY I - N CD N a�'O io N LO _ - c`'i LU _ I T i L L M LU �2 w� Q can LLJ Ln cD ®j Z P x -ZO o C' �< o LL jr w '`VII w 4 oz S31aVA —_ V� Z a �f z IL w elf >y I m o U P® F i_ wOw ninn¢vi d\ — z P/ � O i F z c+ J a w (NIN_9) _ S31aVA N r � O o N C7 - p o o < - w M -off N-o N no- LLJ ti o Ti Iz. F UJ z-.t O Cj) LLJ LL- LL 0 U a CO F ® ® r^ I II � lit � k m mU II o _ c o I m� > I I w G a _..- w - - I - I I n I I i � �I >I � I Z. X16 U 4 zo „a� 2 sa ma a N LO O � M ❑ O N 0 � U Ile O > M LLI ® m� m � m — Z a a I m IW— rboN LL o / o z 9 8 O O © ® N —J� _ VFW ~ - a U- _ v L CO) O �. L 1. < m smd Q _ ❑ 13V4 • I Z m m U rZ O F H dap U WV38 W L con N � I �I m o N� m �✓ L Lim- u o x � - o N .V• _C � � m m o m m m j W a U � J (n Q a J m m m MM 335 A.Hid30 133N1 � -m-j Q �J N �mo� e€o l; oho 3Qi 1{1d30 - WV3B wood .4 ,1 N oc�m_ IE_` N T- C� _M'o"a CO le CD _ Q r z W N CO � z x a o ¢ a I � Q � ` g If 0- ui LL _ W w - 9 LL O _ >- to 1- uj iR _ 0 _1 a = 7t aw �a=an M"0"b o - Moa o L0 AT a_ 0 °ma W r�M � a z ag > CV 3Kw W�y/ J oaw LL o O �Ha cn d L9 x -,f — P C3 CO r F- Lu o y a Lu fill I 0 v l ' f rllll _ -UF¢ U¢Zan wilt ;I if as rt rc In an I I M'0'2J r / 005243-2 »eounent ` Page zmr* 38 Article 4. CONTRACT PRICE | 39 City agrees to pay Contractor for perforinance of the Work in accordance with the Contract 40 Documents an amount in current funds as deten-nined in each task order supplemental to this | / 41 agreement. Atno time shall the contract total exceed$2,00O,00O.00 without written approval 42 from the City of Fort Worth City Council. 43 Article 5. CONTRACT DOCUMENTS � 44 5.1 CONTENTS: � 45 A. The Contract Documents which comprise the entire u&rccrncnt between City and 46 Contractor concerning the Work consist ofthe tb||ovvin&: 47 l. This Agreement. � 48 2. Attachments to this Agreement: 49 a. Bid Form 50 l) Proposal Form � 51 2) Vendor Compliance to State Law Non-Resident Bidder 52 3) PrcquuUficmtiou8tu1onocnt 53 4) State and Federal documents(project specific) 54 h. Current Prevailing Wage Rate Table 55 c. Insurance ACOR[)Pono(y) ^ 56 d. Payment Bond 57 c. Performance Bond 58 [ Maintenance Bond 59 g. Power o[Attorney for the Bonds � 60 b. Worker's Compensation Affidavit 61 i. MBE and/or SBECommitment Form 62 3. General Conditions. , 63 4. Supplementary Conditions. ' 64 5. Specifications specifically made u part ofthe Contract Documents by attachment 65 or, if not attached, as incorporated by reference and described in the Table of 66 Contents of the Project's Con1rac/[)ocurncob. 67 6. Drawings. 68 7. Addenda. 69 8. Documentation submitted hv Contractor prior to Notice ofAward. 70 q. The following which may be delivered orissued after the Effective Du1c of the 71 Agreement and, if issued, become an incorporated part of the Contract Documents: 72 u. Notice toProceed. 73 b. Field Orders. 74 c. Change Orders. 75 d. Letter of Final Acceptance. 76 77 � CITY op FORT WORTH zo/5 Task Order Construction Services at Various/uc*um, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Contract A2 �ebraaryz0.zn}5 T11w-2015'00000 � NOTES TO DESIGNER: 1. FILL IN BLANKS AND/ OR VERIFY ALL TEXT IN BLUE. 2, REVISE DETAIL AS NECESSARY TO MATCH ACTUAL ROADWAY DESIGN. _--�3"--- ASPHALT PAVEMENT PER PAVING TYPICAL EARS SECTION N I e o.. T �fl THICKNESS OR 6' IA[,N'. f b >. q_� vr- d9 a- III ; TIII _III I -=;L L; ;III„ II_L :;Ili;:Ill;1111; ,-11;;-;.111 STABILIZED SUBGRADE 12° PER PAVIING TYPICAL COFIPACTe D SUBGRADE SECTION PER SECTION 32 13 20 NOTES: 1. PLACE CONCRETE TYPE H PER SECTION 32 13 13. 2. PLACE EXPANSION JOINTS AT 200-FOOT INTERVALS AND AT INTERSECTION RETURNS AND OTHER RIGID STRUCTURES. 3. PLACE TOOLED JOINTS AT 15-FOOT INTERVALS TO A DEPTH OF 1 )z INCHES. 4. PLACE EXPANSION JOINTS AT ALL INTERSECTIONS WITH CONCRETE DRIVEWAYS. 5. MAKE EXPANSION JOINTS NO LESS THAN )� INCH IN THICKNESS, EXTENDING THE FULL DEPTH OF THE CONCRETE. 6. NEATLY TRIM ANY EXPANSION MATERIAL EXTENDING ABOVE THE FINISHED TO THE SURFACE OF THE FINISHED WORK. 7. PLACE LONGITUDINAL DOWELS ACROSS THE EXPANSION JOINTS. B. INSTALL 3 NO. 4 ROUND, SMOOTH BARS, 24 INCHES IN LENGTH, FOR DOWELS AT EACH EXPANSION JOINT. 9. COAT Nz OF THE DOWEL WITH A BOND BREAKER AND TERMINATE WITH A DOWEL CAP THAT PROVIDES A MINIMUM OF 1 INCH FREE EXPANSION. 10. SUPPORT DOWELS BY AN APPROVED METHOD. s i FoRTWORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 EDGE/RETAINER CONCRETE FOR LT PAVING 321313® 510 LA _9 0 F m 0 C-)K n m co 0 C> m 70 > z U) '0 T m > ;a Z'0 m M() 0 Z m 0< I z> U) fn > m >C c) -;u m > >0 < tA 'I C) M U) > 0 U) > K:m z_: > U(D 0 M 0 M >n 71 m CD U)-4-0 m c �D 0 CD m 0 z �q 00 c >0 i- z U) m z 0 >M 0--j *m >m -< k (no M m C) ,64 m m z JI > 6" 0 c) OR 7" CURB -0 PER IYPICAI. m 0 C)0 SECTION' cn c > b 0i -n 0 R-1, Trlj`,-'2 0 cf) cn z 0 M> c 00 0 c: F, Z':j z(D 0 M w- au 2 E SJ4 C>m 0 CMK 00 > -D ::1 0 x (A 0;0 n 0 z V)> 0 m < > > :3 CL) m 0 m m W m 63 C) LLEL 9200 Z61 CZ-X — Z i3V'dINOD Z dV�IA dD tl OZ x 7K z 85� C) > 0 0 c u 7-u r �q- 5 1 �-� z ,d 2 HzA 001t'VIS�INFI HOIVV� 1v 61 21� 611- ti Es + o—L, Z61 H-X cr f5, dl IJ Z61 H-X cr f5, dl IJ L#'10(i M EZA Z I'DVNINOD Z IlVaA d ID t,I OZ o� P 7-Z z w cp C4 IL z > Uw > � "1 0 C a. A7 C) < �3B2-, o', 001V VIS 3NII HOIVV4 7 NI 140�� - �Oli,[Vi 3T T 2"'o lgl� —M 77 Z�� S. P, 6 n Op NH W Z 1-6-WE I vis 0 L L#300 Z61 CZ-X Z IM11NOD Z 11V'3IA 110 VtOZ TT - � 3zo -_ �o c 7, Q > (D o > < > C ELI < 5 o o Mt J �s �SX 00+V VIS 3NII HO-LVV4 oo;�� LL L ItHOCI Z6 I CZ-X 0 z z c S2 04 0 U U> < Z > o C 0 CU — —.. z u^ < ffis-2 -z <14 M. < 516 0't-Ils-NII OIN TGH < S. —o 114' Z61 EZ-X Z'0V J NOD Z NVl A dI3 t,ICZ =pr L YM 'g z .74 �E g 6 LJ z -7, < O (D C� E L t 00+9 ViS 3NI I HDIVA awry 0+2 aViSNII HOI IN LL� o o o ro ia 1E II 001P VIS 3NII HO1VV4 0+V 15:Nil i 101V + LL£L#10(1 Z61£Z-X Z.1,JVNINOO-Z BV-JA dlO t lOZ I � HT w6 o a x M.Lu O zU a 3 " aW < I TCH LINE STA-12+Od iN aa- PiIA i HO W O+ZL Vl N N �S3 l l a: w a e a.o sT vur a 61s �scso�n ..._ ;4„ wg P W � +....... nob as io e s ON-1 o cixa � anu etro six3 3 s-vIs zeds's -- r( s � � r r I I � 1 i r r� r � I 0 00+8 V1S 3NIl HOlHW )0+9- �NI'I HOl W .-. .. __ v � n LLU#JOG Z61,'Z-X Z,]:)Vd,[,NOD Z 1JV3A dI,')V I OZ r4 (3 -Ig 0 M Z' 7- -z < > 16 z c > z Z 11 Z mew Z A O < ti Ur-' 7-U ww t 0+9, 91� VIS MATCH LINE STA.16,00 3 11 H IV --————————- ——---- --——————— - - -- I I I }ox -o z� � � ti 's At + ,fo MI it t 7. 01 LLUP'100 Z61£Z-\ Z L.WULNOD Z NVIA JI 3 PI OZ C 77 cc zz C4 — �> < 'IQ c (-� z in P c z.< -SH, 0 0 �-a.1:4 F- < -j >. ' s C S c, u S 7:u < < MATCH LINE STA.20,00 3N HO VW of 00+91'HIS 3NII HOIV 00,9 BLs 1V io 17 UU 9104 Z61U-X Z lo"iNoo-z UvaA dio tt()Z O @ z z c :D C) 7-'o 0 U c ul < 0 > z C)0 Z C t:B ozz 0 < 0 2- CD < U z z < C4 p! �2 5g i N< 5zw to r M + 1011, rvl 00+OZ-VIS 3NII HDIVA