Loading...
HomeMy WebLinkAboutContract 48099 CI11(SECRETAR V D.O.E. FILE CITY SECRETAW CONTRACTOR'S BONDING CO. CONTRACT NO.:_4 CON PRUCTION'S COPY FORT WORTH CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF WESTCLIFF DRAINAGE IMPROVEMENTS PHASE 2A - SURREYSTREET AND WATER IMPROVEMENTS—SUFFOLK DRIVE TO CHEROKEE TRAIL City Project No. 01669 Betsy Price David Cooke Mayor City Manager John Robert Carman Water Director Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation & Public Works Department Stormwater Management 'WW March 2016 ' JA 0 WADETRim 105C North Oak Street,Roanoke,TX 76262 - TX Firm Registration No.F-8794 RECEIVO AW 18 2016 OF RECORD ARM CITY `IECRETARY FT. WORTH,TX FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Sfflall Rusiness Entefpfise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements of 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals Of 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey(Modified) 01 7423 Cleaning 01 7719 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORT" Westclijj"Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been added or modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 01—General Requirements 01 71 23 Construction Staking and Survey Division 03—Concrete(for Pre-Cast Junction Boxes) TXDOT Item 421 Hydraulic Cement Concrete TXDOT Junction Boxes,Manholes,and Inlets Fabrication Plants Material Producer List Division 33—Utilities(for Pre-Cast Junction Boxes) TXDOT Item 465 Junction Boxes,Manholes,and Inlets Division 34-Transportation 34 71 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: https:HRro oectpoint.buzzsaw.com/client/fortwortheov/Infrastructure°/`20Proiects/01669%2 0-%20Westcliff%2ODrainaae%20Improvements/Bid%2OPacka2e Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) 03 34 16 Concrete Base Material for Trench Repair Division 26-Electrical NONE Division 31-Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 25 00 Erosion and Sediment Control Division 32-Exterior Improvements CITY OF FORT WORTH WestcliJf Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 3292 13 Hydro-Mulching, Seeding,and Sodding Division 33-Utilities 33 01 31 Closed Circuit Television(CCTV) Inspection 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 0526 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 11 05 Bolts,Nuts, and Gaskets 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 12 10 Water Services l-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 46 00 Subdrainage 3349 10 Cast-in-Place Manholes and Junction Boxes Appendix GC-4.01 Availability of Lands NONE—All in Public R.O.W. GC-4.02 Subsurface and Physical Conditions Geotechnical Study—PSI Report No. 03421009 City of Fort Worth Soil Lab Test Reports GC-4.04 Underground Facilities SUE Plans(Level B) GC-4.06 Hazardous Environmental Condition at Site NONE GC-6.06.D Minority and Women Owned Business Enterprise Compliance Special Instructions Subcontractor/Supplier Utilization Form Good Faith Effort Form Joint Venture Eligibility Form Prime Contractor Waiver Form GC-6.07 Wage Rates CITY OF FORT WORTH WestclifJ'Drainage Improvements.Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised February 2,2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) GC-6.09 Permits and Utilities Street Use Permit Application for Construction GC-6.24 Nondiscrimination NONE GR-01 60 00 Product Requirements City of Fort Worth Water Department's Standard Product List City-Wide Standard Products List END OF SECTION CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 7 February 2,2016 \: __/ M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA F°- H DATE: 8/2/2016 REFERENCE C-27847 LOG NAME: 20SW WESTCLIFF NO.: DRAINAGE—CONSTRUCTION CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize'Execution of Construction Contract with Woody Contractors, Inc., in the Amount of$965,889.00 for Westcliff Drainage Improvements PH 2A Surrey Street, Provide for Construction Services and Contingencies for a Total Construction Phase Cost of$1,141,889.00 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of$126,760.00 from available funds;and 2. Authorize execution of construction contract with Woody Contractors, Inc., in the amount of $965,889.00 for Westcliff Drainage Improvements PH 2A Surrey Street. DISCUSSION: The purpose of this Mayor and Council Communications (M&C) is to authorize the execution of a construction contract with Woody Contractors, Inc., in the amount of$965,889.00, for the Westcliff Drainage Improvements PH 2A Surrey Street and provide for construction services and contingencies for a total construction phase cost of$1,141,889.00. This project is the interim phase of an overall drainage improvement project that should ultimately alleviate home flooding in the Westcliff South Drainage Basin. This project also includes the replacement of a deteriorated water main in portions of Surrey Street. This project was advertised for bid in the Fort Worth Star-Telegram on March 31, 2016 and April 7, 2016. On May 5, 2016,the following bids were received: Bidders Bid Amount Woody Contractors, Inc. $ 965,889.00 Jackson Construction, Ltd. $ 991,111.00 Fort Worth Civil Constructors, $1,249,123.00 LLC ARK Contracting Services, LLC 1$1,251,135.001 It is recommended that a contract be awarded in the amount of$965,889.00 to Woody Contractors, Inc. Costs for the implementation of this project will be funded by the Stormwater Capital Projects, Stormwater Capital Projects Bond Fund and the Water Capital Projects Fund. The recommended contract award amount includes a pre-estabiished stormwater field order alAvance of$60,000.00. Other budget items beyond the construction contract amount include $120,000.00 (Stormwater: $105,000.00; Water: $15,000.00) for survey, material testing, and inspection, and $56,000.00 (Stormwater: $50,000.00; Water: $6,000.00) for contingencies. The total construction budget for this phase is $1,141,889.00. Construction is anticipated to commence in Fall 2016, with a contract time of 240 calendar days, estimated to be complete by the end of April 2017. Upon completion of this project, it is anticipated that there will be no impact on the Transportation and M&C Review Public Works Department's annual operating budget or to the Water Department's operating budget. M/WBE OFFICE —Woody Contractors, Inc., is in compliance with the City's BDE Ordinance by committing to four percent MBE participation and documenting good faith effort. Woody Contractors, Inc., identified several subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is 10 percent. This project is located in COUNCIL DISTRICT 9, Mapsco 397 C2. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Fiscal Year 2016 Stormwater Capital Improvement Plan and current capital budget, as appropriated, of the Stormwater Capital Projects Fund (52002), Stormwater Capital Projects— Bonds Fund (59651), the Stormwater Capital Projects Legacy Fund (59652), Stormwater Capital Projects 2007 Fund (59653), and the Water Capital Projects Fund (59601).The Fiscal Year 2016 water and sewer operating budget includes appropriations of$26,068,353 for the purpose of providing Pay-As-You-Go funding for water capital projects. After this transfer for fiscal year 2016, the balance will be $6,443,777.00. Funding for this project is as depicted below: Fund Current Additional Total Appropriations Appropriations Water Capital Projects $0.00 $126,760.00 $126,760.00 Fund 59601 Stormwater Capital $900,000.00 $0.00 $900,000.00 Projects 52002 Stormwater Cap $3,788,009.00 $0.00 $3,788,009.00 Projects Bonds 59651 Stormwater Capital $32,500.00 $0.00 $32,500.00 Projects Legacy 59652 Stormwater Cap $586.00 $0.00 $586.00 Projects 2007 59653 Total $4,721,095.00 IF $126,760.00 $4,847,855.00 * Some amounts rounded for presentation purposes TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 1 59601 0600430 4956001 C01669 C017ZZ 2016 $126,760.00 59601 0600430 5310350 C01669 C01752 2016 $1,000.00 59601 0600430 5740010 C01669 C01783 2016 $111,760.00 59601 0600430 5310350 C01669 C01784 2016 $1,000.00 59601 0600430 5330500 C01669L C01784 2016 $6,000.00 59601 0600430 5310350 C016691 C01785 2016 $7,000.00 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) 596511 0200431 5740010 C01669 CO2880 $860,129.0 M&C Review 1596011 0600430 15740010 1 C01669 I 1 001783 1 1 $105,760.01 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Debbie Willhelm (2481) ATTACHMENTS 01669 Form 1295.pdf 01669 Map.pdf 20SW WESTCLIFF DRAINAGE CONSTRUCTION water AO16R.docx r CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 To the Plans, Specifications and Contract Documents WESTCLIFF DRAINAGE IMPROVEMENTS PHASE 2A—SURREY STREET CITY PROJECT NO.: 01669 Bid Date: April 28, 2016 Addendum No. 1 Issued: April 22, 2016 The Plans, Specifications and Contract Documents for the above mentioned project are hereby revised or amended as follows: CONSTRUCTION PLANS: 1. SHEET 8— Remove Special Junction Box Sta. 0+00 from contract and label as"Future Junction Box". 2. SHEET 10— Remove Special Junction Box Sta. 0+00 from contract and Install 7'X5' RCB plug. CONTRACT DOCUMENTS: 1. SECTION 00 42 43 PROPOSAL FORM—Added bid item for Temporary Water Services, Site Clearing, revised quantity for 1"Water Service, Meter Reconnection, and removed bid item for Special Storm Junction Box STA 0+00. A revised Excel spreadsheet of the proposal form will be uploaded to Buzzsaw. CLARIFICATIONS/ANSWERS TO QUESTIONS PRESENTED AT PRE-BID MEETING 1. Those in attendance at the pre-bid meeting were encouraged to register as plan holders in Buzzsaw to ensure their firms are kept up to date of any new information pertaining to this project such as addendums. 2. The contract time will remain as 240 Calendar Days. 3. Sheet 10—The City requires a storm drain junction structure at all street intersections where storm connections are made from a side street. Therefore, the Special Storm Junction Box at Sta. 1+82.25 will remain in the contract. This junction box may either be Cast-In-Place or Precast per the applicable specifications and details in the plans. 4. Sheet 14— If precast junction structure is used at Sta. 1+82.25, CLSM shall be placed per the limits shown in the detail. CLSM will not be required for a cast-in-place junction structure. 5. Some tree trimming/pruning may be required in the ROW. Payment for this work shall be considered subsidiary to Site Clearing bid item. City must be notified one week in advance of required trimming. 6. Post CCTV will not be required for the newly placed storm drain. 7. MBE Compliance to Bid Specifications— See Special Instructions For Offerors in the contract documents. Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: a) Meet or exceed the 10% MBE goal through MBE subcontracting/supplier participation, or; b) Meet or exceed the 10% MBE goal through MBE Joint Venture participation, or; Addendum No. 1 Page 1 of 2 April 22, 2016 c) Good Faith Effort documentation, or, d) Prime Waiver documentation. This Addendum, forms part of the Contract Documents for the above referenced project and modifies the original Plans, Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum by completing the requested information at the following locations: 1. In the space provided on the signature page of Section 00 41 00 BID FORM. 2. Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 1" 3. Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMENT Douglas W. Wiersig, PE DIRECTOR TRANSPORTATION & PUBLIC WORKS DEPT t)B B t g ft .� Debbie J. Willhe , P.E. II Project Manager Company: 1 A10 s1{4 Addendum No. 1 Page 2 of 2 April 22, 2016 00 42 43 BID PROPOSAL Pq,e I of 2 ADDENDUM*I SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Specificatior. Unit of Bid Description Unit Price Bid Value Item No. Section No, Measure Quantity SECTION A:WATER IMPROVEMENTS 1 3311.0461 12"PVC Water Pipe 3311 12 LF 292 2 3311.0261 8"PVC Water Pipe 3311 12 LF 45 3 3311.0161 6"PVC Water Pipe 33 11 12 LF 17 4 3312.3005 12"Gate Valve 33 12 20 EA 3 5 3312.3003 8"Gate Valve 33 12 20 EA 1 6 3312.3002 6"Gate Valve 33 12 20 EA 1 7 3312.2003 1"Water Service 33 12 10 EA 3 8 3312.2001 1"Water Service,Meter Reconnection 33 12 10 EA 3 9 3312.0001 Fire Hydrant 331240 EA 1 10 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 4 11 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 1 12 3304.0101 Temporary Water Service 33 04 30 LS 1 13 0241.0100 Remove Sidewalk 0241 13 SF 2 14 0241.1014 Remove 10"Water Line 0241 14 LF 43 15 0241.1302 Remove 6"Water Valve 0241 14 EA 3 16 0241.1304 Remove 10"Water Valve 0241 14 EA 1 17 0241.1305 Remove 12"Water Valve 0241 14 EA 1 18 0241.1510 Salvage Fire Hydrant 0241 14 EA 1 19 0241.1602 Remove Concrete Water Vault 0241 14 EA 1 20 3201.0151 Asphalt Pvmt Repair,Water Service 3201 17 LF 19 21 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 260 22 3201.0614 Conc Pvmt Repair,Residential 3201 29 SY 240 23 3201.0111 4'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 23 24 Temporary Asphalt Curb Repair 3201 18 LF 10 25 Temporary Asphalt Sidewalk Repair 3201 18 SY 2 26 3292.0101 Utility Service Surface Restoration Sodding 32 92 13 SY 3 27 3305.0109 Trench Safety 33 05 10 LF 360 28 0171.0001 Construction Staking 01 71 23 LS 1 29 0171.0002 Construction Survey 01 71 23 LS 1 Subtotal Water Improvements SECTION B: DRAINAGE IMPROVEMENTS 1 0241.1400 Remove Conc Valley Gutter 0241 15 SY 23 2 0241.3104 24"Storm Abandonment Plug 0241 14 EA 2 3 0241.3106 30"Storm Abandonment Plug 0241 14 EA 1 4 0241.3112 48"Storm Abandonment Plug 0241 14 EA 1 5 5x4 Box Culvert Abandonment Plug 0241 14 EA 1 6 7x5 Box Culvert Abandonment Plug 0241 14 EA 1 7 3110.0101 Site Clearing 31 1000 LS 1 8 3201.0116 9'Wide Asphalt Pvmt Repair,Residential 3201 17 LF 8 9 3201.0127 10'Wide Asphalt Pvmt Repair,Arterial 3201 17 LF 5 10 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, 3301 17 SY 2 11 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 1453 12 Temporary Asphalt Curb Repair 3201 18 LF 15 13 3201.0614 Conc Pvmt Repair, Residential 3201 29 SY 210 14 3216.0301 9"Conc Valley Gutter,Residential 32 16 13 SY 23 15 3292.0101 Utility Service Surface Restoration Sodding 3292 13 SY 6 16 3305.0109 Trench Safety 33 05 10 LF 1500 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Copy 01`00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook As 00 42 43 BID PROPOSAL Page 2 of 2 ADDENDUM 91 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Description tion Specification Unit of Bid item No Section No Measure Quantity Un1t Pace Bid Value 17 3341.0205 24"RCP, Class III 3341 10 LF 35 18 3341.0302 30"RCP,Class III 3341 10 LF 23 19 3341.0409 48"RCP,Class III 3341 10 LF 20 20 3341.1202 5x4 Box Culvert 3341 10 LF 1238 21 3341.1403 7x5 Box Culvert 3341 10 LF 168 22 3349.0104 4'Stacked Manhole 3349 10 EA 3 23 3471.0001 Traffic Control 3471 13 MO 8 24 3471.0002 Portable Message Sign 3471 13 WK 8 25 3471.XXXX Traffic Management Plan 3471 13 LS 1 26 9999.0002 Special Storm Junction Box STA 1+82.25 3349 10 EA 1 27 0171.0001 Construction Staking 01 71 23 LS 1 28 0171.0002 Construction Survey 01 71 23 LS 1 29 9999 0097 Field Order Allowance(Storm) EA 60000 $1.00 $60,000.00 Subtotal Draianage Improvements 'Iota!Bid CI I Y OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOC IRNIFNI S Fonn Re,ised 30120120 Copy af00 41 00 00 43 13_00 42 43_00 43 37 00 45 1200 35 1± Bid Proposal Workbook_Xk ` it 9w 0 11 El 11 it gig 5; jit rl 7j I ilk If 2 ell Mai` 69910 da 11 MUSAMMIS Z 9SVI]d-SINgINgA011clINI 3DVNIVII0..4JIT')IS3,IA 15 LU a 12 po P.ag.Li Ij > 0 CL. < H CL C4 OW Lo 0 Z.4 8:2 Z Z Zm Z n V, il is t roc< Ail- Zoe b MATCH U111 S I A M IM j. P ......................... C, Od-uw !ij i J ra o�wiis.-iaq (Z[LLaM ix'ON'1sNU (Z'C"ooto ON�u Li j il �11 Nmi souns wo."i,lo" r.l $,`o w, Ni oz,, X,) UEEs 4 (..Gtz cc ON .e 1 AALS.uWIIS and vm Ism) plu"Ma ON"I R,t l4i ma tx�ftv ZL J in -I.11t 21!1,11 iltq: w l RJ �Q.�i�:S�e3 I� � � ...} , s2 ._ � I~I I�{M, ,� itµ G.,• !,s .}..:: !w + �.I i j i t tl+`+ �'I,CI 1 ; 11 �.I:I E iV a L4 "R t dit. 'N DT DT �I 4 I AIN I x - CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 To the Plans, Specifications and Contract Documents WESTCLIFF DRAINAGE IMPROVEMENTS PHASE 2A—SURREY STREET CITY PROJECT NO.. 01669 Bid Date: May 5, 2016 Addendum No. 1 Issued: April 22, 2016 Addendum No. 2 Issued: April 26, 2016 The Plans, Specifications and Contract Documents for the above mentioned project are hereby revised or amended as follows: CONTRACT DOCUMENTS: 1. SECTION 00 11 13 INVITATION TO BIDDERS— Bid Opening Date is moved to May 5`1' 2016. Time of day and location remain the same. This Addendum,forms part of the Contract Documents for the above referenced project and modifies the original Plans, Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum by completing the requested information at the following locations: 1. In the space provided on the signature page of Section 00 41 00 BID FORM. 2. Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 2" 3. Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMENT: Douglas W. Wiersig, PE DIRECTOR TRANSPORTATION & PUBLIC WORKS DEPT By: By: Debbie . Willhefm, P.E. / Project Manager Company: (, I r ra Ck rL) Addendum No. 2 Page 1 of 1 April 26, 2016 X) // o / nvvnx/]ON roBIDDERS m�/ of-I aU0WwnUw|�42 | SECTION 00A1l3 z INVITATION ]0 BIDDERS 4 RECEIPT OF BIDS 5 Sealed bids for the construction o[//�x��i� l���mx|. &9xm,//,,/xx /Y/'^/ �.� 6 u/u/ U�/ur/vyx''eoma^ ����x0 I»i/v m�Yer"Xy' 7nx1 (7� /� �o V/�dv wi| be 7 received hy the City of Fort Worth purchasing O[fimr: 8 9 City uf Fort Worth 10 PushusinaDivioion || |0OOl'hrookmouooStreet 12 Fort Worth,Texas 76|02 13 und| |�]0PAt T,Th,u�da� KJuy� 20|k and bids will he opened publicly and read aloud m 14 ')�ix` P%J in the Council Chambers, D 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist o[the(approximato)following: |8 19 292 l/r— /2^ Water Pipe 20 45 iF—X~ Aa/m'Pipe 21 17 Lf'-0"AGxrPipe 22 3 EJ — /2" Gate /iil,x 23 / EA -8"Gale I'al,e 24 i fi1 0" Galt, Val),,, 25 / EA —Fire f8drmo 26 27 28 20 lf,-4S^8(.P,Y/ nnKpe 29 231,f'-30''R(/` ,;IonnPiPe 30 35/,ir-24^8(}/Sionv/ Pipe ]| 183 11�- 7'x-;'R('g 32 /23#l^r-5'x4'//(J.)' 33 2E4 —Speeia/Coo'rote./mxut/// 8ox 34 3 E4-4` '��I^chmfMonh',/cRi�/r 35 36 PR8Q0ALlFKC/kTlON 37 The improvements included in this project niux| be performed by n contractor who is pro' 38 qualified by the City at the time of bid opening. The fYOCC&Ires for qUalification ind pre- ,,9 quu|ifico\imn Are ou1|incdin the Section 002l 1 3 —|y4STRUCT<ONSTOBIDDERS, 40 41 DOCOM ENT EXAMINATION AND PROCUREMENTS 42 The Bidding and Contract Documents inay be examined or obtained on-line by visiting the City 433 n[Fort Worth's Purchasing Division v/ehsitro|bOr�Zil���'��1��[Al��� and 44 clicking on the Buzzsaw link- to the advertised project folders on the City's Buzzsa%A'site.The 4_5 Cmv,outDnruxicn(omuyhrdvnn|nudod. vicwcd. andp,in/cdbyin/eoecduootruoto,sund/or *o suppliers. The contractor io required to fill out and notarize the Car,ifioxtco/Interested 47 Parties Form t295 and the form must bc submitted to the Project Manager before tile 48 contract will bo presented,o the City Council.The form can be obtained at 49 cnror FOR rwoxrx STANDARD cowsrxucr ION SPECIFICATION mm/wuvrx 0011 13-2 INVITATION 10BIDDER~ Paec 2 of,' AD17F,ND6M 42 I 2 Copies of the Bidding and Contract Documents may, be purchased from tt-t,IC /t _ . h"" 1 t,(' 3 A;-±ih Q ,1,4 �/%'i'e.'f t�< <<1i�J,��,:?, IA" _'l-'202 g Z1 5 The cost of Bidding and Contract Documents is: 6 Set of Bidding and Contract DOCllmeotS with full size drawings: )l, t' 7 Set of Bidding and Contract DOCUments with half size(if available) drawings: 8 9 I o PREBH)CONFERENCE I i A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 12 BIDDERS at the following location,date,and time: 13 DATE: ,t t w 011,, .i ril :';` 2"),t"( 14 TIME: 15 PLACE: 9011 :;-oar '!!V�1, evil.' 17 LOCATION: 18 19 20 CITY'S RIGHT TO ACCEPT OR REJECT SIDS 21 City reserves the right to waive irregularities and to accept or reject bids. 2 23 INQUIRIES 24 All inquiries relative to this procurement Should be addressed to the following: 25 Attn: I)chbic, dd'i!t';;e�r',>�;, ,t'. ', City of Fort Worth 26 Ema11: 1.)te it.l1� 27 Phone: rN/-; 28 AND/OR 29 Attn: �,I Nick 30 Finai1: cr`.;?� r, Ite'=zr a,r�r`�^tr ,r.,�.?rr /..r;.'>, i.i c;J ;a;nj 31 Phone l4i� ) '' �1n _- 'ji7r _'�'�`r:;"� '2 33 ADVERTISEMENT DATES 34 Ilea.ch ;1, _7(q/j 35 1tw . 2010 36 37 END OF SECTION CITY OF FORT WORTH r tisr<'t S VAN DARDCONSTRUCTION SPECIFICATION DOOrN1ENTS %?,,!;Y' Revised December 23.2015 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 To the Plans, Specifications and Contract Documents WESTCLIFF DRAINAGE IMPROVEMENTS PHASE 2A—SURREY STREET CITY PROJECT NO.: 01669 Bid Date: May 5, 2016 Addendum No. 1 Issued: April 22, 2016 Addendum No.2 Issued: April 26,2016 Addendum No. 3 Issued: April 29, 2016 The Plans, Specifications and Contract Documents for the above mentioned project are hereby revised or amended as follows: CONSTRUCTION PLANS: 1. SHEET 06— Revised sheet title and notes. Removed Recommended Sequence of Construction. 2. SHEET 14— Removed Precast Junction Structure Embedment Detail. Revised RCB & RCP Temporary Asphalt Trench Repair Details. 3. SHEET 15— Revised RCB & RCP Permanent Trench Repair Details. CONTRACT DOCUMENTS: 1. SECTION 37 14 13 TRAFFIC CONTROL—Revised specification to allow the Contractor greater flexibility in preparing Traffic Management Plan. CLARIFICATION: 1. Embedment and backfill for junction structures shall be per Section 33 05 10 and D403 for RCB. This Addendum,forms part of the Contract Documents for the above referenced project and modifies the original Plans, Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum by completing the requested information at the following locations: 1. In the space provided on the signature page of Section 00 41 00 BID FORM. 2. Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 3" 3. Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered"NONRESPONSIVE," resulting in disqualification. RECIEPT ACKNOWLEDGEMENT: Douglas W. Wiersig, PE DIRECTOR TRANSPORTATION & PUBLIC WORKS DEPT By: By: 21a n Debbie J. Willh m, P.E. Project Manager Company. 1z Za 4 Addendum No. 3 Page 1 of 1 April 29, 2016 b�me� 133NIS A32I nS VZ 3SVHd SIM3W9AO-ddWI99VNIVN4 ddPiJlS3M € = W ;nz0 F $ R z =c uj °m ZQ z=, z W aSg z v. 3 0 z o� mp wp �.n 2s <0 3 -y —'T' 3MYYY a �I ——-- spa Nwrts Imo�YOYis .._.. _. __..r... _. ... _-t..— .. .--- .._ .- t.. 7- -i I T- I-- -I- -.I.. -� -�..... T- T-. I r... r....7_.....r. T" I I l I I I i I 4 I I I I I I I I I t I -'---- ... .i ... . — \ i .. -- r T._--J—T--J——T' _T—7-_--._T T T_—1\ r.._L_�._ � ' � � �•' � �` - < - -----—-- /� '� �\ . - till .-._---.- i l• b WOtl 111110YY7 ___ _ <x :� of � J� sib ..^, .._ sYr � =^�oix� Wxoc Mr srasor i `4 Y Mg am / �• Y , 69910JO 13ANISA3WIS VZ3SVHd'Sl N3W3AO7IdWI39VNIVd(IAAI-IJ,4S3A1 > 3 0 ¢v eE 3 27 8a w w 3=h i � N D �iX w o U A� � °fig ��m •g e � _�T� llur�v9 lYLLINI )fo iV� �0 ;� - Wsm �AFC - _ ii Ui �• ii it \ \ u� ' N n O iW� X28 IN A .ocv 69910K) 133b1S UHWIS VZ3SVHd SIN3W3AOWdW139VNIVNa.4411J1S3M ° 9 F 3>_ 3 W = e o < a age Is s � � �'C ° •r ale i.. �3 �� ;e = rn � e 3 N - �. 7i m 6 -N' W� N e v N NW o�iF 14— >a t 0 ° ;x Sig itl Ybl _°zn a of W L=>——i U s � W� 8 ,ocv 69910 d3 13JAIS AITWIS VZ]SVHd-S1N3W3AOHd1N1 99VNIV-dCl IMIDIS3M p z < > 0 JMZ 0 zo 0�- z > �z o u z Xg 986a 7il— o.I 1p It jt 2 5 If A.8 bi 3. g�: dz L 4 SEE 10 ;5'o "o ow LD n z -2% t 5 2 L Q.B 11 -:J6 3471 13-1 TRAFFIC CONTROL Page I of 7 ADDENDUM#3 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices,Portable Message Signs and preparation of 7 a Traffic Management Plan. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Presented herein are changes to the standard specification. The Contractor 10 shall submit a Traffic Management Plan(TMP)for City acceptance and 11 implement traffic control per the TMP. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Installation of Traffic Control Devices 18 a. Measurement 19 1) Measurement for Traffic Control Devices shall be per month for the Project 20 duration. 21 a) A month is defined as 30 calendar days. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"shall be paid for at the 25 unit price bid for"Traffic Control". 26 c. The price bid shall include: 27 1) Traffic Control implementation 28 2) Installation 29 3) Maintenance 30 4) Adjustments 31 5) Replacements 32 6) Removal 33 7) Police assistance during peak hours 34 2. Portable Message Signs 35 a. Measurement 36 1) Measurement for this Item shall be per week for the duration of use. 37 b. Payment 38 1) The work performed and materials furnished in accordance to this Item and 39 measured as provided under"Measurement"shall be paid for at the unit 40 price bid per week for"Portable Message Sign"rental. 41 c. The price bid shall include: 42 1) Delivery of Portable Message Sign to Site CITY OF FORT WORTH Westcliff Drainage Improvements Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUM[N I S City Project No.01669 Revised November 22,2013 3471 13-2 TRAFFIC CONTROL Page 2 of 7 ADDENDUM#3 1 2) Message updating 2 3) Sign movement throughout construction 3 4) Return of the Portable Message Sign post-construction 4 3. Preparation of Traffic Management Plan Ventre' Petaits 5 a. Measurement 6 1) Measurement for this Item shall be per eueh Tra fie Geatr-el Detail pfepar-ed 7 Lump Sum. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the unit price bid per eaeh"Tfa fie Centre Detail" 11 pr-epafe Lump Sum. 12 c. The price bid shall include: 13 1) Preparing the Traffic Management Plan Gefitr-al Details for closures of 24 14 hours or longer 15 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 16 (TMUTCD) 17 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 18 4) Incorporation of City comments. 19 5) Application and cost for street Use Permit. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this Specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end of this 24 Specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 27 Transportation, Standard Specifications for Construction and Maintenance of 28 Highways, Streets, and Bridges. 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Coordination 31 1. Contact Traffic Services Division(817-392-7738) a minimum of 48 hours prior to 32 implementing Traffic Control within 500 feet of a traffic signal. 33 B. Sequencing 34 1. Traffic Management Plan must be first approved by the City and design Engineer 35 before implementation. Provide 30 days for City review and comment on the 36 TMP. The City retains the right to require revision and re-submittal of the 37 TMP within a reasonable amount of time. 38 C. Traffic Management Plan 39 Prepare and submit a TMP that includes the following items: 40 1. Traffic Control Plan (TCP)with plans/drawings as referenced by Part 3.3.A.2 41 2. The traveling public shall be notified by placing changeable message signs a 42 minimum of seven (7)days in advance of actual roadway closure or major 43 traffic modifications on Suffolk Drive, and in advance of lane closure on W 44 Seminary Drive. CITY OF FORT WORTH Westcir%tDrainage Improvements Phase 2A—Surre;�,Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised November 22,2013 3471 13-3 TRAFFIC CONTROL Page 3 of 7 ADDENDUM#3 1 3. Procedures to modify plans as needed to alleviate unreasonable construction- 2 related backups on Suffolk Drive that can be implemented within 48 hours 3 upon notification from the City. 4 1.5 SUBMITTALS 5 A. Provide the City with a current list of qualified flaggers before beginning flagging 6 activities. Use only flaggers on the qualified list. 7 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 8 Engineering Division, 311 W. 10°'Street. The T-fa f e!`,,.,trot Plan (W-P) f r the 9 PfE�eet shall be as Eletailed an the:Fr-affie Gentfol Plan Detail sheets ef the Pfawi 10 A copy of the approved TMP with detailed TCP plan sheets*' ° Tr^f r rA.Ar-e 11 Xan shall be submitted with the Street Use Permit. 12 G. T-faffie Control Plans shall be signed and sealed by a heensed Texas Pr-afessiona4 13 14 D. Contractor shall prepare Traffic Management Fuel-Plan with TCP plan sheets4f 15 ed by the Prawit b° of c^°^ifieat^^° The Contractor will be responsible for 16 having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan 17 sheets. 18 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 19 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 20 changes to the Traffic Control Plan Sheets if required after the City has approved 21 the TMP.developed by the Design Efili 22 G. Design Engineer will furnish standard details for Traffic Control. 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 24 A. Each traffic control plan shall be submitted to the City for review and approval a 25 minimum of fourteen (14) Calendar Days prior to implementation. The traffic 26 control plan shall include details for all detours,traffic control devices, striping,and 27 signage applicable to each phase of construction. Information included in the traffic 28 control plans shall be of sufficient detail to allow verification of design criteria and 29 safety requirements,which may include typical sections, alignment, striping layout, 30 drop-off conditions,site clearance, and temporary drainage. 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE 34 A. If at any time,the City determines the traffic control operations do not meet the 35 intent of the TMP or any specific traffic control plan,Contractor shall 36 immediately revise or discontinue such operations to correct the deficient 37 conditions within 48 hours. CITY OF FORT WORTH Westclill Drainage Improvements Phase 2: Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cits'Project No.0 166 Revised November 22,2013 3471 13-4 TRAFFIC CONTROL Page 4 of 7 ADDENDUM#3 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART2- PRODUCTS 5 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 6 2.2 ASSEMBLIES AND MATERIALS 7 A. Description 8 1. Regulatory Requirements 9 a. Provide Traffic Control Devices that confonn to details shown on the 10 Drawings, the TMUTCD,and TxDOT's Compliant Work Zone Traffic Control 11 Device List(CWZTCDL). 12 2. Materials 13 a. Traffic Control Devices must meet all reflectivity requirements included in the 14 TMUTCD and TxDOT Specifications Item 502 at all times during 15 construction. 16 b. Electronic message boards shall be provided in accordance with the TMUTCD. 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL (NOT USED] 19 PART 3- EXECUTION 20 3.1 EXAMINATION [NOT USED] 21 3.2 PREPARATION 22 A. Protection of In-Place Conditions 23 1. Protect existing traffic signal equipment. 24 3.3 INSTALLATION 25 A. Traffic Management Plan 26 1. Develop and implement the project's TMP in accordance with and using the 27 standards in the TMUTCD including detailed traffic control plans which 28 provide for all construction stages,detours,lane closures,and phasing, as well 29 as all required switching procedures. 30 2. Produce a traffic control plan for each and every phase of Work that impacts 31 traffic and coordinate with City on the development of the plan. Obtain all 32 required permits from the City to implement plans. Traffic control plans shall 33 be designed,stamped, signed, and dated by a licensed Professional Engineer in 34 the State of Texas. All traffic control plans are subject to review by the City. 35 Detailed design sheets shall not have a scale greater than I"=40'. 36 CITY OF FORT WORTH Wesiclitl Drainage Improvements Phase 2A—Surrev Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cin•Project No.01669 Revised November 22,2013 347113-5 TRAFFIC CONTROL Page 5 of 7 ADDENDUM#3 1 B. Design Parameters for Traffic Control Plans 2 1. Lane Widths: During construction, minimum lane width shall be 11 feet. 3 Upon review of the traffic control plans, the City may,in its sole discretion, 4 temporarily allow 10 foot lanes for short distances. 5 2. Number of Lanes: The minimum number of lanes to be maintained and open 6 to traffic during construction is as follows: 7 a. Suffolk Drive: If temporary road closure is not implemented during 8 construction on Suffolk Drive, minimum of two lanes (one in each 9 direction) must be open to traffic at all times. One Lane Two-Way traffic 10 will not be allowed. 11 b. W. Seminary Drive: One lane westbound and two lanes eastbound must 12 be open to traffic during construction. After hours,all lanes must be open 13 to traffic. 14 3. Temporary Road Closures: 15 a. Suffolk Drive: Temporary road closure is allowed under the condition 16 that all businesses and residents on Suffolk have access to their properties. 17 See 3.3.13.7. 18 b. Cherokee Trail and Surrey Street: Within the limits shown in the 19 sequencing plans,streets may be closed to through traffic only. 20 c. W. Seminary Drive—Temporary Road Closure not allowed. 21 4. Lane Closure Notice: With the exception of lane closures of less than 24-hour 22 duration, issue a Lane Closure Notice(LCN) to the City fourteen (14) Days 23 prior to the publication of any notices or placement of TCP devices associated 24 with lane closures and detour routing. The LCN shall contain the estimated 25 date, time,duration, and location of the proposed Work requiring the lane 26 closure. 27 5. Temporary Road Closure Notice: If temporary road closure is 10 days or less, 28 Issue a Temporary Road Closure Notice(TRCN) to the City fourteen (14) 29 Days prior to the publication of any notices or placement of TCP devices 30 associated with the closure and detour routing. Street closures in excess of 10 31 days require City Council Approval. Provide 45 day notice for City Council 32 review and approval prior to implementation. TRCN shall contain the 33 estimated dates, time,duration, and location of the proposed Work requiring 34 the street closure. 35 C. Remove existing pavement markings that conflict with temporary or permanent 36 pavement markings. These pavement markings shall be removed by any method 37 that does not materially damage the surface or texture of the pavement. Pavement 38 marking removal by over-painting is prohibited. 39 D. Install Traffic Control Devices straight and plumb. 40 E. Do not make changes to the location of any device or implement any other changes to 41 the Traffic Control Plan without the approval of the Engineer. 42 1. Minor adjustments to meet field constructability and visibility are allowed. 43 F. Maintain Traffic Control Devices by taking corrective action as soon as possible. 44 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 45 covering, or removing Devices. C ITY OF FORT WOR I IT Westcdi ft Drainage Improvements Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFIC\I'ION DOCUMENTS Cih Project No.01669 Revised November 22,2013 34 71 13-6 TRAFFIC CONTROL Page 6 of 7 ADDENDUM#3 1 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 2 and that retroreflective characteristics meet requirements during darkness and rain. 3 G. If the Inspector discovers that the Contractor has failed to comply with applicable federal 4 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 5 lights,signs,or other precautionary measures for the protection of persons or property),the 6 Inspector may order such additional precautionary measures be taken to protect persons 7 and property. 8 H. Subject to the approval of the Inspector,portions of this Project,which are not affected by 9 or in conflict with the proposed method of handling traffic or utility adjustments,can be 10 constructed during any phase. 11 1. Barricades and signs shall be placed in such a manner as to not interfere with the sight 12 distance of drivers entering the highway from driveways or side streets. 13 J. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 14 be erected and mounted on portable supports. 15 1. The support design is subject to the approval of the Engineer. 16 K. Lane closures shall be in accordance with the approved Traffic Control Plans. 17 L. If at any time the existing traffic signals become inoperable as a result of construction 18 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 19 approved by the Engineer,to be used for Traffic Control. 20 M. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 21 turn-ons,street light pole installation,or other construction will be done during peak traffic 22 times(AM: 7 am 9 am, PM: 4 pm-6 pm). 23 N. Flaggers 24 1. Provide a Contractor representative who has been certified as a flagging instructor 25 through courses offered by the Texas Engineering Extension Service, the American 26 Traffic Safety Services Association, the National Safety Council, or other approved 27 organizations. 28 a. Provide the certificate indicating course completion when requested. 29 b. This representative is responsible for training and assuring that all flaggers are 30 qualified to perform flagging duties. 31 2. A qualified flagger must be independently certified by 1 of the organizations listed 32 above or trained by the Contractor's certified flagging instructor. 33 3. Flaggers must be courteous and able to effectively communicate with the public. 34 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 35 and follow the flagging procedures set forth in the TMUTCD. 36 5. Provide and maintain flaggers at such points and for such periods of time as may be 37 required to provide for the safety and convenience of public travel and Contractor's 38 personnel, and as shown on the Drawings or as directed by the Engineer. 39 a. These flaggers shall be located at each end of the lane closure. 40 O. Removal 41 1. Upon completion of Work,remove from the Site all barricades, signs, cones, lights 42 and other Traffic Control Devices used for work-zone traffic handling in a timely 43 manner, unless otherwise shown on the Drawings. CITY OF FORT WORTH Westciill Drainage Improvements Phase'A Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUNIFN IS C'iti Project No.01669 Revised November 22,2013 3471 13-7 TRAFFIC CONTROL Page 7 of 7 ADDENDUM#3 1 3.4 REPAIR/RESTORATION [NOT USED] 2 3.5 RE-INSTALLATION [NOT USED] 3 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.7 SYSTEM STARTUP [NOT USED] 5 3.8 ADJUSTING [NOT USED] 6 3.9 CLEANING [NOT USED] 7 3.10 CLOSEOUT ACTIVITIES [NOT USED] 8 3.11 PROTECTION [NOT USED] 9 3.12 MAINTENANCE 10 A. If a device ceases to function as intended, repair or replace the device or portions 11 thereof as necessary. 12 B. The Contractor shall monitor, document, and report the current status of traffic 13 control operations for the Work to the City on a monthly basis. If the City finds 14 any violation or non-compliance,the Contractor shall make the appropriate 15 corrections in a timely manner. 16 3.13 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance,requirement for when a site specific TCP is required 19 CITY OF FORT WORTH Pfc,stciill Drainage bnprorements Phasc 2,a Stirrer'Street S"I ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cin'Prgject No.01669 Revised November 72,2013 001113-1 INVITATION TO BIDDERS Pagel of 2 ADDENDUM#2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of WestclifJ'Drainage Improvements, Phase 2A—Surrey Street, 6 and Water Improvements—Suffolk Drive to Cherokee Trail, City Project No. 01669 will be 7 received by the City of Fort Worth Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division I 1 1000 Throckmorton Street 12 Fort Worth,Texas 76102 13 until 1:30 P.M.CST,Thursday,May 5,2016,and bids will be opened publicly and read aloud at 14 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the(approximate)following: 18 Unit I— Water Line Improvements: 19 292 LF—12" Water Pipe 20 45 LF—8"Water Pipe 21 17 LF—6"Water Pipe 22 3 EA—12"Cate Valve 23 1 EA—8"Cate Valve 24 1 EA—6"Cate Valve 25 1 EA—Fire Hydrant 26 27 Unit H—Storm Drain Improvements: 28 20 LF—48"RCP Storm Pipe 29 23 LF—30"RCP Storm Pipe 30 35 LF—24"RCP Storm Pipe 31 183 LF— 7'x S'RCB 32 1238 LF—5'x 4'RCB 33 2 EA—Special Concrete!unction Box 34 3 EA—4'Stacked Manhole Riser 35 36 PREQUALIFICATION 37 The improvements included in this project must be performed by a contractor who is pre- 38 qualified by the City at the time of bid opening.The procedures for qualification and pre- 39 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 40 41 DOCUMENT EXAMINATION AND PROCUREMENTS 42 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 43 of Fort Worth's Purchasing Division website at b!W://www.fortworthp-ov.or"urchasinp-/and 44 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 45 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 46 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 47 Parties Form 1295 and the form must be submitted to the Project Manager before the 48 contract will be presented to the City Council.The form can be obtained at 49 httas://www.ethics.state.tx.us/tec/1295-Info.htm . CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 23,2015 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 ADDENDUM#2 1 2 Copies of the Bidding and Contract Documents may be purchased from Wade Trim, Inc., 105C 3 North Oak Street, Roanoke TX 76262,ph: 682.237.7718. 4 5 The cost of Bidding and Contract Documents is: 6 Set of Bidding and Contract Documents with full size drawings: $140 7 Set of Bidding and Contract Documents with half size(if available)drawings: $100 8 9 10 PREBID CONFERENCE 11 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 12 BIDDERS at the following location,date,and time: 13 DATE: Monday,April 18, 2016 14 TIME: 1:30 P.M. 15 PLACE: 900 Monroe Street, #301 16 Fort Worth, Texas 76102 17 LOCATION: Stormwater Management Conference Room 18 19 20 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 21 City reserves the right to waive irregularities and to accept or reject bids. 22 23 INQUIRIES 24 All inquiries relative to this procurement should be addressed to the following: 25 Attn: Debbie J. Willhelm, P.E.,City of Fort Worth 26 Email: Debbie.willhelm@fortworthtexas.gov 27 Phone: (817)392-2481 28 AND/OR 29 Attn: David Speicher or Nick DuBose, Wade Trim,Inc. 30 Email: dspeicher&wadetrim.com. ndubosena.wadetrim.com 31 Phone: (682)237-7718, ext.-22501 &22506 32 33 ADVERTISEMENT DATES 34 March 31, 2016 35 April 7, 2016 36 37 END OF SECTION CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Sunny Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 23,2015 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership,company,association,or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person,firm,partnership,company,association,or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 https:Hprojectpoint.buzzsaw.com/fortworthp-ov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 42 %20Contractor%2OPregualification%2OProp-ram/PREQUALIFICATION%20RE0 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?12ublic 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 hftps://proiepVoint.buzzsaw.com/fortworth2ov/Resources/02%20- 47 %20Construction%2ODocutnents/Contractor%2OPrequalification/TP W%2OPaving 48 %20Contractor%2OPrequalification%2OProp-ram/PREQUALIFICATION%20REO 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH Westcli,(jDrainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised August 21,2015 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 hUs://projecti2oint.buzzsaw.com/fortworthp-ov/Resources/02%20- 4 %20Construction%2ODocuments/Contractor%o 2OPregualification/Water%2Oand%2 5 OSanitaa%2OSewer%2OContractor%2OPrequalification%2OPro1?ram/WSS%20pre 6 qual%2Orequirements.doc? up blic 7 8 9 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 10 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11,BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s)for a project to submit such additional information as the City,in its sole 19 discretion may require,including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project,and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information,a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information,if requested,may be grounds 26 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification,additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 33 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 34 35 4.1.Before submitting a Bid,each Bidder shall: 36 37 4.1.1. Examine and carefully study the Contract Documents and other related data 38 identified in the Bidding Documents(including"technical data"referred to in 39 Paragraph 4.2.below).No information given by City or any representative of the 40 City other than that contained in the Contract Documents and officially 41 promulgated addenda thereto,shall be binding upon the City. 42 43 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 44 site conditions that may affect cost,progress, performance or furnishing of the 45 Work. 46 47 4.1.3.Consider federal,state and local Laws and Regulations that may affect cost, 48 progress,performance or furnishing of the Work. 49 CITY OF FORT WORTH Wesicliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised August 21,2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable"technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish.All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto,shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations,tests,borings,and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project.On request,City may provide 21 each Bidder access to the site to conduct such examinations,investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations,investigations,tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion,and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation,research,tests,explorations,and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation,examinations and tests herein required.Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents.The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 44 45 4.2.1.those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any,on the plans are for general information only. 48 Neither the City nor the Engineer guarantees that the data shown is representative 49 of conditions which actually exist. 50 CrFY OF FORT WORTH Westcitff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised August 21,2015 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2.those drawings of physical conditions in or relating to existing surface and 2 subsurface structures(except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents,but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02.of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any"technical data"or 11 any other data,interpretations,opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques,sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents,(iii)that Bidder has given City written notice of all 19 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 27 bipherryls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06.of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities,construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 44 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Stoney Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised August 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way,easements,and/or permits,and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to.Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 Fort Worth,TX 76102 21 Attn: Debbie J. Willhelm, P.E., Storm Water Management 22 Email:Debbie.willhelmWortworthtexasgov 23 Phone: (817) 392-2481 24 25 26 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 27 City. 28 29 6.3.Addenda or clarifications may be posted via Buzzsaw at 30 h=:�l roeectnoint.buzzsaw.com/client/fortworthgov/In astructure%20Proiects/01669 31 %20-%20Westcli elo20Drainage%201mprovements/Bid%20Packaize 32 33 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 34 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 35 Project. Bidders are encouraged to attend and participate in the conference. City will 36 transmit to all prospective Bidders of record such Addenda as City considers necessary 37 in response to questions arising at the conference. Oral statements may not be relied 38 upon and will not be binding or legally effective. 39 40 7. Bid Security 41 42 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 43 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 44 the requirements of Paragraphs 5.01 of the General Conditions. 45 CITY OF FORT WORTH Wesicliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised August 21,2015 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract,if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City,application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A.,6.05B.and 6.05C.of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts.A copy of the Ordinance can be 33 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and 34 SBE Utilization Form,Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate.The Forms including documentation must be received 37 by the City no later than 2:00 P.M.CST,on the second business days after the bid 38 opening date.The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor,Supplier,other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents;additional copies maybe 48 obtained from the City. 49 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Swm Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative,and unit 4 price item listed therein. In the case of optional alternatives,the words"No Bid," 5 "No Change," or"Not Applicable"may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals,for which the Bidder proposes to do the 7 work contemplated or furnish materials required.All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number,Project title,the name and address of 47 Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 49 envelope with the notation"BID ENCLOSED" on the face of it. 50 CrrY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Storey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.0/669 Revised August 21,2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 8 are opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may,at the option of the City,be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price,contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders,Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CrrY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Storey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised August 2I,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications,and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35%of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds,Certificates of Insurance,and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH Westcliff Drainage Improvements.Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised August 21,2015 0035 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf [ j CIQ Form is on file with City Secretary CJ CIQ Form is being provided to the City Secretary CJ CIS Form is on File with City Secretary I 1 CIS Form is being provided to the City Secretary BIDDER: WOODY CONTRACTORS INC. By: TROY WOO 650 TOWER DRIVE Signature: KENNEDALE.TEXAS 76060 0 Title: R NT END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Westcliff Drainage Improvements, Phase 2A- Surrey Street and Water Improvements- Suffolk Drive to Cherokee Trail City Project No.: 01669 Units/Sections: 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. (BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution System, Urban and Renewal, 12-inches diameter and smaller b. Concrete Paving, Less than 15,000 SY c. Asphalt Paving, Less than 15,000 SY d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 240 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 /. b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 V/' g. Conflict of Interest Affidavit, Section 00 35 13 l. �F 'If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 0041 00 BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. q( 5100SI.00 Total Bid , 7. Bid Submittal This Bid is submitted on MAY 5, 2016 by the entity named below. Respectfully sub tte Receipt is acknowledged of the Initial following Addenda: By; Addendum No. 1: (Signatur Addendum No. 2: :J Addendum No. 3: Y WOODY Addendum No. 4: (Printed Name) Title: PRESIDENT Company: WOODY CONTRACTORS INC. Corporate Seal: Address: 650 TOWER DRIVE KENNEDALE.TEXAS 76060 0 State of Incorporation: TEXAS Email: twoody2020(cDaol.com Phone: 817-483-4787 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook Form Revised 20150821 0041 00 BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. ql 51 o oo Q.o 0 Total Bid 7. Bid Submittal This Bid is submitted on MAY 5, 2016 by the entity named below. Respectfully sub tte Receipt is acknowledged of the Initial following Addenda: By Addendum No. 1: (Si=YWOODY Addendum No. 2: Addendum No. 3: JAddendum No. 4: (Printed Name) Title: PRESIDENT Company: WOODY CONTRACTORS INC. Corporate Seal: Address: 650 TOWER DRIVE KENNEDALE.TEXAS 76060 0 State of Incorporation: TEXAS Email: twoody202O@aol.com Phone: 817-483-4787 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook 00 42 43 BID PROPOSAL Page 1 of 2 ADDENDUM 41 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders s Bidlist Item Description Specification Unit of Bid No. p Section No. Measure Quantity Unit Price Bid Value SECTION A:WATER IMPROVEMENTS 1 3311.0461 12"PVC Water Pipe 3311 12 LF 292 $71.00 $20,732.00 2 3311.0261 8"PVC Water Pipe 3311 12 LF 45 $56.00 $2,520.00 3 3311.0161 6"PVC Water Pipe 3311 12 LF 17 $50.00 $850.00 4 3312.3005 12"Gate Valve 331220 EA 3 $2,700.00 $8,100.00 5 3312.3003 8"Gate Valve 33 12 20 EA 1 $1,500.00 $1,500.00 6 3312.3002 6"Gate Valve 33 12 20 EA 1 $1,100.00 $1,100.00 7 3312.2003 1"Water Service 33 12 10 EA 3 $1,300.00 $3,900.00 8 3312.2001 1"Water Service, Meter Reconnection 33 12 10 EA 3 $400.00 $1,200.00 9 3312.0001 Fire Hydrant 33 12 40 EA 1 $3,500.00 $3,500.00 10 3312.0117 Connection to Existing 4"-12"Water Main 331225 EA 4 $2,000.00 $8,000.00 11 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 1 $7,000.00 $7,000.00 12 3304.0101 Temporary Water Service 33 04 30 LS 1 $9,000.00 $9,000.00 13 0241.0100 Remove Sidewalk 0241 13 SF 2 $3.00 $6.00 14 0241.1014 Remove 10"Water Line 0241 14 LF 43 $7.00 $301.00 15 0241.1302 Remove 6"Water Valve 0241 14 EA 3 $75.00 $225.00 16 0241.1304 Remove 10"Water Valve 0241 14 EA 1 $75.00 $75.00 17 0241.1305 Remove 12"Water Valve 0241 14 EA 1 $75.00 $75.00 18 0241.1510 Salvage Fire Hydrant 0241 14 EA 1 $300.00 $300.00 19 0241.1602 Remove Concrete Water Vault 0241 14 EA 1 $650.00 $650.00 20 3201.0151 Asphalt Pvmt Repair,Water Service 3201 17 LF 19 $89.00 $1,691.00 21 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 260 $14.00 $3,640.00 22 3201.0614 Conc Pvmt Repair, Residential 3201 29 SY 240 $110.00 $26,400.00 23 3201.0111 4'Wide Asphalt Pvmt Repair, Residential 3201 17 LF 23 $89.00 $2,047.00 24 Temporary Asphalt Curb Repair 3201 18 LF 10 $10.00 $100.00 25 Temporary Asphalt Sidewalk Repair 3201 18 SY 2 $14.00 $28.00 26 3292.0101 Utility Service Surface Restoration Sodding 32 92 13 SY 3 $20.00 $60.00 27 3305.0109 Trench Safety 33 05 10 LF 360 $1.00 $360.00 28 0171.0001 Construction Staking 01 71 23 LS 1 $1,200.00 $1,200.00 29 0171.0002 Construction Survey 01 71 23 LS 1 $1,200.001 $1,200.00 Subtotal Water Improvementsl $105,760.00 SECTION B: DRAINAGE IMPROVEMENTS 1 0241.1400 Remove Conc Valley Gutter 0241 15 SY 23 $6.00 $138.00 2 0241.3104 24"Storm Abandonment Plug 0241 14 EA 2 $100.00 $200.00 3 0241.3106 30"Storm Abandonment Plug 0241 14 EA 1 $125.00 $125.00 4 0241.3112 48"Storm Abandonment Plug 0241 14 EA 1 $200.00 $200.00 5 5x4 Box Culvert Abandonment Plug 0241 14 EA 1 $2,300.00 $2,300.00 6 7x5 Box Culvert Abandonment Plug 0241 14 EA 1 $2,500.00 $2,500.00 7 3110.0101 Site Clearing 31 1000 LS 1 $4,000.00 $4,000.00 8 3201.0116 9'Wide Asphalt Pvmt Repair, Residential 3201 17 LF 8 $108.00 $864.00 9 3201.0127 10'Wide Asphalt Pvmt Repair,Arterial 3201 17 LF 5 $133.00 $665.00 10 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, 3301 17 SY 2 $108.00 $216.00 11 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 1453 $38.00 $55,214.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13-Bid Proposal Workbook 00 42 43 BID PROPOSAL Page 2 01`2 ADDENDUM#I SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 12 Temporary Asphalt Curb Repair 3201 18 LF 15 $10.00 $150.00 13 3201.0614 Conc Pvmt Repair, Residential 3201 29 SY 210 $110.00 $23,100.00 14 3216.0301 9"Conc Valley Gutter, Residential 32 16 13 SY 23 $160.00 $3,680.00 15 3292.0101 Utility Service Surface Restoration Sodding 3292 13 SY 6 $20.00 $120.00 16 3305.0109 Trench Safety 33 05 10 LF 1500 $1.00 $1,500.00 17 3341.0205 24"RCP, Class III 3341 10 LF 35 $144.00 $5,040.00 18 3341.0302 30"RCP, Class III 3341 10 LF 23 $165.00 $3,795.00 19 3341.0409 48"RCP, Class III 3341 10 LF 20 $281.00 $5,620.00 20 3341.1202 5x4 Box Culvert 3341 10 LF 1238 $421.00 $521,198.00 21 3341.1403 7x5 Box Culvert 3341 10 LF 168 $628.00 $105,504.00 22 3349.0104 4'Stacked Manhole 33 49 10 EA 3 $2,500.00 $7,500.00 23 3471.0001 Traffic Control 34 71 13 MO 8 $2,300.00 $18,400.00 24 3471.0002 Portable Message Sign 34 71 13 WK 8 $800.00 $6,400.00 25 3471.XXXX Traffic Management Plan 34 71 13 LS 1 $2,700.00 $2,700.00 26 9999.0002 Special Storm Junction Box STA 1+82.25 33 49 10 EA 1 $26,000.00 $26,000.00 27 0171.0001 Construction Staking 01 71 23 LS 1 $1,900.00 $1,900.00 28 0171.0002 Construction Survey 01 71 23 LS 1 $1,100.00 $1,100.00 29 9999.0097 Field Order Allowance(Storm) EA 60000 $1.00 $60,000.00 Subtotal Draianage Improvements $860,129.00 Total Bid $965,889.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Copy of 00 41 00_00 43 13_00 42 43 00 43 37_00 45 12_00 35 13_Bid Proposal Workbook 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Company Name Here hereinafter called the Principal,and(Surety Name) Surety Name Here a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are helr ,und unto the City, hereinafter called the Obligee, in the sum of Spell Out Numbers Here and No/100 Dollars ($;, Numerals Here )), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs,executors, administrators, successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Westcliff Drainage Improvements, Phase 2A-Surrey Street From Seminary Drive to Suffolk Drive NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 2015. By: Company Name Here (Signature and Title of Principal) 'By: Surety Nam Hem (Signature of Attorney-of-Fact) "Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Copy of 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.As i BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Woody Contractors, Inc. as Principal hereinafter called the Principal, and Vigilant Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth, Texas as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid (5%)---------------------------- Dollars ($ ----------------------- ), for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Westcliff Drainage Improvements Phase 2A City Project No. 01669 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 28th day of April , 2016 WOODY CONTRACTORS, INC. Principal -`° (Seal) By: ?�1 Name/Title VIGIL NT INSURANCE COMPANY Surety (Seal) By: y-m W ne -Fact r Chubb POWER Federal Insurance Company Attn: Surety Department • OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 clr�usiis Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray,Charles D.Sweeney,Kyle W.Sweeney and Michael A.Sweeney of Fort Worth,Texas each as their true and lawful Attorney-In-Fact to execute under such designation In their names and to affix their oorporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obiigations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26th day of April,201 taM Secretary D onis,Jr.,Vice President STATE OF NEW JERSEY ss. County of Somerset On this 26th day of April,2011 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swum, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority,and that he is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal KATHERINE J.ADELAAR Q� �ARY`�� NOTARY PUBLIC OF NEW 1F(tSF1 No.2316685 r��.►•G Commission Expirn July IA,2014 P Notary Public M CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: 'AII powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,etcher by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any paver of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-In-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached 1,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the'Companles)do hereby certify that () the foregoing extract of the By-Laws of the Companies is true and correct, m the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed In Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seats of said Companies at Warren,NJ this April 28, 2016 ,y��.tlpArf�. Wit► `�gLLRANp�„C ul co �•�..*••r.,fc � � os t �DUINr wry ~Ew 1=4 Sbaetary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: surety@chubb.com Form 15-10-02256-U (Ed.5-03) CONSENT 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Nero tf': it>c, our principal place of business, are required to be %'Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here.or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business f our company or our parent company or majority owner is in the State of Texas. BIDDER: WOODY CONTRACTORS INC. By: TROY ODY 650 TOWER DRIVE KENNEDALE.TEXAS 76060 (Signature) 0 Title: P ESIDENT Date: , 16 EOFFICIAL RECORD RETARY TH,TX END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s)listed with their Bid.Any contractor or subcontractor who is 7 not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements,if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 23 of Incorporation,Articles of Organization,Certificate of Formation,LLC 24 Regulations,Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet.This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification.These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH WesiclijjDrainage Jinprovernents,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project No.01669 Revised July 1,2011 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 1A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.0/669 Revised July 1,2011 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution System, Urban and Renewal, 12-inches WOODY CONTRACTORS INC 4/30/2017 diameter and smaller Concrete Paving, Less than Date Here 4r 15,000 SY Cmpar�, game Here or space space Asphalt Paving, Less than Company/Name here or space 15,000 SY 0 Company,Name Here 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: WOODY CONTRACTORS INC. By: TROY DY 650 TOWER DRIVE KENNEDALE.TEXAS 76060 (Sig ' 0 Title: P SIDENT Date: � j b END OF SECTION OFFICIAL RECORD CITY SECRETARY FT WORTH, TX CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook FORT WORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or ❑ Has less than$6,000,000.00 in annual gross receipts OR F] Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH Wesicli(jDrainage Inpnovements.Phase lA—Stoney Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Wesicliff Drainage Improvements,Phase 2A—Storey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 0045 13-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to yon? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so,state the name of the individual,other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so,state the name of the individual,name of owner and reason. CrrY OF FORT WORTH Weslcliff Drainage Improvements.Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 004513-5 BIDDER PREQUALIFICATION.APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer,director,or stockholder of your firm is an employee of the City,or shares the same household with a City employee,please list the name of the City employee and the relationship.In addition, list any City employee who is the spouse,child,or parent of an owner,officer, stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 1A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited,or registered limited liability partnership? Vice Presidents File No.(if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Westcli,Q'Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.0/669 Revised December 20,2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 V arious- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as"various".The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model,and general common description of each. CITY OF FORT WORTH Weslcliff Drainage Improvements,Phase 1A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of ' the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 1A—Swrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 01669: Westcli ff Drainage Improvements, Phase 2A—Surrey Street. and Water 7 Improvements—Suffolk Drive to Cherokee Trail.Contractor further certifies that,pursuant to 8 Texas Labor Code, Section 406.096(b),as amended,it will provide to City its subcontractor's 9 certificates of compliance with worker's compensation coverage. 10 11 CONTRACTOR: 12 l / +0 r � 13 O C�f� —LA /C%iiTl�!t' Co" By: Ir �t/ 14 Company (Pl Print) 15 16 b5-0 J0ulrkr Or . Signature: 17 Address 18 �-- 19 tVl YI�{�p �.e�1 ��( N040 Title:T4 1 JZ 20 City/State/Zip (Please Print) 21 22 23 THE STATE OF TEXAS § 24 25 COUNTY OF TARRANT § 26 27 BEFORUE,the undersigned authority,on this day personally appeared 28 1 mh (i o"J , ,known to me to be the person whose name is 29 subscribed tote foregoinj instrument, and acknowledged to me that he/she executed the same as 30 the act and deed of U&J t„ q��l-i�{,n r S Try for the purposes and 31 consideration therein express�eddand fin the capacity therein stated. 32 33 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 34 �1R.e kh� 2011. 35 37 SHARON RIDDLE ptgAY pt, 38 c Notaiy Pubk Notary Publil in and for Ke State of Texas qP STATE OF TEXAS 39 'i OF j� My Commission Expires 02/28/2019 40 END OF SECTION OFFICIAL RECORD 41 CITY SECRETARY FT.WORTH, TX CITY OF FORT WORTH WesicuffDrainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July I,2011 004540-1 Minority Business Enterprise Specifications Page I of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is 10% of the total bid value of the contract (Base bid applies to 15 Parks and Community Services). 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 31 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 32 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 33 time allocated. A faxed and/or emailed copy will not be accepted. 34 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than stated goal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 35 CITY OF FORT WORTH WestelffDrainage lmrprovements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The MIWBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Wesiclrff Drainage imrprovements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised June 9,2015 005243-1 Agreement Page 1 o1`4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on August 2, 2016 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Woody Contractors, Inc., authorized to do business in Texas, acting by and through 6 its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project 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 follows: 15 Westcliff Drainage Improvements Phase 2A—Surrey Street& Water Improvements—Suffolk 16 Drive to Cherokee Trail 17 Citp Proiect Number 01669 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 240 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding, the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City Five Hundred Dollars ($500.00) for each day that expires after the time specified in 34 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH lVesicliffDrainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01669 Revised August 17,2012 00 52 43-2 Agreement Page 2 of 4 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contractor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of Nine Hundred Sixty-Five Thousand, Eight Hundred 38 Eighty-Nine and 00/100 DOLLARS ($965,889.00). 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: 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 1) Proposal Form 47 2) Vendor Compliance to State Law Non-Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents (project speck) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 1. MBE and/or SBE Commitment Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH Westclill lVaina e Improvements,Phase 2.4 Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project Number 01669 Revised August 17,2012 00 5243-3 Agreement Page 3 of 74 Article 6.INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold 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 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused, in whole or in part, by any act, omission or negligence 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. 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, 93 by any act, omission or negligence of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. 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 7.3 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 Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 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 CONTRACTOR. 1 1 1 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. CITY OF FORT WOR'I 11 IVcstclift Drainage Improvements,Phase 2A—Surrey Strect STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project Number 01669 Revised ALIgUSt 17,2012 005243-4 Agreement Page 4 of 4 115 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 by the 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 sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties("Effective Date"). I �J 127 f Conirac tor: City of Fort h 1(C 0 (,p d � � B : Jay Chap 0It�• B) Assistant City (Sign re) p / 0 Date V^! 1 Sx •Y 41L-Vy Attest: (Printed Name) City Se retary AL em h�s r (Seal) Title: /,1951 Address: (6�� olei) DA M&C Date: Q� 1Zft-� Lr!!• 6t3.rt City/State/Zip: j� , �jl� /T % 6 Approved as to Form and Legality: 8- I/- Ih Date Douglas W. Black Assistant City Attorney 128 129 130 A ROYAL RECOMMENDED: 131 1 132 / 1 / I 133 ww 134 Douglas iersig, P.E. 135 OFFICIAL RECORD DIRECTOR, 136 CITY SECRETARY Transportation &Public Works Department 137 FT.WORTH,TX CITY OF FORT WORTH WesicliDrainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01669 Revised August 17,2012 0061 13-1 PERFORMANCE BOND Page 1 of 2 Bond No. 8238-20-30 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Woody Contractors,Inc. ,known as"Principal'herein and 9 Vigilant Insurance Company , a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas, known as"Surety"herein(whether one or 11 more),are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as"City"herein, in the penal sum of,Nine Hundred Sixty 13 Five Thousand,Eight Hundred Eighty-Nine Dollars & Zero Cents($965,889.00) lawful 14 money of the United States,to be paid in Fort Worth,Tarrant County, Texas for the payment of 15 which sum well and truly to be made,we bind ourselves, our heirs,executors,administrators, 16 successors and assigns,jointly and severally, firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the 2nd day of August ,2016 ,which Contract is hereby referred 19 to and made a part hereof for all purposes as if fully set forth herein,to furnish all materials, 20 equipment labor and other accessories defined by law,in the prosecution of the Work, including 21 any Change Orders,as provided for in said Contract designated as Westcliff Drainage 22 Improvements Phase 2A—Surrey Street&Water Improvements—Suffolk Drive to 23 Cherokee Trail, City Project No. 01669. 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders,under the Contract, according to the plans, 27 specifications,and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void,otherwise to remain in full force and effect. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July I,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 Bond No. 8238-20-30 1 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 2"d day of August , 20 16. 9 PRINCIPAL: 10 WOODY CO'N'TRACTORS,INC. 11 12 13 BY: 14 S' ature 16 15 " I ATT 17 f0 N w 0041 51kia vrr 18 (Principal)Secretary ame and fitle 19 20 Address: 650 Tower Drive 21 K.ennedale, Texas 76060 22 23 Aileel ) 24 Witness as to Principal 25 SURETY: 26 VIGILANT INSURANCE COMPANY 27 28 29 BY: 30 Sign re 31 32 Kyle W. Sweeney,Attorney-in-Fact 33 Name and Title 34 35 Address: 2001 Btyan Street Suite 3400 n p 36 Dallas Texas 75201 y 38 C m 39 Witness to Surety Elizabeth ray Telephone Number: 214-754-0777 40 Y m 41 —1 Zs C 42 43 *Note: If signed by an officer of the Surety Company, there must be on file a certified extr 44 from the by-laws showing that this person has authority to sign such obligation. If 45 Surety's physical address is different from its mailing address, both must be provided. 46 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 0061 14-1 PAYMENTBOND Page 1 of 2 Bond No. 8238-20-30 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Woody Contractors,Inc. known as "Principal" 9 herein, and Vigilant Insurance Company a corporate surety (sureties), 10 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or 11 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Nine 13 Hundred Sixty-Five Thousand, Eight Hundred Eighty-Nine Dollars & Zero Cents 14 ($965,889.00) lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns,jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded 18 the 2nd day of August , 20 16 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Westcliff Drainage Improvements Phase 2A— Surrey Street 22 & Water Improvements—Suffolk Drive to Cherokee Trail,City Project No.01669. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 Bond No. 8238-20-30 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 2"d day of August , 20 16. 3 PRINCIPAL: WOODY CONTRACTORS, INC. ATTEST: BY: Signa a JJ� (Principal) Secretary Name and Title Address: 650 Tower Drive Kennedale,Texas 76060 Witness as to Principal SURETY: VIGILANT INSURANCE COMPANY ATTEST: BY: S i e Kyle W. Sweeney, Attorney-in-Fact (Surety) Secretary Name and Title Address: 2001 Bryan Street, Suite 3400 AZO:4Dallas,Texas 75201 WitnesskA to Surety Elizabeth ray Telephone Number: 214-754-0777 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Sure 's Physical 7 address is different from its mailing address, both must be provided. 8 OFFICIAL RECORD 9 The date of the bond shall not be prior to the date the Contract is awarded. CITY SECRETARY 10 END OF SECTION FT.WORTH,TX 11 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 0061 19-1 MAINTENANCE BOND Page 1 of 3 Bond No. 8238-20-30 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Woody Contractors, Inc. , known as"Principal" 9 herein and Vigilant Insurance Company , a corporate surety 10 (sureties, if more than one)duly authorized to do business in the State of Texas, known as 11 "Surety" herein(whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as"City"herein, 13 in the sum of Nine Hundred Sixty-Five Thousand,Eight Hundred Eighty-Nine Dollars& 14 Zero Cents ($965,889.00) lawful money of the United States,to be paid in Fort Worth, Tarrant 15 County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly 17 and severally, firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the 2nd day of_ August , 20 16 , which Contract is hereby referred to and a made part 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`:'estcliff Drairal!e Improvements Phase 2A—Surrey Street& 25 Water Improvements—Suffolk Drive to Cherokee Trail, City Protect No. 01669; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need thereof at any time within the Maintenance --- CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July I,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 Bond No. 8238-20-30 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 Bond No. 8238-20-30 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 2nd day of August , 20 16 . 3 4 PRINCIPAL: 5 WOODY CONTRACTORS, INC. 6 _ 7 8 BY: 9 1 9 4-igre 10 ATTES . 11 12 Iron W004 /Y 4,14- 13 (Principal)Secretary 14ame and Title 14 15 Address: 650 Tower Drive 16 Kennedale,Texas 76060 17 18 �), k) � 19 Witnes as to Principal 20 SURETY: 21 VIGILANT INSURANCE COMPANY 22 23 24 BY: 25 : 5ture 26 27 Kyle W. Sweeney,Attorney-in-Fact 28 ATTEST: Name and Title 29 30 Address: 2001 Bryan Street, Suite 3400 31 (Surety)Secretary Dallas,Texas 75201 32 33 It a 34 Witnes to Surety E Telephone Number:214-754-0777 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 OFFICIAL F.'flr.kil2Pi CITY SECRETARY FT. IAA RTH, TX CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 Policyholder Information Notice IMPORTANT NOTICE AVISO /MPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Chubb's toll-free telephone number Usted puede llamar al numero de telefono gratis for information or to make a complaint at de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB 1-800-36-CHUBB You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights or complaints at de companias, coberturas, derechos o quejas al 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 FAX # (512) 475-1771 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection @tdi.state.tx.us E-mail: ConsumerProtection @tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTES SOBRE PR/MAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should contact the agent first. reclamo, debe comunicarse con el agente primero. If the dispute is not resolved, you may contact the Si no se resueve la disputa, puede entonces Texas Department of Insurance. comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY.• UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso es solo para proposito de informacion y become a part or condition of the attached no se convierte en parte o condicion del documento document. adjunto. Form 99-10-0299(Rev. 1-08) IcChubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray,Charles D.Sweeney,Kyle W.Sweeney and Michael A.Sweeney of Fort Worth,Texas each as their true and lawful Attorney-in-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or a4ering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligaticrss. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26th day of April,201 Rend6K CVVKdJl,Affistant Secrelary D Norris,Jr.,Vice President STATE OF NEW JERSEY as. County of Somerset On this 26th day of April,2011 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Prover of Attorney as Assistant Secretary of said Companies by like authority,and that he is acquainted with David S.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney is Ih the genuine handwriting of David B. Norris,Jr.,and was thereto subscribed by authority of said By- laws and in deponent's presence. Notarial Seal KATHERINE J.ADELAAR Q NOTARY PUBLIC OF NEW JFRSM 6.40 ash No.2316685 Owl �G CommiWan Exorm July 14,2014 PU Notary Public CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: -All powers of attorney for and on behalf of the Company may and stall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,Jointly with the Secretary or an Assistant Secretary, under their respective designations: The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any , certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attomey of Certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any,such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It Is attached.' L Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the'Companies)do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, m the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of Amerk:a a -ft DISWd of Columbia and are authorized by the U.S.Treasury Department;further,Federal and Vigilant are licensed In Puerto Rico and the U.S.Virgin 1s1ands,an 7RE American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and OFFI(t) the foregoing Power of Attorney Is true,correct end in full force and effect.Given under my hand and seals of said Companies at Warren,NJ this August 2, 2016 CITY� � FT. e MDU1Nr' rr xr� :�iw W%*- e Y IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: surety@chubb.com Form 15-10-02258-U (Ed.5-03) CONSENT Ac(:>R©® CERTIFICATE OF LIABILITY INSURANCE F DATE(MM/DD/YYYY) 8/3/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) 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 NAMEACT Michele Lane Higginbotham Insurance Agency, Inc. PHONE 800-728 2374 FAX 817-347-6981 500 W. 13th U. Fort Worth TX 76102 E-MAIL mlane @higginbotham.net INSURERS AFFORDING COVERAGE NAIC# INSURERA:United Fire&Casualty Co. 13021 INSURED WOODY8 INSURERB:Texas Mutual Insurance Company 22945 Woody Contractors, Inc. INSURER C: 650 Tower Dr. INSURER D Kennedale TX 76060-3012 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1706172799 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I TYPE OF INSURANCE POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY 85319573 4/3012016 4/30/2017 EACH OCCURRENCE 51,000,000 CLAIMS-MADE EX OCCUR DAMAGE T RENT nce PREMISES Ea occurre $100,000 X Ded731.009 PD MED EXP(Any one person) 55,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 52,000,000 POLICY a JE a LOC PRODUCTS-COMP/OP AGG 52,000,000 OTHER: $ A AUTOMOBILE LIABILITY 85319573 4/30/2016 4/30/2017 Eaaccident $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL AUTOS AUTO$ULED BODILY INJURY(Per accident) $ NON-OWNED HIRED AUTOS AUTOS PROPERTY er accident)DAMAGE $ $ A X UMBRELLA LIAB I X OCCUR 85319573 4/30/2016 4/30/2017 EACH OCCURRENCE 54,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $4,000,000 DED X I RETENTIONSO $ B WORKERS COMPENSATION TSF0001268770 4/30/2016 4/30/2017 PER OTH- AND EMPLOYERS'LIABILITY Y/N X STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑NIA E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 51,000,000 A Leased/Rented Equip 85319573 4/30/2016 4/30/2017 Limit:$250,000 Ded:$2,500 Scheduled Equip See Below Ded:$1,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached If more space Is required) The General Liability and Automobile Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status(General Liability includes completed ops)and General Liability,Automobile Liability and Workers' Compensation policy includes a blanket waiver of subrogation endorsement to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy has a blanket Primary&Non Contributory endorsement that affords that coverage to certificate holders only See Attached... CERTIFICATE HOLDER �� "''CANCELLATION IAA. RECORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth CITY SECRETARY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Transportation& Public Work9 De t ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Throckmorton St. �T. WORTH TX Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: WOODY8 _ LOC#: A�® ADDITIONAL REMARKS SCHEDULE Page L`of�! AGENCY NAMED INSURED Higginbotham Insurance Agency, Inc. Woody Contractors, Inc. POLICY NUMBER 650 Tower Dr. Kennedale TX 76060-3012 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE where there is a written contract between the Named Insured and the certificate holder that requires such status. Umbrella is follow form. Project:Westcliff Drainage Improvements, Phase 2A-Surrey Street and Water Improvements-Suffolk Drive to Cherokee Trail City Project No. 01669 THE POLICIES INCLUDE AN ENDORSEMENT PROVIDING 30 DAYS NOTICE OF CANCELLATION(10 FOR NON-PAY OF PREMIUM) TO THE CERTIFICATE HOLDER. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... l 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents................................................................................................................... 10 3.06 Electronic Data............................................................................................................................ 1 1 Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physical Conditions............................................................................. 12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article 5 —Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Sureties and Insurers................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance............................................................................................................. 16 5.04 Contractor's Insurance................................................................................................................ 18 5..05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................ 19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 6.02 Labor;Working Hours................................................................................................................20 6.03 Services,Materials,and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals"............................................................................................. 6.06 Concerning Subcontractors, Suppliers,and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and G uarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site..................................................................................... ...........................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests,and Approvals...............................................:..............................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Representative.....................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnber2l,2012 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work ...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,2012 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 00 72 00-1 General Conditions Pagel of 63 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a content consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim--A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dec=ber21,2012 007200-1 General Conditions Page 3 of 63 25.Damage Claims—A demand for money or services arising from the Project or Site from a third party,City or Contractor exclusive of a Contract Claim. 26.Day or day—A day,unless otherwise defined,shall mean a Calendar Day. 27.Director of Aviation—The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 28.Director of Parks and Community Services—The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 29.Director of Planning and Development—The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 30.Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 31.Director of Water Department—The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant,or agents. 32.Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor.Submittals are not Drawings as so defined. 33.Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective,but if no such date is indicated,it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34.Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35.Extra Work—Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents.Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price,Contract Time,or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37.Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATTON DOCUMENTS Revision:De=nba2l,2012 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. 00 72 00-1 General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas,or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the 'Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber2l,2012 007200-1 General Conditions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44.Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award--The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47.Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs--Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dwernber2l,2012 007,200-1 General Conditions Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project 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 basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent– The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours–Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 72. Working Day–A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m.and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.023 through E are not defined but when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnber2l,2012 00 72 00-1 General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty,or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber21,2012 007200-1 General Conditions Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoanber2l,2012 007200-1 General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification,manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C);or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions;or 2. reuse any such Drawings, Specifications,other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnba2l,2012 007200-1 General Conditions Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. I. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:D=nber21,2012 007200-1 General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees,agents,consultants,or subcontractors with respect to: 1, the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings;or 3, any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate;or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoanber2l,2012 007200-1 General Conditions Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction;and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees,agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dacanber2l,2012 007200-1 General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2, other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or idelrntified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06G shall obligate Contractor to indemnf� any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Daoanba2l,2012 007200-1 General Conditions Page 17 ot'63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December21,2012 007200-1 General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor,any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Daoember2l,2012 007200-1 General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dwernber21,2012 007200-1 General Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials,equipment, labor,transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing,start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind,and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenba2l,2012 007200-1 General Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time;and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified;and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECffCATION DOCUMENTS Revision:Decernber2l,2012 00 72 00-1 General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance(as amended)by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dwm ba2l,2012 007200-1 General Conditions Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11 th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit,shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dember2l,2012 00 7200-1 General Conditions Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dc=ber2l,2012 007200-1 General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code,Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711;or 2. hU://www.window.state.tx.us/taxinfo/taxforms/93-fortns.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work,the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Daoanber2l,2012 007200-1 General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 621, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenber21,2012 0072 00-1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation,and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deowta21,2012 007200-1 General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents)or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall cant'on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dember2l,2012 007200-1 General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EULCTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOMIE OF THE DAMAGES B . N O HT VWRE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dacember2l,2012 007200-1 General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NFGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deaen*a2l,2012 007200-1 General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized;and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dec=ber21,2012 00 72 00-1 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 concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may,at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 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: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:D ernber2l,2012 007200-1 General Conditions Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor,if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim;or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, 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 employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee,the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities,fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deowdw 21,2012 007200-1 General Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 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. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Detetnber21,2012 007200-1 General Conditions Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes;and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement;and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deomnber2l,2012 00 72 00-1 General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes„ The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deo rnber2l,2012 007200-1 General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2),and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0I.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber 21,2012 007200-1 General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 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 SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,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 to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material,and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising; out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure,observation, inspection,testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber2l,2012 007200-1 General Conditions Page 50 of 63 Subcontractor,any Supplier,any other individual or entity,or any surety for,or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any,on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas;or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenter21,2012 007200-1 General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City.Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECE'CATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dw=ber21,2012 007200-1 General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended;or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dearnber2l,2012 007200-1 General Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: I. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 00 7200-1 General Conditions Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoanber21,2012 007200-1 General Conditions Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 0072 00-1 General Conditions Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance 420020-12-2011 established under Paragraph 6.06.13); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City;or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City;or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily;or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPGCIFCATION DOCUMENTS Revision:Deoanber2l,2012 007200-1 General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may,without cause and without prejudice to any other right or remedy of City,terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination;and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination;and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deom ber 21,2012 007200-1 General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 007200-1 General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions;or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dacariber21,2012 0072 00-1 General Conditions Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dwernber21,2012 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 6 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of--way,and/or easements to be acquired,if any as of 36 March 28, 2016:NONE 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five(5)Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 47 CITY OF FORT WORTH Wesicliff Drainage Improvements,Phase 2A--Storrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 1 SC-4.01A.2,"Availability of Lands" 2 3 Utilities or obstructions to be removed,adjusted,and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 6 as of March 28, 2016: 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Atmos Energy Gas pipeline crossings within project limits September 1,2016 8 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 9 and do not bind the City. 10 11 SC-4.02A.,"Subsurface and Physical Conditions" 12 13 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 15 A Geotechnical Report No.03421009,dated August 17,2015,prepared by Professional Service Industries, 16 Inc.a sub-consultant of Wade BJ im, Inc.,a consultant of the City,providing additional information on 17 existing soil conditions. 18 19 The City of Fort Worth performed pavement cores on December 6,2014,and June 22,2015, providing 20 additional information on existing pavement thicknesses and type. 21 22 The following are drawings of physical conditions in or relating to existing surface and subsurface 23 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 24 SUE(Level B)Plan,Sheet No. 4 of plans for Westcliff Drainage Improvements,Phase 2A—Surrey Street, 25 prepared by Wade Trim,Inc., dated February 19, 2016,based upon information provided by sub- 26 consultants Pacheco Koch and The Rios Group. 27 28 SC-4.06A.,"Hazardous Environmental Conditions at Site" 29 30 The following are reports and drawings of existing hazardous environmental conditions known to the City: 31 NONE 32 33 SC-5,03A.,"Certificates of Insurance" 34 35 The entities listed below are"additional insureds as their interest may appear"including their respective 36 officers,directors,agents and employees. 37 38 (1) City 39 (2) Consultant: NONE 40 (3) Other: NONE 41 42 43 SC-5.04A.,"Contractor's Insurance" 44 45 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 46 coverages for not less than the following amounts or greater where required by laws and regulations: 47 48 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 49 CITY OF FORT WORTH WeAcliff Drainage hnproventents,Phase 2A—Stony Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 Statutory limits 2 Employer's liability 3 $100,000 each accidendoccurrence 4 $100,000 Disease-each employee 5 $500,000 Disease-policy limit 6 7 8 9 SC-5.04B.,"Contractor's Insurance" 10 11 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 12 under Paragraph GC-5.0413.,which shall be on a per project basis covering the Contractor with 13 minimum limits of: 14 15 $1,000,000 each occurrence 16 $2,000,000 aggregate limit 17 18 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 19 General Aggregate Limits apply separately to each job site. 20 21 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 22 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 23 24 SC 5.04C.,"Contractor's Insurance" 25 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 26 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 27 28 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 29 defined as autos owned,hired and non-owned. 30 31 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 32 least: 33 34 $250,000 Bodily Injury per person/ 35 $500,000 Bodily Injury per accident/ 36 $100,000 Property Damage 37 38 SC-5.04D.,"Contractor's Insurance" 39 40 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 41 material deliveries to cross railroad properties and tracks NONE. 42 43 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 44 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 45 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 46 Entry Agreement"with the particular railroad company or companies involved,and to this end the 47 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 48 the right-of-cntry(if any)required by a railroad company.The requirements specified herein likewise relate 49 to the Contractor's use of private and/or construction access roads crossing said railroad company's 50 properties. 51 52 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 53 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 54 Railroad Company for a tern that continues for so long as the Contractor's operations and work cross, 55 occupy,or touch railroad property: CITY OF FORT WORTH Wesicliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 2 (1) General Aggregate: $Corarm Limits with Railroad 3 4 (2) Each Occurrence: $CoOfirin Limits with Railroad 5 6 —Required for this Contract _X Not required for this Contract 7 8 9 With respect to the above outlined insurance requirements,the following shall govern: 10 11 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 12 the name of the railroad company. However, if more than one grade separation or at-grade 13 crossing is affected by the Project at entirely separate locations on the line or lines of the same 14 railroad company,separate coverage may be required,each in the amount stated above. 15 16 2. Where more than one railroad company is operating on the same right-of-way or where several 17 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 18 may be required to provide separate insurance policies in the name of each railroad company. 19 20 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 21 railroad company's right-of-way at a location entirely separate from the grade separation or at- 22 grade crossing,insurance coverage for this work must be included in the policy covering the grade 23 separation. 24 25 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 26 way,all such other work may be covered in a single policy for that railroad,even though the work 27 may be at two or more separate locations. 28 29 No work or activities on a railroad company's property to be performed by the Contractor shall be 30 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 31 for each railroad company named,as required above. All such insurance must be approved by the City and 32 each affected Railroad Company prior to the Contractor's beginning work. 33 34 The insurance specified above must be carved until all Work to be performed on the railroad right-of-way 35 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 36 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 37 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 38 railroad company operating over tracks involved in the Project. 39 40 SC-6.04.,"Project Schedule" 41 42 Project schedule shall be tier 3 for the project. 43 44 SC-6.07.,"Wage Rates" 45 46 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 47 Appendixes: 48 49 2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) 50 51 SC-6.09.,"Permits and Utilities" 52 53 SC-6.09A.,"Contractor obtained permits and licenses" 54 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 55 CITY OF FORT WORTH Wesict ff Drainage/mprovenents,Phase 2A—Seany Sveet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.0/669 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 1 1. Street Use Permit for Construction 2 3 4 SC-6.09B."City obtained permits and licenses" 5 The following are known permits and/or licenses required by the Contract to be acquired by the City: 6 7 NONE 8 9 SC-6.09C."Outstanding permits and licenses" 10 11 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of March 28, 12 2016 13 14 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION NONE 15 16 17 SC-7.02.,"Coordination" 18 19 The individuals or entities listed below have contracts with the City for the performance of other work at 20 the Site: 21 Vendor Scope of Work Coordination Authority NONE 22 23 24 SC-8.01,"Communications to Contractor" 25 26 NONE 27 28 SC-9.01.,"City's Project Representative" 29 30 The City's Project Manager for this Contract is Debbie J. Willhelm,or his/her successor pursuant to 31 written notification from the Director of Transportation/Public Works. 32 33 SC-13.03C.,"Tests and Inspections" 34 35 NONE 36 37 SC-16.01C.1,"Methods and Procedures" 38 39 NONE 40 41 42 43 END OF SECTION CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01,,"City's Project Representative"wording changed to City's Project Manager, CITY OF FORT WORTH Weslekff D—ge bmpmemema Phase 2A—Swm Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised January 22,2016 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 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 specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for 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 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. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City,as shown in the 35 Contract Documents,or as may be specifically authorized in writing by the City. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 a. A reasonable amount of tools,materials,and equipment for construction 2 purposes may be stored in such space,but no more than is necessary to avoid 3 delay in the construction operations. 4 b. Excavated and waste materials shall be stored in such a way as not to interfere 5 with the use of spaces that may be designated to be left free and unobstructed 6 and so as not to inconvenience occupants of adjacent property. 7 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 8 manner as not to interfere with the operation of the railroad. 9 1) All Work shall be in accordance with railroad requirements set forth in 10 Division 0 as well as the railroad permit. 11 D. Work within Easements 12 1. Do not enter upon private property for any purpose without having previously 13 obtained permission from the owner of such property. 14 2. Do not store equipment or material on private property unless and until the 15 specified approval of the property owner has been secured in writing by the 16 Contractor and a copy furnished to the City. 17 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 18 obstructions which must be removed to make possible proper prosecution of the 19 Work as a part of the project construction operations. 20 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, 21 lawns,fences,culverts,curbing,and all other types of structures or improvements, 22 to all water,sewer,and gas lines,to all conduits, overhead pole lines, or 23 appurtenances thereof, including the construction of temporary fences and to all 24 other public or private property adjacent to the Work. 25 5. Notify the proper representatives of the owners or occupants of the public or private 26 lands of interest in lands which might be affected by the Work. 27 a. Such notice shall be made at least 48 hours in advance of the beginning of the 28 Work. 29 b. Notices shall be applicable to both public and private utility companies and any 30 corporation,company, individual,or other,either as owners or occupants, 31 whose land or interest in land might be affected by the Work. 32 c. Be responsible for all damage or injury to property of any character resulting 33 from any act,omission,neglect,or misconduct in the manner or method or 34 execution of the Work,or at any time due to defective work,material,or 35 equipment. 36 6. Fence 37 a. Restore all fences encountered and removed during construction of the Project 38 to the original or a better than original condition. 39 b. Erect temporary fencing in place of the fencing removed whenever the Work is 40 not in progress and when the site is vacated overnight,and/or at all times to 41 provide site security. 42 c. The cost for all fence work within easements,including removal,temporary 43 closures and replacement, shall be subsidiary to the various items bid in the 44 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 11 00-3 SUMMARY OF WORK Page 3 of 3 I 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 [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 25 00- 1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike,discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 012500-2 SUBST=ION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion,substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Westeliff Drainage Improvements,Phase 2A- Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended _Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A--Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 31 19- 1 PRECONSTRUCTION MEETING Page I of 3 1 SECTION 0131 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised August 17,2012 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised August 17,2012 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 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 [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised August 17,2012 01 31 20-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Provisions for project meetings throughout the construction period to enable orderly 8 review of the progress of the Work and to provide for systematic discussion of 9 potential problems 10 B. Deviations this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Schedule,attend and administer as specified, periodic progress meetings, and 23 specially called meetings throughout progress of the Work. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meetings administered by City may be tape recorded. 27 a. If recorded,tapes will be used to prepare minutes and retained by City for 28 future reference. 29 4. Meetings, in addition to those specified in this Section,may be held when requested 30 by the City, Engineer or Contractor. 31 B. Pre-Construction Neighborhood Meeting 32 1. After the execution of the Agreement, but before construction is allowed to begin, 33 attend 1 Public Meeting with affected residents to: 34 a. Present projected schedule,including construction start date 35 b. Answer any construction related questions 36 2. Meeting Location 37 a. Location of meeting to be determined by the City. 38 3. Attendees CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 a. Contractor 2 b. Project Representative 3 c. Other City representatives 4 4. Meeting Schedule 5 a. In general,the neighborhood meeting will occur within the 2 weeks following 6 the pre-construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include,but not be limited to: 13 a. Coordinating shutdowns 14 b. Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings,prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 fully completing the attendance form to be circulated at the beginning of each 21 meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineer's representatives 28 e. City's representatives 29 f. Others,as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a. Review of Work progress since previous meeting 32 b. Field observations,problems,conflicts 33 c. Items which impede construction schedule 34 d. Review of off-site fabrication,delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress,schedule,during succeeding Work period 40 i. Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 m. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents 48 o. Review monthly pay request CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 31 20-3 PROJECT MEETINGS Page 3 of 3 1 p. Review status of Requests for Information 2 6. Meeting Schedule 3 a. Progress meetings will be held periodically as determined by the Project 4 Representative. 5 l) Additional meetings may be held at the request of the: 6 a) City 7 b) Engineer 8 c) Contractor 9 7. Meeting Location 10 a. The City will establish a meeting location. 11 1) To the extent practicable, meetings will be held at the Site. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS [NOT USED] 21 PART 3- EXECUTION [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 24 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 32 16-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification I I 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2-No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 -Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4- Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5-Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule- Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes,expected delays,key schedule issues,critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time,in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met,or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day,working 37 days per week,the amount of construction equipment,or any combination 38 of the foregoing,sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities,and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades),equipment and work schedule(overtime,weekend and holiday 44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates,and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CrfY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 32 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 32 33- 1 PRECONSTRUCTION VIDEO Page I of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 I. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A--Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 33 00- 1 SUBMITTALS Page I of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of 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 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 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 Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 3300-2 SUBMITTALS Page 2 of 8 1 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 Numbering 5 1. When submitting 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 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission,C=4th submission,etc.). 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 following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal,I hereby represent that I have determined and verified 33 field measurements,field construction criteria,materials,dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 %inches x 11 inches to 8 '/z inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 33 00-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 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 Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern 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 independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing,sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication,and installations in conformance 26 with approved shop drawings,applicable samples,and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site,or another external FTP site approved by the 31 City. 32 b. Shop Drawings 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 1 hard copy of Shop Drawings 38 returned,Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings,data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "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 Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 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/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive 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 resubmittal is to address all comments,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 date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using 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 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial,at the 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 considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 3300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI"followed by series number,"-xxx", beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION[NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 35 13-1 SPECIAL PROJECT PROCEDURES Page l of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - 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. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed 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 flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. 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 1.3 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 date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety,Subtitle A.Public Safety,Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 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 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating 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. Equipment 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 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls 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: 7 a) Erect temporary mechanical barriers, de-energize the lines,or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May I through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service, will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. if. 34 a) Use of motorized equipment is less than 1 hour, or 35 b) if equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination C1TY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project,it will be necessary to deactivate,for a 2 period of time,existing lines. The Contractor shall be required to coordinate with 3 the Water Department 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 representative. 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 project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required,coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas 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 construction.The notice 23 shall be prepared as follows: 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 Project 29 b) City Project No(CPN) 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) City's after-hours phone number 35 2) A sample of the`pre-construction notification' flyer is attached 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 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes 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 be pasted 24 hours prior to the temporary 48 interruption. CrrY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 l) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 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 temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers(USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required,meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes,but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. if water is used to control dust,capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Westchff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 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 [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 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 19 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 (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B z FORT WORTH DM NO.XX= NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR 3 4 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City,sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site,or another external FTP site approved by 38 the City. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July I,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light,heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work,including 6 testing of Work. 7 1) Provide power for lighting,operation of equipment,or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting,and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] /[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD[oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July I,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 55 26- 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 I. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification I l 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit,such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit,such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department,Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Westeliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 57 13- 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division I —General Requirements 13 3. Section 31 25 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 I. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than I acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 I. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR 150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting,send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division,(817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A--Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 2 1 B. Materials 2 1. Sign 3 a. Constructed of/,-inch fir plywood,grade A-C(exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD[oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP[NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,01669 Revised July 1,2011 01 60 00-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 -Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS[NOT USED] 5 1.7 CLOSEOUT SUBMITTALS[NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 7 1.9 QUALITY ASSURANCE[NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD[SITE] CONDITIONS[NOT USED] 10 1.12 WARRANTY[NOT USED] 1 I PART 2- PRODUCTS[NOT USED] 12 PART 3- EXECUTION[NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 29 A. T:?esign Criteria 30 1. Provide freestanding Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Westaiff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 58 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 2 1 B. Materials 2 1. Sign 3 a. Constructed of%-inch fir plywood,grade A-C(exterior)or better 4 2.3 ACCESSORIES[NOT USED] 5 2.4 SOURCE QUALITY CONTROL[NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS[NOT USED] 8 3.2 EXAMINATION[NOT USED] 9 3.3 PREPARATION[NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION[NOT USED] 20 3.7 FIELD[OR] SITE QUALITY CONTROL[NOT USED] 21 3.8 SYSTEM STARTUP[NOT USED] 22 3.9 ADJUSTING[NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES[NOT USED] 25 3.12 PROTECTION[NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS[NOT USED] 30 END OF SECTION CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 016000- 1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 66 00- 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 o1`4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings,or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly,safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks,streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A--Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,01669 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 I. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel,equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel,equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel,equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment,and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment,and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby,idle time,or lost profits associated this 46 Item. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time,or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Sway Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 71 23-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 5 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey to be provided by 7 the Contractor 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.1.A.1—Survey to be provided by the Contractor. 10 2. 1.2.A.1.a.1—Item paid by lump sum. 11 3. 1.2.A.1.b.1—Item paid by lump sum price bid for"Construction Staking". 12 4. 1.2.A.2.a.1—Item paid by lump sum. 13 5. 1.2.A.2.b.1—Item paid by lump sum price bid for"Construction Survey". 14 6. 1.9.A.3.a—Contractor responsible for preserving and maintaining staking. 15 7. 1.9.11.1—Construction Survey performed by Contractor. 16 8. 1.9.B.2.d—Contractor responsible for replacing damaged control data. 17 9. 1.9.11.1b—Contractor responsible for construction survey. 18 10. 1.9.11.1d—Contractor shall be responsible for verifying control data. 19 11. 1.9.B.3.d.1-5—Clarified language for contractor to be responsible for verifying 20 benchmark and control data. 21 C. Related Specification Sections include,but are not necessarily Iimited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Construction Staking 27 a. Measurement 28 1) Measurement for this item will be by lump sum. 29 b. Payment 30 1) The work performed and the materials furnished in accordance with this 31 Item will be paid for at the lump sum price bid for"Construction 32 Staking". 33 2. Construction Survey 34 a. Measurement 35 1) Measurement for this item will be by lump sum. 36 b. Payment 37 1) The work performed and the materials furnished in accordance with this 38 Item will be paid for at the lump sum price bid for"Construction 39 Survey". CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals,if required,shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Certificates 8 1. Provide certificate certifying that elevations and locations of improvements are in 9 conformance or non-conformance with requirements of the Contract Documents. 10 a. Certificate must be sealed by a registered professional land surveyor in the 11 State of Texas. 12 B. Field Quality Control Submittals 13 1. Documentation verifying accuracy of field engineering work. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Construction Staking 18 1. Construction staking will be performed by the Contractor. 19 2. Coordination 20 a. It is the Contractor's responsibility to coordinate staking such that construction 21 activities are not delayed or negatively impacted. 22 3. General 23 a. Contractor is responsible for preserving and maintaining staking. 24 b. If in the opinion of the City,a sufficient number of stakes or markings have 25 been lost,destroyed or disturbed,by Contractor's neglect, such that the 26 contracted Work cannot take place,then the Contractor will be required to re- 27 stake the deficient areas. 28 B. Construction Survey 29 1. Construction Survey will be performed by the Contractor. 30 2. Coordination 31 a. Contractor to verify that control data established in the design survey remains 32 intact. 33 b. Coordinate with the City prior to field investigation to determine which 34 horizontal and vertical control data will be required for construction survey. 35 c. It is the Contractor's responsibility to coordinate Construction Survey such that 36 construction activities are not delayed or negatively impacted. 37 d. Contractor shall restore or replace all necessary control data damaged 38 during construction operations. 39 1) Contractor shall perform replacements and/or restorations. 40 3. General CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 a. Construction survey will be performed in order to maintain complete and 2 accurate logs of control and survey work as it progresses for Project Records. 3 b. The Contractor shall uerform construction survey to obtain construction 4 features including,but not limited to,the following: 5 1) All Utility Lines 6 a) Rim and flowline elevations and coordinates for each manhole or 7 junction structure 8 2) Water Lines 9 a) Top of pipe elevations and coordinates for waterlines at the following 10 locations: 11 (l) Every 250 linear feet 12 (2) Horizontal and vertical points of inflection, curvature,etc. (All 13 Fittings) 14 (3) Cathodic protection test stations 15 (4) Sampling stations 16 (5) Meter boxes/vaults (All sizes) 17 (6) Fire lines 18 (7) Fire hydrants 19 (8) Gate valves 20 (9) Plugs, stubouts, dead-end lines 21 (10) Air Release valves(Manhole rim and vent pipe) 22 (11) Blow off valves(Manhole rim and valve lid) 23 (12) Pressure plane valves 24 (13) Cleaning wyes 25 (14) Casing pipe(each end) 26 b) Storm Sewer 27 (1) Top of pipe elevations and coordinates at the following locations: 28 (a) Every 250 linear feet 29 (b) Horizontal and vertical points of inflection, curvature,etc. 30 c) Sanitary Sewer 31 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 32 the following locations: 33 (a) Every 250 linear feet 34 (b) Horizontal and vertical points of inflection, curvature, etc. 35 (c) Cleanouts 36 c. Construction survey will be performed in order to maintain complete and 37 accurate logs of control and survey work associated with meeting or exceeding 38 the line and grade required by these Specifications. 39 d. The Contractor shall perform construction survey and verify control data 40 including,but not limited to,the following: 41 1) Verification that established benchmarks and control are accurate. 42 2) Use of Benchmarks to furnish and maintain all reference lines and 43 grades for tunneling. 44 3) Use of lines and grades to establish the location of the pipe. 45 4) Submit to the City copies of field notes,if requested, used to establish all 46 lines and grades and allow the City to check guidance system setup prior to 47 beginning each tunneling drive. 48 5) Provide access for the City,when requested,to verify the guidance system 49 and the line and grade of the carrier pipe on a daily basis. 50 6) The Contractor remains fully responsible for the accuracy of the work and 51 the correction of it,as required. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 7) Monitor line and grade continuously during construction. 2 8) Record deviation with respect to design line and grade once at each pipe 3 joint and submit daily records to City. 4 9) If the installation does not meet the specified tolerances, immediately notify 5 the City and correct the installation in accordance with the Contract 6 Documents. 7 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS [NOT USED] 11 PART 3- EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 APPLICATION 16 3.5 REPAIR/RESTORATION[NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD[oR] SITE QUALITY CONTROL 19 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 20 City in accordance with this Specification. 21 B. Do not change or relocate stakes or control data without approval from the City. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 71 23-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 3 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 7423- 1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL[NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 S. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals,dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic,adhesives,dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to,vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July I,2011 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs, lights,signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 77 19-1 CLOSEOUT REQUIREMENTS Page 1 of 3 I SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 017/19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection,submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required,in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor,in 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice,inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City,in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 78 23- 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 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 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division l —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 %2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic,cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product,or each piece of operating 5 equipment. 6 1) Provide typed description of product,and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title"OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used,correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume,arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included,indexed to content of the volume 25 c. List,with each product: 26 1) The name,address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text,as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content,for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation,control,stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT kVORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content,for each electric and electronic system,as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics,and limiting conditions 8 2) Performance curves,engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed 8 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised December 20,2012 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PARTl - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Westclif Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement,investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED IoR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set,identify each of the Documents with the 35 title, "RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, 23 ducts, and similar items,are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 01 7839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents,other than Drawings,have been kept clean during progress of 7 the Work,and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City,secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP[NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 421 Item 421 Hydraulic Cement Concrete ,, „" 1. DESCRIPTION FumIsh hydraulic rent concrete for concrete pavements,concrete structures,and other concrete construction. 2. MATERIALS Use materials from prequalified sources listed on the Department wrehsite.Provide coarse and fine aggregates from sources listed in the Departmenirs Concrete Rated Source QuaWy Catalog(CRSQC).Use materials from non-listed sources only when tested and approved by the Engineer before use.Allow 30 calendar days for the Engineer to sample,test,and report results for non-fisted sources.Do not combine approved material with unapproved material. 21. Cement.Fumish cement conforming to DMS4600,"I"raiic Cement' 2.2. Supplementary Cementing Materials(SCM). • Fly Ash.Furnish fly ash,ultra-fine fly ash(UFFA),and modified Class F fly ash(MFFA)conforming to DMS-4610,'Fly Ash' • Slag Cement.Furnish Slag Cement conforming to DMS-4620,'Slag Cement.' is Silica Fume.Fumish silica fume conforming to DMS-4630,'Sliea Fume.' ■ Metakaolln.Furnish metakaolln conforming to DMS-4635,'Metakaoin.' 2.3. Cementitious Material.Cemenfifious materials are fine cement and supplementary cementing materials used in concrete. 2.4. Chemical Admixtures.Furnish admbArres conforming to DMS4640,'Chemical Admixtures for Concrete.' 2.5. Water.Furnish mixing and curing water that Is free from ois,adds,organic matter,or other deleterious substances.Water from municipal supplies approved by the Texas Department of Health will not require testing.Provide test repots showing compliance with Table 1 before use when using water from other sources. Water that Is a blend of concrete wash water and other acceptable water sources,certified by the concrete producer as complying with the requirements of both Table 1 and Table 2,may be used as mix water.Test the blended water weekly for 4 weeks for compliance with Table 1 and Table 2 or provide previous test results.Then test every month for compliance.Provide water test results upon request 463 421 Table 1 Chemical Limits for Mix Water Contaminant Test Method Maximum Concentration (ppm or lL Chloride(CI) ASTM C114 Prestressed concrete 500 Bridge decks b superstructure 500 AN other concrete 1000 Satiate(SO4) ASTM 0114 2,000 Alkalies OW+0.658K20 ASTM C114 600 Tow solids ASTM C1603 60AM Table 2 Acceptance Crfteda for Questionable Water Property I Test Method Limits min%control at 7 days NTM C31 ASTM C391-2 90 of set deviation from control h:min IkSTM C403 I From 1:00 eady In 1:30 Eater 1. Base comparisons on fixed proportions and the same volume of test water compared to the control mbc using 100% potable water or distilled water. 2. base comparisons on sets consisting of at WO 2 standard specimens made from a composite sample. Do not use mix water that has an adverse effect on the air-entraining agent,on my other danicatl admbchre,or on strength or time of set of the concrete.Use mbdng and curing water free of iron and other knpudin that may cause staining or discoloration when using white hydraulic cement. 2.6. Aggregate. 2.6.1. Coarse Aggregate.Provide coarse aggregate consisting of durable particles of gravel,crushed bast furnace slag,recycled crushed hydraulic cement concrete,crushed stone,or mnbkwftm which are free from frozen material and from injurious amounts of raft,alkali,vegetable matter,or other objectionable material,efEher free or as an adherent coaling.Provide coarse aggregate of uniform quality tfwoughout. Provide coarse aggregate with the requirements listed In Table 3 unless otherwise shown on the plans. Table 3 Coarse Aggregate Re uirements D"cdPtlon Teat Method Umlt KAAWaslon d Lumps,%Max 0.25 M d %Max Tex413-A 1.0 d Laminate and Fdable Particle %Max 5.0 Wear,%Max Tex410-A 40 Magnesl Suflafe Soundness12 non-alr-entrained concrete %Max 25 "Ycle nesium Sulfate Soundness'a air-entrained concrete %Max Text t!t 18 Decantation %Max Tex�06-A 1 1.5 1. Recycled crushed hydraulic cement concrete is not subject to 5-cyde magnesium sugate sokndrress requirements. 2. Allaved when air-entrained concrete is used at the Contractor's option. 3. Only when air-entrained concrete Is required by the plane. Increase the loss by decantation limit to 3.0%for all classes of concrete and 5.0%for Class A,B,and P if the material Tyner than the No.200 sieve is determined to be at least 85%calchun carbonate in accordance with Tax-406 A,Part lit,In the case of coarse aggregates made primarily from crushing slow unless otherwise Am on the plans.Provide test results upon request Provide coarse aggregate or combination of aggregates conforming to the gradation requkernerb shown in Table 4 when tested in accordance with Tax-401-A unless otherwise specified. 464 421 Table 4 Coarse Aggregate Gradation Chart Aggregate Maximum Percent Passina on Each Steve Grade Nominal 2-1/1' 2' 14V2' I 1' 3N' I irl 1 318' #4 1 #8 NO size 1 2' 100 80-100 50-85 20-40 0-10 2 1-U2' 100 95-100 35-70 10-0 0-10 3 1-1r1' 100 95-100 60-90 25-60 0-10 4 57 1' 100 95-100 25-80 0-10 0-5 5 67 314' 100 90-100 20-65 0-10 0-{i 6 112' 100 90-100 40-70 0-15 0-6 7 318' 1 100 70-95 0-25 8 318' I I I 1 100 100 20-M5 1 0-10 1. Correspon ft ASTM C33 gradation shown In pa wAheses. 2.6.2. Fine Aggregate.Provide fine aggregate consisting of dean,hard,durable par&Jes of natural,manufactured sand,recycled crushed hydrauk cement concrete,slag,lightweight aggregate,or a combination#wreof. Provide fine aggregate free from frozen material and from injurious amounts of ask,alkali,vegetable matter, or other objectionable material. Provide fine aggregates with the requi ame nts in Table 5 unless otherwise shown on the plans. Table 5 Fine wegme Requi romaMs Descq&n Test Method Limit Welight of Chy Lunw,%Max Tex413-A 0.50 Tex-406-A Color not darker than standard Said EWIvalent Tex-203f 80 Firmness Modulus Tex-4022-A 2.3 to 3.1 1. Orgy when air-entrained concrete is specified. Provide fine aggregate or combinations of aggregates conforming to the gradation requirements shown in Table 6 when tested in accordance with Tex-401-A uniess otherwise specified. Table 6 Fine Aggregatee GradaOarm Chart Grade 1 stave Sim Percent P 3V 100 #4 95-100 #8 80-100 #16 50-85 1130 25-65 #50 10-351 #100 0-10 #200 0-Y 1. 6-35 when sand equivalent value Is greaser Oran 85. 2. 0-6 for n wwliackaed sand. 2.6.3. Intermediate Aggregate.Provide intermediate aggregate consisting of dean,hard,durable particles of natural,manufactured sand,slag,recycled crushed hydraulc cement concrete,lightweight aggregate,or a combination thereof when optimized aggregate gradation(OAG)concrete Is specified or when used at the Contractor's option.Provide Intermediate aggregate free from frozen material and injurbus amounts of sale, alkali,vegetable mailer,or other objectionable material. Provide intermediate aggregate with the requirerrmenta in Table 7. m 465 421 Table 7 Intarmsdfate Aggregate Requiremarb DescdpUon Test Method Limit Oin*of C Lu %Max Tex-413-A 0.50 rasion Wear c%Max Tex-110-A 40 Magnesium Sulfate Soundness*"non-air-enlrahed concrete %Max Tex4fl-A 25 Magnesium Sulfate Soundness c2A air-entrained concrete %Max 18 Impurtiess Tex408-A Color not darker than standard Loss by Decaniatlon r%Max Tex406-A 1 1.5 1. Only applies to the portion retained on the No.4 sieve,if more than 30%of the Irdemu date aggregate is retained an the No.4 slave. 2. Recycled crushed hydraulic cement concrete Is not subject to 5mcyde magnesium dais soundness reoronents. 3. Allowed when air-entrained concrete is used at the Ccnlracl s option. 4. Only when air-entrained concrete Is requied by do Plane. 5 Only applies to the portion passing the 318 In.shim,r more than 311%of the i lennediele aggregate is passing the 318 In.slave. For the portion retained on the No.4 sieve,if more than 30%of the intermediate aggregate is retained on tine No.4 sieve,and in the case of aggregates made primarily team crushing stone,unless olherwise shown on the plans,the loss by decantation may be increased to 3.0%for all classes of concrete and 5.0%for Gass A, B,and P N the material finer than the No.200 sieve is determined to be at least 85%caldum carbonate in accordance with Tex-406-A,Part III.Provide test results upon request,. 2.7. Mortar and Grout Furnish pre-packaged grouts conforming to DMS4675,'Cer MIJIUMS Grouts and Mortars for Miscellaneous Applications,"when specified for applications odw than postdensiarn granting. Section 421.4.2.6.,"Nix Design Options,'does not apply for mortar and grout 2.8. Storage of Materials. 2.8.1. Cement and Supplementary Cementing Materials.Store all cement and supplementary cementing materials In weatherproof enclosures that will protect them from dampness or absorption of moisture. When permitted,small quantities of packaged cemenfitious material may be stored In the open,on a raised platform,and under waterproof covering for up to 48 hr. 2.8.2. Aggregates.Handle and store concrete aggregates In a manner that prevents contamination with foreign materials.Clear and level the sites for the stockpiles of all vegetation I the aggregates are stored on the ground and do not use the bottom ban.layer of aggregate WOW cleaning the aggregate before use. Maintain separate stockpiles and prevent Intermixing when conditions require the use of 2 or more grades of coarse aggregates.Separate the stockpiles using physical barriers where space Is limited.Store aggregates from different sources in different stockpiles unless the Engineer authorizes proNending of the aggregates. Minimize segregation in stockpiles.Remix and test stockpiles when segregation Is apparent. Sprinkle stockpiles to control moisture and temperature as necessary.Maintain reasonably uniform moisture content in aggregate stockpiles. 2.8.3. Chemical Admixtures.Store admixtures in accordance with manufacturer's recommendations and prevent admixtures from freezing. 3. EQUIPMENT 3.1. Concrete Plants and Mixing Equipment.Except for volumetric stationary plant or truck(auger)mixers, each plant and truck mixer must be currently cediled by the National Ready Mixed Concrete Association (NRMCA)or have an inspection report signed and sealed by a ficensed professional engineer showing concrete measuring,mixing,and delivery equipment meets all requirements of ASTM C94.A new 466 421 certification or signed and sealed report is required ovary time a plant is moved.Plants with a licensed professional sneer's inspection require re-inspection every 2 yr.Provide a copy of the certification or fire BOW and seated inspection report to the Engineer.Remove equipment or facllfliens from service until comacted when they fail to meet specification requirements. When allowed on the plans or by the Engineer,for concrete classes not identified as structural concrete In Table 8 or for Class C concrete not used for bridge-less structures,the Engineer may Inspect and approve all plants and trucks instead of the NRMCA or non-Department engineer-sealed cortiicadons.The criterfe and frequency of Engineer approval of plants and bucks is the same used for NRMCA certification. Inspect and furnish inspection reports on the condition of blades and fns and their percent wear from the original manuisclurer's design for truck mixers and agitators annually.Repair mixing equipment exhibiting 10%or more wear before use.If an Inspection within 12 mo.is not practical,a 2-mo.grace period(for a maximum of 14 mo.between Inspections)is permitted. 3.1.1. Scales.Check all scales before beginning of operations,after each move,or whenever their accuracy or adequacy is questioned,and at least once every 6 mo.Immediately corned defdencies,and recalixate. Provide a record of calibration shotiving scales in compliance with ASTM C94 requirements.Check batchirg accuracy of volurnehic water belching devices at least every 90 days.Check batching accuracy of dwrical adnixhae dispensing devices at least every 6 mo.Perform daily checks as necessary to ensure measuring accuracy. 3.1.2. Volumetric Mixers.Provide volumetric mixers with rating plates defining the capadtyr and the performance of the mbcer in accordance with the Volumetric Mixer Manufacturers Bureau or equivalent.Provide volumetric mixers dud comply with ASTM C685.Provide test data showing mixers meet the a illor illy test requirements of Tex472-A. Unless allowed on the plans or by the Engineer,volumetric truck(auger)mixers may not supply classes of concrete identified as structural concrete In Table 8. 3.1.3. Agkotors and Truck and Stationary Mixers.Provide stationary and truck mixers capable of combining time ingredients of the concrete into a tiroroughly mixed and uniform mass and capable of discharging the concrete so at least 5 of the 6 requirements of Tex 472-A are met. Perform concrete uniformity tests on mixers or agitators in accordance with Tex-472-A as directed,to resolve issues of nix uniformity and mixer performance. Perform the mixer or agitator uniformity test at the full rated capadty of the equipment.Remove all equipment ttraf bile the uniformity test from service. Inspect and maintain mixers and agitators.Keep them free of concrete buildup,and repair or replace worn or damaged blades or fins. Ensure all mixers have a plate affixed showing manufacturets recommended operating speed and rated capadty for mixing and agitating. 3.2. Hauling Equipment.Provide hauling equipment capable of maintaining the mixed concrete in a thoroughly mixed and uniform mass,and discharging the concrete with a saisfacbxy degree of uWarmhily. Provide equipment with smooth,mwrtar-tight metal containers equipped with gates that prevent accidental discharge of the concrete when using non-agitating equipment for transporting concrete. Maintain houirg equipment dean and free of built-up concrete. Testing Equipment.Furnish and maintain the following In accordance with the pertinent test procedure unless otherwise shown on the plans or specified: 467 421 • sieves necessary b palm aggregate gradation analysis when optimized aggregate gradation IS spec", • equipment necessary to perform Tex415-A and Tex422-A, ■ equipment necessary to perform Tex4&A or Tex428-A, • test molds, • curing facilities, ■ maturity meters if used,and ■ wheebarrow or other coawkier acceptable for the sampling of too concrete. Provide streM*Aesdng equipment when required In accordance with the Contract-controlling test unless shown otherwise. 4. CONSTRUCTION 4.1. Classi fcatlon of Concrete Mix Designs.Provide classes of concrete meeting the requirements shown in Table 8. A higher strength class of concrete with equal or lower water4o-cementitious material(wkm)ratio may be substituted for the specified class of concrete when approved. 4.2. Mix Design Proporlloning.Furnish mix designs using ACI 211,Tex-470-4,or other approved procedures for the classes of concrete listed In Table 8 unless a design method is indicated on the plans.Perform mix design proportioning by absokAe volume method unless otherwise approved.Perform cement replacement using equivalent weight method unless olhe wbe approved. Do not exceed the maximum Wan ralo listed in Table 8 when designing the mixture. 4.2.1. Cementitious Materials.Do not exceed 700 lb.of cemendlious material per cubic yard of concrete unless otherwise specified or approved. ■ Use cement of the same type and from the same source for monolithic plaowneMs. ■ Do not use supplementary cementing materials when white hydraulic cement is specified. Table 8 Concrete Closes Gass or Onion Max Coarse Cement Mix Exception to concrete St"*,, edam Agippsle Types Design Y onign options General Usages Min f.(pal) Ratio Gredesw Options When the ohmen*=meteriai cab.puller,anti 8 guW con"does not exceed om retards,sidvmft A 3,000 0.60 14.8 520 Wcm yd.,Clan C y ash dFWWAWs,bad-up wells, IPNIi,S 1,2,4,8�nhhe used Instead d Class F anchors,norweihforced dried ILI�'V T shaft ROW,lratlo signal conboler 8 2,000 0.60 2a W&Ions,awl roadside signs,and anchors Dried tharte,bridge subskudure,fridge railing, 4 1,YN, C"b except top slab d G 3,600 0!15 14 P,15, 14 direct trait arharls, IT,?V hsadmis,wing wells,Ydels, nwemin,concrete traic harrier VAW the cementitious material Seal wo" 1. cmftd does not exceed 520 E 3,000 050 2-6 k 1p,IS, 14 Ibku.yC Class C 4 ash may 9.1 V be used Instead of Class F M ash. 488 Table 8(continued) 421 Concrete(lasses Class of Design Max Coarse 1 111111K E s b concrete et O�a b � mix Design ONnsral� Min r�A Ratio rad p� 1,4 Y1. Railroad sbucbres; P Nolen OAS 2-5 P.IB, occasionally for bridge plas. IT columns,or bents Do not use Type III cement in Precast concrete,pos""On mabs nt t members Ftr Itobs 0.45 3-8 11,ITP,Y. 1� may be replaced win feted SCik when Option 4 b used for preced Corncreb. I ill.Yi. Smige dsbs,top slabs of aired Sr' 4,000 0.45 2-5 P,Ili, 1- kallc cuk erb,approach slabs ff,7V VN,en the cemeruilotm malarial Item e k k Y1. ceriert does not exceed 620 Canaeb PBV&TMI P 0.50 2-3 L,P,IS, 1-8 bkv.yd.,Class C k ash may TMICF010 If,V be used Inslead of Class F b soh. C06 4,800 OAO 6 Bridge deck concrete ovedey LMCt 4,000 0.40 8 -8 Lx-modlfad omaele 6-8 P� 1 ab 18, overlay �;V Use a mk nom camerWlorrs Slurry displacement shell, SSG 3,600 0.45 4� material Content of 858 blcu. underwater drilled shalt dcontcrab. 41,Y1, Nobs kv Notes 0.40 NOW 11 P,I8. If?V Aix dm*opil01 s do not apply. Concrete pavement,concreb HE$ Noter 0.45 Nolen I L,It 700 b.of cerrrrnMWous nreleW pawnentrepair IA%■ per cubic yard 1mil does not ltadrrion try ash replacement for oprmts 1 and 3 may be increased to 451.. (HPL) Nob„ 0.45 Note" h P,IB, 1-6,3 8 UP b 20%o(s blended Cement ut. I ,V may be replaced sdh listed SCMs for Option 4. Do not use Option 8 for precast txnrxete. Do not use Class C Fly Ash Type 046 may be used where aloered. Type I and Type M cements may be used wih Oplions 1-3,win a n n MI,It,P, medmum wkm of 0.40. (� Nob OAS Note IS,IT.T V 1-4,b 7 Up to 20%of blended Cement IAN may be replaced wih listed SCMs when Option 4 Is used for Precast oonaeb Do not use Option 7 for Precast Concreb. 1. Design strength must be attained within 56 days. 2. Do not tae Grede 1 coarse aggregate except in massive kneaUcns with 4 in.mk*nurn clear spacing between reinforcing steel bars,unless otherwise permdled.Do not use Grade 1 aggregate in driiled shafts. I use Grade 8 aggregate in extruded curbs unless otherwise approved. 4. r78mer grades of coarse aggregate maybe used In narstruct"concrete classes When elowed by the Engirear. 5. For Wwnation only. 6. Structural concrete classes. 7. Do rat use Type IT cwnmb containing>5%bnestone. 8. As shown on the plans or specified. B. *r denotes class of concrete drown on the plane or spealed 10. (HPC);High Performance Concrete,(SRC):Surate Resistant Conmeta. 11. Same as class of concrete shown on the plans. 469 421 4.2.2. Aggregates.Recycled crushed hydraulic cement concrete may be used as a coarse or fine aggregate In Class A,B.E,and P concrete.Limit recycled crushed concrete tine aggregate to a nwdnwan of 20%of the Iris aggregate. Use fight-colored aggregates when white hydraulic cement Is specified. Ilse fine aggregate with an acid insoluble residue of at least 60%by weight when tested in accordance with Tex-124 in all concrete subject to direct traffic. Use the foNowing equation to determine 9 the aggregate combination meets the acid insoluble residue reorement when blending fine aggregate or using an intermediate aggregate: (4 xPi)(A,x4)+k xPr)160% 100 Were: An=acid insoluble(%)of fine aggregate 1 A2=acid insoluble(%)of fine aggregate 2 Ai,=acid insoluble(%)of intermediate aggregate passing the 318 In.sieve *=percent by weight of fine aggregate 1 of the fine aggregate blend *=percent by weight of fine aggregate 2 of the fine aggregate blend F6=percent by vi*M of intermediate aggregate passing the 318 In.sieve Altematively to the above equation,blend fine aggregate with a rmicradeval loss of less than 12%when tested in accordance with Tex481-A,with at least 40%of a fine aggregate with an acid Insoluble residue of at 6351 60%. 4.2.3. Chemfol Admixtures.Do not use Type C.Type E,Type F,or Type G admixtures in Class S bridge dads concrete.Do not use chemical admixtures containing calcium chloride in any concrete. Use a 30%calcium nitrite solution when a corrosion-inhibiting admixture Is required.The corrosion-inhibiting admixture must be set neutral unless otherwise approved.Dose the admixture at the rate of gallons of admixture per cubic yard of concrete shown on the plans. 4.2.4. Air Entrainment.Use an approved air-entraining admixture when air-entralned concrete is specified,or Man an air-entraining admixture Is used at the Contractor's option,and do not exceed the manufacturer's recommended dosage.Ensure the minimum entrained air content is at least 3.0%for all classes of concrete except Class P when air-entralned concrete is specified,during trial batch,or when providing previous field data. i 4.2.5. Slump.Provide concrete with a slump in accordance with Table 9 unless otherwise specified.When approved,the slump of a given concrete mix may be increased above the values shown in Table 9 using chemical admixtures,provided the admixture-treated concrete has the same or lower waster-to cementilious material ratio and does not exhibit segregation or excessive bleeding.Request approval to exceed the slump limits in Table 9 sufficiently in advance for proper evaluation by the Engineer. Perform job-control testing of stump in accordance with Section 4211.4.8.3.1.,'Job-Control Testing.' 470 421 Table 9 Placement Skimp Requirements General Usage] Placement Slump Range,2 in. Walls over 9 In.thick columns, roach slabs concrete owedays 3 b 5 Bridge slabs,lop slabs of direct traffic cuhrerts,la u4nodifted concrete for bridge deck 3 to 5-111 owerlays Inlets,manholes,walls(less than 9 in.t>ick),bridge railing,culverts,concrete traffic barrier, 4 to 5-W concrete seal concrete Precast corwxeie 4 b 9 Underwater concrete plownents 6 to 8-111 See Item 416, Drilled shafts,slurry displace and underwater drilled drafts 'Drilled Shaft Fou datums.' Curb,gutter,curb and guter,concrete re lards,sidewalk,drwmays,anchors,dprap,small As approved roadside sign foundations concrete paverneit repair,concrete repair 1. For Information only. 2. For fiber reinforced concrete,perform slump before addition of fibers. 4.2.6. Affix Design Options, 4.2.6.1. Option 1.Replace 20%to 35%of the cement with Class F fly ash. 4.2.6.2. Option 2.Replace 35%to 50%of the cement with slag cement or MFFA. 4.2.6.3. Option 3.Replace 35%to 50%of the cement with a combination of Class F fly ash,slag cement,MFFA, UFFA,metakaolinn,or silica fume;however,no more than 35%may be fly ash,and no more than 10%may be silica turn. 4.2.6.4. Option 4.Use Type IP,Type IS,or Type IT cement as allowed In Table 5 for each class of concrete.Up to 10%of a Type IP,Type IS,or Type IT cement may be replaced with Class F fly ash,slag cement,or siliica, fume.Use no more it=10%silks fume In the final cementitious material mixture If the Type IT cernent contains silica fume,and silica fume Is used to replace the cement. 4.2.6.5. Option 5.Replace 35%to 50%of the cement with a combination of Class C fly ash and at least 6%of allies fume,UFFA,or metakaolln.However,no more than 35%may be Class C fly ash,and no more than 10% may be silica fume. 4.2.6.6. Option 6.Use a lithium nitrate admixture at a minimum dosage determined by testing conducted In accordance with Trey-471-A,lithium Dosage Detemrnaton Using Accelerated Mortar Bar Testing.'Before use of the mix,provide an annual certfled test report signed and sealed by a licensed professional engineer, from a laboratory on the Department's MPL,corded by the Construction Division as being capable of testing according to Tex-471-A,'Mium Dosage Determination Using Accelerated Mortar Bar Testing.' 4.2.6.7. Option 7.Ensure the total alkali contribution from the cement in the concrete does not exceed 3.5 lb.per cubic yard of concrete wfhen using hydraulic cement not containing SCMs calculated as follows: (lb.ormcrrt per cu.yd.)x(%t a20 equivalent in ament) lb.alkali per cu.yd._ 100 In the above calculation,use the mm*nu n cement alkali content reported on the cement mill certificate. 4.2.6.8. Option 8.Perform annual testing as required for any deviations from Options 1-5 or use mix design options listed in Table 10.Laboratories performing ASTM C1260,ASTM C1567,and ASTM C1293 testing must be listed on the Department's MPL Before use of the mbc,provide a certified test report signed and sealed by a licensed professional engineer dermonstratng the proposed mixture conforms to the requirements of Table 10. 471 421 Provide a certified test report signed and sealed by a licensed professional engineer,when HPC is required, and less than 20%of the cement Is replaced with SCMs,demonstrating ASTM C1202 test results indicate toe permeabiity of the concrete is less than 1,500 coulombs tested immediately after either of the fotiowing wring schedules: • Moisture cure specimens 56 days at 73'F. • Moisture cure specimens 7 days at 7rF followed by 21 days at 100'F. TabM 10 Option 8 Testi ng and Mix Dedgn ReQuIrentents ASTM C1260 Result Testing Requiramuft for Mix Design Materials N 1iNx Design Mix Design or Presatpthre Mix tin Options' Fine Aggregate Coarse Aggregate Datannine the dosage of SCMs needed to Will the 14-day expansion of each aggregates b 0.08%when tested kxki uaiy in accordance with A >0.10% >0.10% ASTM C1567;or Use a r*ft m of 40%(lass C fly ash with a maxlmurn CaO3 content o(26%. Use a minimum of 40%Class C lly ash with a mwJnw CaW content s 0.10% !90.10% of 25%or B Use any ternary combination►which roplaces 35%to 50%of cement. s 0.10% ASTM C12931 yr. Lbe a mirninwsn of 20%of any Class C fly ash;or Expansion s 0.04% Use any ternary corrnblrabn which 35%to 50%of dement. Determine the dosage of SCMs needed to kd the 14-day expansion of coarse and intemnedlaW aggregate to 0.08%when tested hndividualy C 10,10% >0.10% in accordance with ASTM C1567;or ilea a ml ninxm d 40%Class C By ash with a.nwdnrm Ca(Y content of 25%. Use a minlnxrn of 40%Class C fly ash with a nwir um CaV oontent ),0.10% s 0.10% of 25%or D I Use arry ternary oonrbination which relplaces 35%to 50%of c wient. ),0.10% ASTM C12931 yr. I Determine the dosage of SCMs needed lo limit the 14-day expansion of !Expansion!90.04% fine amranalle to 0.08%when tested In accordance with ASTM C1567. 1. Do not use Class C fly ash ff the ASTM C1260 value of die fine,role nediate,or coarse aggregate Is 0.30%or greater,unless the fly ash Is used as part of a ternary system 2. Intermediate size aggregates will fail under the requirecnenls of miry design coarse apNak 3. Average the CaO content from the Kobus ten values as listed on the mil cerrkaw. 4.17. Optimized Aggregate Gradation(OAG)Concrete.The gradation requirernents In Table 3 and Table 4 do not apply when OAG concrete is specified or used by the Contractor unless otherwise shown on the plans. Use Tex470-A to establish the optimized aggregate gradation.Use at least 420 6.per cubic yard of oementitious material when OAG concrete is used Mess odterwrise approved.Use a coarse aggregate wMh a maximum nominal size of 1-112 In.for Class P concrete.Use a coarse aggregate for all other classes of concrete with a maximum nominal size not larger than: • 115 the narrowest dimension between sides of forms,or • 113 the depth of slabs,or • 314 the minimum clear spacing between individual reinforcing bars or wires,bundles of bars,individual tendons,bundled tendons,or duds. Make necessary adjustments to individual aggregate staciole proportions during OAG concrete production when the gradation deviates from the optimized gradation requirements. 418. Self-Consolidating Concrete(SCC).Provide SCC meeting the Wowing requlremcrds shown in Table 11 When approved for use in precast concrete.Use concrete with a limp flaw dram can be placed witt d vibration and will not segregate or exc esshredy bleed. Request approval to exceed the slump flow limb sufficiently in advance for proper evaluation by the Engineer. 472 421 Table 11 Mix Dss Ign Requirements for SCC Tests Test Method Acceptable Umlts Flow for Precast Concrete ASTM C1611 22 lo 27' To,sec ASTM C1611 NO 7 VSI Rating ASTM C1611 0 or 1 Passing Abilt y,in. ASTM C1621 s 2 Segregation Coium % ASTM C1610 s 10 Blee(IN,% ASTM C232 s 2.5 1. These stung flow lirnils are generally acceptable for most applications.Howeer,AzW flow iMls may be a*nled during mix design approval prods and when approved by the Engineer. 4.3. Concrete Trial Batches.Perform preliminary and final trial batches when required by the plans,or when previous satisfactory field data Is not available.Submit previous satisfactory field data to the Engineer Mowing the proposed mix design conform to speiifcaton requirements when trial batches are not required and before concrete is placed. Perform preliminary and final trial batches for all self-consolidating comets mix designs. 4.3.1. Preliminary Trial Batches.Perform all necessary preliminary trial batch testing when required,and provide documentation including mix design,material proportions,and test results substantiating the mix design cmfomns to specification requirements. 4.3.2. Final Trial batches.Make all final trial batches uskg the proposed ingredients In a mixer that Is representative of the mixers to be used on the job when required.Make the batch sae at least 50%of the mixer's rated capacity.Perform fresh concrete tests for air content and shnnp,and make,cure,and test strength specimens for compliance with specification requirements.Test at least one set of design stye no specimens,consisting of 2 specimens per set,at 7-day,2&day,and at least one additional age unless otherwise directed.Before plating,provide the Engineer the option of witnessing final trial batches,including the testing of the concrete.If not provided this option,the Engineer may require additional bias batches, inclrrdtng feeling,before the comets Is placed. Conduct all testing listed in Table 11 when performing trial batches for self-consofidating concrete.Make an additional mixture with 3%more water than the preliminary trial batch.Make necessary adjrsbnents to the mix design lf this additional mixture does not meet requirements of Table 11.Cast and evaluate mock-ups for precast concrete that are representative of the actual product as directed.Provide the Engineer the option of witnessing final trial batches,Including the testing of the concrete and the casting g of the mock-tips before placement.If not provided this option,the Engineer may require additional trial batches,including testing and mock-rips,before the concrete is placed. Establish 7-day compressive strength target values using the following formula for each Class A,B,and E concrete mix designs to be used: Target value=Minims designalrengthx 7-dayavg.trial batch strength 28-dayavgArialbatcheirengh Submit previous satisfactory field data,data from a new trial batch,or other evidence shoWng the change A not adversely affect the relevarit properties of the concrete when changes are made to the type,brand,or source of aggregates,cement,SCM,water,or chemical admixtures.Submit the data for approval before making changes to the nix design.A change In vendor does not necessarily constitute a change in materials or sauce.The Engineer may waive new trial batches when them Is a prior record of satisfactory performance with the ingredients.During concrete production,dosage changes of rcw&W admixtures used in the trial batches vA not require a re-evaluation of the mix design. 473 421 The Contractor has the option of performing trial batches in conjuuncicn with concrete placements except for SCC mixtures,when new trial batches are required during fine course of the project.0 the concrete fails to meet any requirement,the Engineer will determine acceptability and payment adjustments. Establish the strength-maturity relationship in accordance with Tex426-A when the maturity method is specified or permitted.When using the mabrfty method,any changes in any of the Ingredients,including changes In proportions,will require the development of a new strength-mafiuity reMonship for the mix. 4.3.3. Mix Design of Record.Once a trial batch or previously satisfactory field data substantiates the mist design, the proportions and mixing methods used become the mix design of record.Do not exceed mix design water- to-c amentitious material ratio. 4.4. Production Testing. 4.4.1. Aggregate Moisture Testing.Determine moisture content per Tex-409-A or Tex-425-A for coarse, intermediate,and fine aggregates at least twice a week,when there Is an apparent chwnge,or for new shipments of aggregate.When aggregate hoppers or storage bins are equipped with properly maintained electronic moisture probes for continuous moisture delermination,moisture tests per Tex-409-A or Tex-425-A are not required.Electronic moisture pubes,howm,must be verified at least every 90 days against Tex409-A and be accurate to within 1.0%of the actual moisture content. When producing SCC,and when aggregate hoppers or storage bins are not eopped with electric moisture probes,determine the moisture content of the aggregates before producing the first concrete batch each day. Thereafler,determine the moisture content every 4 hr.or when there is an apparent change while SCC is being produced. 4.4.2. Aggregate Gradation Testing.Perform a sieve analysis In accordance with Tex401-A on each stockpile used in the blend at least one day bebre producing OAG concrete when producing optimized aggregate gradation concrete.Perform sieve analysis on each stockpile alter every 10,000 cubic yards of QAG concrete produced.Provide sieve analysis data to the Engineer. 4.5. Measurement of Materials. 4.5.1. Mort-Volumetric Mixers.Measure aggregates by wra ght.Correct batch weight measurements for aggregate moisture con tent.Measure mixing water,consisting of water added to the batch,ice added to the batch, water occurring as surface moisture on the aggregates,and water introduced in the form of admixtures,by volume or weight.Measure Ice by went.Measure Dement and supplementary cementing materials In a NW and on a separate scale from those used for other materials.Measure the cernent first when measuring the cumulative wereigK Measure concrete chemical admixtures by weight or volume.Measure batch materials within the tolerances of Table 12. Table 12 Mix Design Bafthina Tolerances—Non-Volumetric We s Material Tolerance Cement wt -1 to+3 SCM wt -110+3 Cement+SCM cumulative we wt. -110+3 Water,wt or volume *3c Fine aggregate,wt *2 Coarse aggregate,wt. *2 Fine+worse aggregate cumuletivewe wt *1 Chemical admixtures wt.or vokwre *3 1. Allowable deviant from target weight not inducting water withtwO or moisture in the aggregate.The Engineer will verify the waler-ImanenYtlous material ratio ir.within SWAM limits. Ensure the quantity measured,when measuring cementitious materials at less than 30%of scale capacity,is accurate to not less than the required amount and not more than 4%in excess.Ensure the cumulative quantity,when measuring aggregates in a crrwulallve weigh batcher at less than 30%of the scale capacity, 474 421 is measured accurate to t0.3%of scale capacity or t3%of the required cuamdadve weight,whichever Is less. Measure cement in number of bags under special circumstances when approved.Use the weights listed on the padxaging.Weighing bags of c ament is not required.Ensure fractional bags are not used except for srnaN hand4nixed batches of approximately 5 cu.b or less and when an approved method of volumetric or weight measurement is used. 4.52. Volumetric Mbcers.Provide an accurate method of measud ng all ingredients by volume,and calibrate equipment to assure correct measurement of materials within the specified tolerances.Base tolerances on vokrnw-weight relationship established by calibration,and measure the various ingredients within the tolerances of Table 13.Correct batch measurements for aggregate mohshre content. Table 13 Mix Design.Batchin Tolerances—"rnetrIc Misers Matertal Tolerance wL% 0to+4 SCM wL% 01044 Fine wt.% t2 Coarse sogregale.wt.% t2 Admixtures wL or volume% t3 Water w6 or volume% t1 4.6. Mixing and Delivering Concrete. 4.6.1. Mixing Concrete,Operate mixers and agitators within the limits of the rated capacity and speed of rotation for mixing and agitation as designated by the manufacturer of the equipment.Provide concrete in a thoroughly mixed and uniform mass with a satisfactory degree of uniformity when tested In accordance with Tex-472-A. Do not topaoad new concrete onto returned cmaele. Adjust mixing tknes and batchfng operations as necessary when the concrete contains silica fume to ensure the material is completely and uniformly dispersed in the mix.The dispersion of the silica fume within the mix A be verified by the Construction Division,Materials and Pavements Section,using cylinders made from trial batches.Make necessary changes to the belching operations,ti uniform dispersion is not achieved,until uniform and complete dispersion of the silica fume Is achieved. Mix concrete by hand methods or in a small motor-driven mixer when permitted,for small placements of less than 2 cu.yd.For such placements,proportion the mix by volume or weight. 4.6.2. Delivering Concrete.Deliver concrete to the project in a thoroughly moved and uniform mass,and discharge the concrete with a satisfactory degree of uniformity.Conduct testing in accordance with Tex-472-A when Owe is a reason to suspect the uniformity of concrete and as directed. Maintain concrete delivery and placement rates sufficient to prevent cold joints. Adding chemical admixtures or the portion of water withheld is only permitted at the jobsite,under the supervision of the Engineer,to adjust tine slump or slump flaw of the concrete.Do rat add water or chemical admixtures to the batch attar more than an amount needed to conduct slump testing has been discharged. Turn the drum or blades at least 30 additional revolutions at mixing speed to ensure thorough and uniform mbdng of the concrete.When this water is added,do not exceed the approved mix design water-to- carmentitlous material ratio. Before unloading,furnish the delivery ticket for the batch of concrete containing the information required on Department Form 596,'Concrete Batch Ticket.-The Engineer will verify all required information is provided on the delivery tickets.The Engineer may suspend concrete operations until the corrective actions are 475 421 Implemented if delivery tickets do not provide the required Information.The Engineer will verify the design water4o-cementiUous material rata is not exceed. Begin the discharge of concrete delivered In trick mixers within the times listed in Table H.Concrete may be discharged after these times provided the concrele temperature and slump meet the requirements listed In this Item and other pertinent Items.Perform these tests with certified testing personnel per Section 421 A.8.1..Tardflkation of Testing Personnel.'Provide the Engineer the option of witnessing testing of the concrete.If not provided this option,the Engineer may require additional testing before the concrete is per• Talk 14 Concrete Discharas Times Fresh Concrete Max Time After catching for Max Time After Belching for Concrete Not Containing Concrete Containing Tanhperadrrs, F Type B or D Admixtures.min. Type 6 or D Admixtures+min. 9D and above 45 75 75 s T<90 60 90 T<75 90 120 1. Concrete must contain at least the minimum menufaclurers recommended dosage of Type B or D admbdkse. 4.7. Placing,Finishing,and Curing Concrete.Place,finish,and cure concrete in accordance with the pertinent Items. 4.8. Sampling and Testing of Concrete.Unless otherwise specified,all fresh and hardened concrete is subject to testing as follows: 4.81 Certification of Testing Personnel.Contractor personnel performing testing must be eft her ACI-oerttfied or qualified by a Department-recognized equivalent written and performance testing program for the tests being performed.Personnel peribmang these tests are subject to Department approval.Use of a cormhercal laboratory is permitted at the Conirector's option.AN personnel performing testing using the maturity method must be qualified by a training program recognized by to Department before using this method an the job. 4.8.2. Fresh Concrete.Provide safe access and assistance to the Engineer during sampling.Fresh concrete will be sampled for testing at the discharge end if using bait conveyors or pumps.When it is Impractical to sample at the discharge end,a sample wit be taken at the time of discharge from the delivery equipment and correlation testing will be performed and documented to ensure specification requirements are met at the discharge end. 4.8.3. Testing of Fresh Concrete.Test for the fresh properties listed In Table 15. Table 15 Fresh Concrete Tests Tests Test Methods Slump' Tex415,A T heel Tex422-A Air Condentk.2 Tex414- Tex416-A or ASTM C457 1. Jobcotrd testing performed by the Contractor. 2. Only required when ate-ertrakhed concrete is specified on the plans. Concrete with a stomp tower than the minimum placement slurgh In Table 9 after the addition of all water withheld,or concrete exhibiting segregation and excessive bleeding will be rejected. 4.8.3.1. Job-Control Taft.Perform job-control testing as specified In Table 16 unless otherwise specified. Provide the Engineer the opportunity to witness the testing.The Engineer may require a retest If not given the opportunity to witness.Immediately notify the Engineer of any nonconformity issues.Furnish a copy of all test results to the Engineer dally. 476 421 Table 16 Job-Control Tedin i Frequencies Concrete Placements Frequency Bridge Deck Placements Test l he first few loads,then every 60 cu. or fraction foreof. AN Olher SWctural Class Concrete Placements One test every 60 cu.yd.or fraction thereof per class ppr day, Nonstructural Class Concrete Plooements One lest every 180 cu.yd.or fraction thereof, Immediately resample and rarest the concrete stump when the concrete exceeds the slump range at time of placement If the concrete exceeds the stump range after the retest,and Is used at the Contractor's option, the Engineer will make strength specimens as specified in Article 421.5.,'Acceptance of Concrete.' 4.8.31 Strength Specimen Handling.Remove specimens from their molds and deliver Department test specimens to curing facilities wttihin 24 to 48 hr.after molding,in accordance with pertinent test procedures unless otherwise shown on the ph=or directed.Clean and prepare molds for reuse If necessary. 5. ACCEPTANCE OF CONCRETE The Engineer will sample and test the fresh and hardened concrete for acceptance.The test results will be reported to the Contractor and to concrete supplier.Investigate the quality of the materials,the concrete production operallm,and other possible problem areas to determine the cause for any concrete that falls to meet the required strengths as outlined below.Take necessary actions to correct the problem Including redesign of the concrete mix.The Engineer may suspend all concrete operations under the pertinent Items If the Contractor is unable to Wentify,document,and correct the cause of the low strengths in a timely manner. Resume concrete operations only after obtaining approval for any proposed corrective actions.Concrete failing to meet the required strength as outlined below will be evaluated using the procedures listed in Article 421.8.,'Measurement and Payment.' 5.1. Structural Class of Concrete.For concrete lasses identified as structural concrete in Table 8,the Engineer will make and test 7-day and 28-day specimens.Acceptance will be based on attaining the design strength given in Table 8. 52. Class P and Class HES.The Engineer will base acceptance in accordance with Item 360,'Concrete Pavement;and Item 361,'Repair of Concrete Pavement' 5.3. All Other Classes of Concrete.For concrete classes not identified as structural concrete In Table 8,the Engineer will make and test 7-day specimens.The Engineer will base ac ceplarca on the 7-day target value establisher)in accordance with Section 421.4.3.,'Concrete Trial Batches' 6. MEASUREMENT AND PAYMENT The work performed,materials fumished,equipmhent,labor,tools,and incidentals will rat be measured or paid for directly but will be subsidiary to pertinent items. The following procedure will be used to evaluate concrete where one or more project acceptance test specimens fart to meet the required design strength specified in this item or on the plans: • The concrete for a given placement will be considered structurally adequate and accepted at full price if the average of all test results for specimens made at the time of placement meets the required design strength provided no single test recut is less than 85%of the required design strength. • The Engineer will perform a structural review of the concrete to determine its adequacy to remain in service if the average of all test results for specimens made at the time of placement is less than the required design strength or If any lest results are less than 85%of the required design strength.If the in- situ concrete strength is needed for the structural review,take cores at locations designated by the 477 421 Engineer In accordance with Tex424-A.The Engineer Wit test the cores.The wring and testing A be at the Contra*es expense. • If all of the tested cores meet the required design streno,the concrete will be paid for at full price. • If any of the tested cores do not meet the required design strength,but the average strength attained is determined to be structurally adequate,the Engineer wIl determine the limits of the payment ad)uMnent using the folowing formula: A=B,. -53 -1+ 11. �L 5.32 t S,JJ 1�5, where: A=Amours m be paid per unit of measure for the entire placement In question S=Actual average strength from cylinders or cores.Use values from cores,If taken. S,=Wmum regpuired strength(specified) Bp=Unit Bid Price • If the siruclural review determines the concrete is not adequate to remain In service,the Engineer will determine the limits of the concrete to be removed. • The decision to reject structurally Inadequate concrete or to apply the payment adk st ment factor will be made no later than 56 days after placement. 478 Texas Department of Transportation Junction Boxes, Manholes, and Inlets Fabrication Plants (Multi-Project) NOTE: Refresh the page to view the most current list. Reference Refer to the Spec Book for information on the following: ♦ Item 465, "Junction Boxes, Manholes and Inlets" Fabrication Plants The following multi-project fabrication plants [as defined in Item 424, "Precast Concrete Structures (Fabrication)"] that produce precast junction boxes, manholes, and inlets have been approved in accordance with DMS-7340, "Qualification Procedure for Multi-Project Fabrication Plants of Precast Concrete Junction Boxes, Manholes, and Inlets,"which is referenced in Item 465. Junction Boxes,Manholes and Inlets Fabrication Plants Multi-Pro'ect Producer Code Fabricator Location 99726 Forterra(formerly Hanson Pipe and Precast,Inc. Grand Prairie,TX 99759 Forterra(formerly Hanson Pipe and Precast,Inc. Jersey Village,TX 99730 Forterra(formerly Hanson Pipe and Precast,Inc. San Antonio,TX 99732 Forterra(formerly Hanson Pipe and Precast,Inc. Waco,TX 99212 L&R Precast Concrete Works,Inc. Mission,TX 99706 Oldcastle Precast,Inc. Brookshire,TX 99718 Oldcastle Precast,Inc. Houston,TX 99487 Oldcastle Precast,Inc. Mansfield,TX 99957 Oldcastle Precast,Inc. San Antonio,TX 98041 Rinker Materials Sealy,TX 98246 Turner Company Rhome,TX 98040 Western Precast Concrete,Inc. El Paso,TX General The Department reserves the right to conduct random sampling and testing, and visual inspections of materials from approved precast junction boxes, manhole, and inlet multi- project fabricators. Department representatives may sample and inspect material from the fabrication plant or the project site. CST/M&P reserves the right to test samples to verify compliance with Item 465. For more information, contact CST/M&P's Structural Materials Branch at (512) 506-5924. Material Producer List 1 Texas Department of Transportation De.%i hated Fabricator Approval Stam.ps L&R PRECAST FORTEM CONCRETE WORKS,INC. GRAND PRAIRIE CERTIFIES CERTIFIES SPECIFICATION 01 P SPECIFICATION MISSION TX'�' COMPLIANCE COMPLIANCE Oldcas�e Precast FORTERRA BROOKSHIRE TEXAS JERSEY VILLAGE CERTIFIES CERTIFIES 01P SPECIFICATION SPECIFICATION COMPLIANCE COMPLIANCE 10 Oldcastle Precast FORTERRA HOUSTON TEXAS SAN ANTONIO CERTIFIES CERTIFIES 01 P SPECIFICATION SPECIFICATION COMPLIANCE COMPLIANCE OLDCASTLE PRECAST ER FORTERRA CERTIFIES WAC O SPECIFIC/WN MANSFIELD COMPLIANCE CERTIFIES 01P SPECIFICATION COMPLIANCE Material Producer List 2 Texas Department of Transportation TU RN ER ID Oldcastie Precast ` COMPANY 4 %home,ix SAN ANTONIO TEXAS CERTIFIES SPECIFICATION CERTIFIES COMPLIANCE SPECIFICATION I COMPLIANCE RINKER �►��"�� WESMMPfcnsT MATERIALS SEALY CERTIFIES CERTIFIES O SPECIFICATION SPECIFICATION COMPLIANCE COMPLIANCE Material Producer List 3 465 Item 465 • Junction Boxes, Manholes, and Inlets ,� � 1. DESCRIPTION Construct junction boxes,manholes,and inlets,complete In pace or to the stage detailed,intludkig furnishing and installing frames,grates,rigs,and covers. 2. MATERIALS Furnish materials in accordance weth the following: • • Item 421,'HydratAle Cement Concrete; • • Cast-in-place Junction boxes,manholes,iris,risers,and appurtenances are acceptable unless otherwise shown.Alternate designs for cast-in-place items must be acceptable b the Engineer and must conform to functional dimensions and design loa ft.Alternate designs must be designed and sealed by a licensed professional engineer. 2.1. Concrete.Fumish Class H concrete as referenced in Item 421'Hydraulic Cement Concrete,'except that Mix Design Options 1-8 will be allowed for timed precast Junction boxes,manholes,and inlets.Furnish concrete per DMS-7310,"Reinforced Concrete Pipe and Machine-Made Precast Concrete Box Culvert Fabrication and Plant Qual kation'for machine-made precast junctions boxes,manholes,and inlets. Fumish Class C concrete for cast-in-place manholes and inlets unless otherwise shown on the plans. 22 Mortar.Furnish mortar conforming to DMS-4675,'Cementtious Grouts and Mortars for Miscellaneous Applications' 2.3. Timber.Provide sound timber that is a minimum of 3 in,nominal thickness and reasonably free of knots and warps for temporary covers when used with Stage I construction(see Article 465.3.,'Constructon'j. 2.4. Other Materials.Use commercial-type hardware as approved. 3. CONSTRUCTION Construct all types of junclion boxes,manholes,and inlets either complete or in 2 stages,described as Stage I and Stage II. Construct the Stage I portion of junction boxes,manholes,and inlets as shown on the plans or as specified in this Item.Fumish and install a temporary cover as approved. Fumish and Install the storm drain pipe and a temporary plug 11or the exposed and of the storm drain pipe from the storm drain to a point below the top of curb indicated on the plans for Stage I construction of cast iron or steel inlet units. Construct Stage II after the pavement structure is substantially complete unless otherwise approved. Construct the remaining wall height and top of junction box,manhole,or inlet for Stags ll,and fumish and install any frames,grates,rings and covers,curb beams,or collecting basins required. 659 465 Construct cast4ri-plooe junction boxes,manholes,and inlets in awoWwmvA Item 420,Vowelle Unktishm. Forms will be required for all concrete wells. 3,1, Precast Junction Boxes,Manholes,and Inlets.Conshud formed precast Azdon bones,manholes,and Inlets In accordance with Item 420,"Concrete Substructures;except as otherwise noted it this Item. Consh ud machine4nade precast junction boxes,manholes,and Inlets In accordance with ASTM C478 except as odwrwise noted In this Item.Mix and place concrete for machine-made junction boxes,manholes, and Inlets per the requirements of DMS-7310,'Reimforoed Concrete Pipe and Mad*e Made Precast Concrete Box Cuhwt Fabrication and Plant Q<dk8ti0n.'Conform to the product pride variations and rejection criteria stated in ASTM 0478 for madOne-rmade precast 04on boxes,manholes,and Inlets.Cure all precast units in accordance with Item 424,'Precast Concrete Structural Members(Fabrication).' MWII•p*ct fabrication plants as defined in Item 424"Precast Concrete Skuctural Members(Fabrication); That produce manholes and filets will be approved by the Construction Division in accordance with MO&7340,'Qualification Procedure for Multi-Project Fabrication Plaints of Precast Concrete Junction Boxes, Manholes and Inlets.'The Department's MPL has a list of approved muki-pr*d plains. 3.1.1. U"Holes.Provide no more Ihan 4 filling holes In each section for precast unit$.Lifting holes may be cast,cut Info fresh concrete after form removal,or driled.Provide fiflig holes large enough for adequate filling devices based on the size and weight of time section.The maximum hole diameter is 3 In.at the inside surface of the wall and 4 in.at the outside surface.Cut no more than 5 In.In any direction of reinforcement per layer for INng holes.Repair spelled areas sround lifting holes 3.12 Martdng.Clearly mark each precast junction box,manhole,and inlet unit with the fallowing information: • name or trademark of fabricator and plant location; • product designation; in ASTM designation(K applicable); • date of manufacture; • designated fabricator's approval stamp;and • designation'SR'for product mesting sulfate-realstant concrete plan requirements(when applicable). 3.1.3. Storage and Shipment.Store precast units on a level surface.Do not ship unrks until design strength requirements have been met. 32 , at Re 3.3. Junction Boxes,Manholes,and Inlets for Precast Concrete Pipe Storm Drains.Construct junction boxes,manholes,and Wets for precast concrete pipe storm drains before comixWon of storm drain Tines Into or through the junction box,manhole,or inlet.Nosily cut all storm drains at the inside face of the wale of the junction box,manhole,or inlet. 3.4. Junction Boxes,Manholes,and Inlets for Box Storm Drains.Place bases or risers of junction boxes, manholes,and inlets for box storm drains before or in oonj xxd m with placement of the storm drain.Badcfil the junction box,manhole,or inlet and storm drain as a whole. 3.5. Inverts.Shape and route floor Inverts passing out or through the junction box,manhole,or hnlet as shown on the plans.Shape by adding and shaping mortar or concrete after time base Is placed or by placing the required additional material udtim the base. 660 465 3.6. Finishing Complete Junction Boxes,Manholes,and Inlets.Complete junction boxes,mantmAers,and inlets In accordance with the plans.BacWI to original ground elevation in accordance with Item 400, 'Excavation and Backfhll for Structures.' 3.7. Finishing Stage I Construction.Complete Stage I construction by constructing the wags to the elevations shown on the plans and backtiiling to required elevations in accordance with Item 400,'Excavationt and Backfill for Structures." 3.8. Stage tl Construction.Construct subgrade and base course or concrete pavement construction over Stage I jundan box,manhole,or inlet construction unless otherwise approved.Excavate to expose the top of Stage I construction and complete the junction box,manhole or Inlet In accordance with the plans and these Speciticatiahs,Including bacictig and cleaning of all debris from the bottom of the junction box, manhole,or inh t. 3.9. Inlet Unto.Inatall cast iron or steel Inlet units In conjunction with the oonstrhtcttorh of concrete orb and gutter.Set the inlet units securely in position before placing concrete for curb and gutter.Form openings for the inlets and recesses in orb and gutter as shown on the plans.Place and thoroughly oarwagdate concrete for curb and gutter adjacent to inlets and around the Inlet castings and formed openings and reuses without displacing the inlet units. 4. MEASUREMENT AN juncctim boxes,manholes,and inlets satisfactorily completed in accordance with the plans and specifications will be measured by each junction box,manhole,or Inlet,complete,or by each jurx*n box, manhole,or Inlet completed to the stage of construction required by the plans. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under Veasurement'will be paid for as follows: &2: So Wisle .PayomM Iar Wele will be wAWe of ft WA POW 11111 16F*&r.@RipW.*at If*"a -epssiw 6.9. Goinplift Jmd1mv Bem.Pernen!Im itamilmi bons will be wade of ft urA pdae bW WANNIien go fi-A Manholes Stage 1.Paynww a 16 f I Page ■ e. ■ 6.6. e , t 661 485 This price is full compensation for corsets,reinforcing stsef,mortar,frames,grates,rings and covers, exwmdon,and badfill and for all other materials,loofa,equipment,labor,aril irxddentals. 662 3471 13-1 TRAFFIC CONTROL Page 1 of 7 ADDENDUM#3 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices,Portable Message Signs and preparation of 7 a Traffic Management Plan. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Presented herein are changes to the standard specification. The Contractor 10 shall submit a Traffic Management Plan(TMP)for City acceptance and 11 implement traffic control per the TMP. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Installation of Traffic Control Devices 18 a. Measurement 19 1) Measurement for Traffic Control Devices shall be per month for the Project 20 duration. 21 a) A month is defined as 30 calendar days. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"shall be paid for at the 25 unit price bid for"Traffic Control". 26 c. The price bid shall include: 27 1) Traffic Control implementation 28 2) Installation 29 3) Maintenance 30 4) Adjustments 31 5) Replacements 32 6) Removal 33 7) Police assistance during peak hours 34 2. Portable Message Signs 35 a. Measurement 36 1) Measurement for this Item shall be per week for the duration of use. 37 b. Payment 38 1) The work performed and materials furnished in accordance to this Item and 39 measured as provided under"Measurement"shall be paid for at the unit 40 price bid per week for"Portable Message Sign'rental. 41 c. The price bid shall include: 42 1) Delivery of Portable Message Sign to Site CITY OF FORT WORTH WestcliJjDrainage Improvements Phase 2A—Storey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised November 22,2013 3471 13-2 TRAFFIC CONTROL Page 2 of 7 ADDENDUM#3 1 2) Message updating 2 3) Sign movement throughout construction 3 4) Return of the Portable Message Sign post-construction 4 3. Preparation of Traffic Management Plan Eeatml Details 5 a. Measurement 6 1) Measurement for this Item shall be per 7 Lump Sum. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the unit price bid per eaeh-"T-faffie EeR#el Detail" 1 I pr-epmd Lump Sum. 12 c. The price bid shall include: 13 1) Preparing the Traffic Management Plan''�lDetails for closures of 24 14 hours or longer 15 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 16 (TMUTCD) 17 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 18 4) Incorporation of City comments. 19 5) Application and cost for street Use Permit. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this Specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end of this 24 Specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 3. Item 502,Barricades,Signs,and Traffic Handling of the Texas Department of 27 Transportation, Standard Specifications for Construction and Maintenance of 28 Highways,Streets,and Bridges. 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Coordination 31 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 32 implementing Traffic Control within 500 feet of a traffic signal. 33 B. Sequencing 34 1. Traffic Management Plan must be first approved by the City and design Engineer 35 before implementation. Provide 30 days for City review and comment on the 36 TMP. The City retains the right to require revision and re-submittal of the 37 TMP within a reasonable amount of time. 38 C. Traffic Management Plan 39 Prepare and submit a TMP that includes the following items: 40 1. Traffic Control Plan(TCP)with plans/drawings as referenced by Part 3.3.A.2 41 2. The traveling public shall be notified by placing changeable message signs a 42 minimum of seven(7)days in advance of actual roadway closure or major 43 traffic modifications on Suffolk Drive,and in advance of lane closure on W 44 Seminary Drive. CITY OF FORT WORTH Westcliff Drainage Improvements Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised November 22,2013 347113-3 TRAFFIC CONTROL Page 3 of 7 ADDENDUM#3 1 3. Procedures to modify plans as needed to alleviate unreasonable construction- 2 related backups on Suffolk Drive that can be implemented within 48 hours 3 upon notification from the City. 4 1.5 SUBMITTALS 5 A. Provide the City with a current list of qualified flaggers before beginning flagging 6 activities. Use only flaggers on the qualified list. 7 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 8 Engineering Division,311 W. 10t1i Street. The 44 ff e!`,...trot Plan(T-GP)for-the 9 . 10 A copy of the approved TMP with detailed TCP plan sheets this T.,,ff:.. Gen4r-.' 11 1'4a*shall be submitted with the Street Use Permit. 12 G. TFaffie Control Plans shall be signed and sealed by a lieensed Texas Professional 13 €figifiee>= 14 D. Contractor shall prepare Traffic Management Gebel-Plan with TCP plan sheets+€ 15 . The Contractor will be responsible for 16 having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan 17 sheets. 18 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 19 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 20 changes to the Traffic Control Plan Sheets if required after the City has approved 21 the TMP.deyeloped by the Design Hn-* 22 G. Design Engineer will furnish standard details for Traffic Control. 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 24 A. Each traffic control plan shall be submitted to the City for review and approval a 25 minimum of fourteen (14)Calendar Days prior to implementation. The traffic 26 control plan shall include details for all detours,traffic control devices,striping,and 27 signage applicable to each phase of construction. Information included in the traffic 28 control plans shall be of sufficient detail to allow verification of design criteria and 29 safety requirements,which may include typical sections,alignment,striping layout, 30 drop-off conditions,site clearance,and temporary drainage. 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE 34 A. If at any time,the City determines the traffic control operations do not meet the 35 intent of the TMP or any specific traffic control plan,Contractor shall 36 immediately revise or discontinue such operations to correct the deficient 37 conditions within 48 hours. CITY OF FORT WORTH Westcliff Drainage Improvements Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised November 22,2013 3471 13-4 TRAFFIC CONTROL Page 4 of 7 ADDENDUM#3 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS 5 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 6 2.2 ASSEMBLIES AND MATERIALS 7 A. Description 8 1. Regulatory Requirements 9 a. Provide Traffic Control Devices that conform to details shown on the 10 Drawings,the TMUTCD,and TxDOT's Compliant Work Zone Traffic Control 11 Device List(CWZTCDL). 12 2. Materials 13 a. Traffic Control Devices must meet all reflectivity requirements included in the 14 TMUTCD and TxDOT Specifications—Item 502 at all times during 15 construction. 16 b. Electronic message boards shall be provided in accordance with the TMUTCD. 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL [NOT USED] 19 PART 3- EXECUTION 20 3.1 EXAMINATION [NOT USED] 21 3.2 PREPARATION 22 A. Protection of In-Place Conditions 23 1. Protect existing traffic signal equipment. 24 3.3 INSTALLATION 25 A. Traffic Management Plan 26 1. Develop and implement the project's TMP in accordance with and using the 27 standards in the TMUTCD including detailed traffic control plans which 28 provide for all construction stages,detours,lane closures,and phasing,as well 29 as all required switching procedures. 30 2. Produce a traffic control plan for each and every phase of Work that impacts 31 traffic and coordinate with City on the development of the plan. Obtain all 32 required permits from the City to implement plans. Traffic control plans shall 33 be designed,stamped,signed,and dated by a licensed Professional Engineer in 34 the State of Texas. All traffic control plans are subject to review by the City. 35 Detailed design sheets shall not have a scale greater than 1 11=401. 36 CITY OF FORT WORTH Westcliff Drainage Improvements Phase 2A—Storey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised November 22,2013 3471 13-5 TRAFFIC CONTROL Page 5 of 7 ADDENDUM 43 1 B. Design Parameters for Traffic Control Plans 2 1. Lane Widths: During construction,minimum lane width shall be 11 feet. 3 Upon review of the traffic control plans,the City may, in its sole discretion, 4 temporarily allow 10 foot lanes for short distances. 5 2. Number of Lanes: The minimum number of lanes to be maintained and open 6 to traffic during construction is as follows: 7 a. Suffolk Drive: If temporary road closure is not implemented during 8 construction on Suffolk Drive,minimum of two lanes(one in each 9 direction)must be open to traffic at all times. One Lane Two-Way traffic 10 will not be allowed. 11 b. W. Seminary Drive: One lane westbound and two lanes eastbound must 12 be open to traffic during construction. After hours,all lanes must be open 13 to traffic. 14 3. Temporary Road Closures: 15 a. Suffolk Drive: Temporary road closure is allowed under the condition 16 that all businesses and residents on Suffolk have access to their properties. 17 See 3.3.B.7. 18 b. Cherokee Trail and Surrey Street: Within the limits shown in the 19 sequencing plans,streets may be closed to through traffic only. 20 c. W. Seminary Drive—Temporary Road Closure not allowed. 21 4. Lane Closure Notice: With the exception of lane closures of less than 24-hour 22 duration,issue a Lane Closure Notice(LCN)to the City fourteen(14)Days 23 prior to the publication of any notices or placement of TCP devices associated 24 with lane closures and detour routing. The LCN shall contain the estimated 25 date,time,duration,and location of the proposed Work requiring the lane 26 closure. 27 5. Temporary Road Closure Notice: If temporary road closure is 10 days or less, 28 Issue a Temporary Road Closure Notice(TRCN)to the City fourteen(14) 29 Days prior to the publication of any notices or placement of TCP devices 30 associated with the closure and detour routing. Street closures in excess of 10 31 days require City Council Approval. Provide 45 day notice for City Council 32 review and approval prior to implementation. TRCN shall contain the 33 estimated dates,time,duration,and location of the proposed Work requiring 34 the street closure. 35 C. Remove existing pavement markings that conflict with temporary or permanent 36 pavement markings. These pavement markings shall be removed by any method 37 that does not materially damage the surface or texture of the pavement. Pavement 38 marking removal by over-painting is prohibited. 39 D. Install Traffic Control Devices straight and plumb. 40 E. Do not make changes to the location of any device or implement any other changes to 41 the Traffic Control Plan without the approval of the Engineer. 42 1. Minor adjustments to meet field constructability and visibility are allowed. 43 F. Maintain Traffic Control Devices by taking corrective action as soon as possible. 44 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 45 covering, or removing Devices. CITY OF FORT WORTH Westcliiff Drainage Improvements Phase 2.4—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised November 22,2013 3471 13-6 TRAFFIC CONTROL Page 6 of 7 ADDENDUM#3 1 2. Maintain the Devices such that they are properly positioned,spaced,and legible, 2 and that retroreflective characteristics meet requirements during darkness and rain. 3 G. If the Inspector discovers that the Contractor has failed to comply with applicable federal 4 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 5 lights,signs,or other precautionary measures for the protection of persons or property),the 6 Inspector may order such additional precautionary measures be taken to protect persons 7 and property- 8 H. Subject to the approval of the Inspector,portions of this Project,which are not affected by 9 or in conflict with the proposed method of handling traffic or utility adjustments,can be 10 constructed during any phase. 11 I. Barricades and signs shall be placed in such a manner as to not interfere with the sight 12 distance of drivers entering the highway from driveways or side streets. 13 J. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 14 be erected and mounted on portable supports. 15 1. The support design is subject to the approval of the Engineer. 16 K. Lane closures shall be in accordance with the approved Traffic Control Plans. 17 L. If at any time the existing traffic signals become inoperable as a result of construction 18 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 19 approved by the Engineer,to be used for Traffic Control. 20 M. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 21 turn-ons,street light pole installation,or other construction will be done during peak traffic 22 times(AM: 7 am—9 am,PM:4 pm-6 pm). 23 N. Flaggers 24 1. Provide a Contractor representative who has been certified as a flagging instructor 25 through courses offered by the Texas Engineering Extension Service,the American 26 Traffic Safety Services Association,the National Safety Council,or other approved 27 organizations. 28 a. Provide the certificate indicating course completion when requested. 29 b. This representative is responsible for training and assuring that all flaggers are 30 qualified to perform flagging duties. 31 2. A qualified flagger must be independently certified by 1 of the organizations listed 32 above or trained by the Contractor's certified flagging instructor. 33 3. Flaggers must be courteous and able to effectively communicate with the public. 34 4. When directing traffic,flaggers must use standard attire, flags,signs,and signals 35 and follow the flagging procedures set forth in the TMUTCD. 36 5. Provide and maintain flaggers at such points and for such periods of time as may be 37 required to provide for the safety and convenience of public travel and Contractor's 38 personnel,and as shown on the Drawings or as directed by the Engineer. 39 a. These flaggers shall be located at each end of the lane closure. 40 O. Removal 41 1. Upon completion of Work,remove from the Site all barricades,signs,cones, lights 42 and other Traffic Control Devices used for work-zone traffic handling in a timely 43 manner,unless otherwise shown on the Drawings. CITY OF FORT WORTH Westcli f'Drofnage Improvements Phase 2A—Stoney Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised November 22,2013 3471 13-7 TRAFFIC CONTROL Page 7 of 7 ADDENDUM#3 1 3.4 REPAIR/RESTORATION [NOT USED] 2 3.5 RE-INSTALLATION [NOT USED] 3 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.7 SYSTEM STARTUP [NOT USED] 5 3.8 ADJUSTING [NOT USED] 6 3.9 CLEANING [NOT USED] 7 3.10 CLOSEOUT ACTIVITIES [NOT USED] 8 3.11 PROTECTION [NOT USED] 9 3.12 MAINTENANCE 10 A. If a device ceases to function as intended, repair or replace the device or portions 11 thereof as necessary. 12 B. The Contractor shall monitor,document,and report the current status of traffic 13 control operations for the Work to the City on a monthly basis. If the City finds 14 any violation or non-compliance,the Contractor shall make the appropriate 15 corrections in a timely manner. 16 3.13 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required 19 CITY OF FORT WORTH WestclijjDrainage Improvements Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.191669 Revised November 22,2013 APPENDIX GC-4.01 Availability of Lands NONE---all work shall be performed within City R.0.W GC-4.02 Subsurface and Physical Conditions Geotechnical Study—PSI Report No. 03421009 City of Fort Worth Soil Lab Test Reports, dated 6122115& 1216114—12/30/14 GC-4.04 Underground Facilities SUE Plan(Level B) GC-4.06 Hazardous Environmental Condition at Site NONE GC-6.06.13 Minority and Women Owned Business Enterprise Compliance Special Instructions Subcontractor/Supplier Utilization Form Good Faith Effort Form Joint Venture Eligibility Form Prime Contractor Waiver Form GC-6.07 Wage Rates 2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) GC-6.09 Permits and Utilities Street Use Permit Application for Construction GC-6.24 Nondiscrimination NONE GR-01 60 00 Product Requirements City of Fort Worth Water Department's Standard Product List City-Wide Standard Products List CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Sheet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Storey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WeslcliffDriainage Improvements,Phase 2A—SwreyStreet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 fj�,�i Infornurtion �'�'�'� .To Build on Englneeri.V • Co w+dUM • TesOW GEOTECHNICAL EXPLORATION REPORT For the proposed PROPOSED STORM DRAINAGE IMPROVEMENTS SURREY STREET (BETWEEN W. SEMINARY DRIVE AND SUFFOLK DRIVE) FORT WORTH,TEXAS Prepared for Wade Trim 105-C North Oak Street Roanoke, Texas 76262 Prepared by Professional Service Industries, Inc. 4087 Shilling Way Dallas, Texas 75237 Telephone (214) 330-9211 PSI Project No. 03421009 August 17, 2015 Im wInformation .T 0 Build On Engtno day.Comuldng•7isdng August 17, 2015 Wade Trim 105-C North Oak Street Roanoke, Texas 76262 Attn: Mr. David T. Speicher, P.E. P: (682)237-7718 C: (682)237-7719 Re: Geotechnical Exploration Report Proposed Storm Drainage Improvements Surrey Street(Between W. Seminary Drive and Suffolk Drive) Fort Worth, Texas PSI Project No.: 03421009 Dear Mr. Speicher. Professional Service Industries, Inc. (PSI)is pleased to submit this Geotechnical Exploration Report for the proposed Storm Drainage Improvements along Surrey Street (Between W. Seminary Drive and Suffolk Drive)in Fort Worth,Texas.This report includes the results of field and laboratory testing as well as the recommended short term (undrained-total stress) and long term (drained-effective stress soil parameters along the proposed storm drainage alignment. PSI appreciates the opportunity to perform this geotechnical study and looks forward to continued participation during the design and construction phases of this project. If you have any questions pertaining to this report, or if PSI may be of further service, please contact our office at 214-330- 9211. PSI also has great interest In providing materials testing and inspection services during the construction of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. Respectfully submitted, PROFESSIONAL SERVICE INDUSTRIES, INC. DBA:PSI Inc. R gistered Engineering irm mortification:F-3307 K. Mohan Vennalaganti, P.E. it L ,'tw%,, h.D., P.E. Chief Engineer ®i�.: .•6•..b .. ....'J.�.."•fi'•"� 1p •�iP�1 ............... �....AHIT .. •UIIKgq r'...� ..... x$699 i �I�F���CFNdE�.•���s 9'r7 �7 Professlonal Service Indusides,Inc •4087 ShiRng way-Dallas.TX 75237•Phone 2141330.9211•Fax 2141333-2853 TABLE OF CONTENTS Page No. 1.0 PROJECT INFORMATION...............................................................................11 1.1 Project Authorization............................................................................................1 1.2 Project Description...............................................................................................1 1.3 Purpose and Scope of Services...........................................................................1 2.0 SITE AND SUBSURFACE CONDITIONS........................................................3 2.1 Site Description ....................................................................................................3 2.2 Field Exploration ..................................................................................................3 2.3 Laboratory Testing ...............................................................................................4 2.4 Site Geology.........................................................................................................4 2.5 Subsurface Conditions.........................................................................................4 2.6 Ground Water Information....................................................................................5 3.0 SOIL PARAMETERS .......................................................................................6 3.1 Soil Profile and Parameters..................................................................................6 3.2 Equivalent Fluid Pressures and Lateral Earth Pressures Coefficients.................6 3.3 Construction Considerations................................................................................7 4.0 REPORT LIMITATIONS...................................................................................9 APPENDIX Aerial Photo with Boring Locations Boring Logs Soil Profile Key to Terms and Symbols Used on Logs rv� . PROPOSED STORM DRAINAGE IMPROVEMENTS PSI REPORT NO.03421009 SURREY STREET(BETWEEN W.SEMINARY DRIVE AND SUFFOLK DRIVE)IN FORT WORTH,TEXAS AUGUST 17,2015 1.0 PROJECT INFORMATION 1.1 Project Authorization Professional Service Industries, Inc. (PSI) is pleased to submit this Geotechnical Exploration Report for the proposed Storm Drainage Improvements along Surrey Street(Between W. Seminary Drive and Suffolk Drive) in Fort Worth, Texas.This geotechnical engineering study was authorized by Mr. David T. Speicher with Wade Trim through "Wade Trim Subconsultant Agreement". The project scope was performed in general accordance with PSI Proposal No. 156084 dated June 30, 2015. 1.2 Project Description Project information was provided to PSI by Mr. Nick DuBose and Mr. David Speicher with Wade Trim. Based on the information provided, it is understood that the proposed project includes improvements to the storm drainage underground utility line along Surrey Street between West Seminary Drive and Suffolk Drive in Fort Worth, Texas. The proposed improvements will be approximately 1,200 feet long.The invert elevation for the storm drainage pipe will be approximately 18 to 20 feet below existing road surface. At this time, it is requested that PSI perform soil borings along the alignment of Surrey Street and perform laboratory testing to evaluate the subsurface conditions. It should be noted that the design of the proposed storm drainage underground utility line will be performed by others. The information presented in this report are based on the available project information, site location, laboratory testing, and the subsurface materials described in this report. If any of the noted information is incorrect, please inform PSI in writing so that we may amend the recommendations presented in this report if appropriate and if desired by the client. PSI will not be responsible for the implementation of its recommendations when it is not notified of changes in the project. 1.3 Purpose and Scope of Services The purpose of this study was to explore the subsurface conditions at the site and to provide geotechnical evaluation and recommendations for the proposed construction.The scope of work for this project included drilling a total of 2 borings, performing laboratory testing and preparing this data report. The scope of geotechnical data report includes: • A description of the sampling and testing procedures; • Boring Locations Plan and Site Vicinity Maps; • Soil Profiles with undrained (short term) and drained (long term) soil parameters; • Boring logs with laboratory test results of subsurface materials encountered including groundwater levels in the soil borings; • Equivalent Fluid Pressures and Lateral Earth Pressures Coefficients for the types of soils encountered. The scope of services also does not include an environmental assessment for determining the presence or absence of wetlands, or hazardous or toxic materials in the soil, bedrock,surface water, groundwater, or air on or below, or around this site. Any statements in this report or on the boring PROFESSIONAL SERVICE INDUSTRIES,INC. PAGE 1 OF 9 NEE . PROPOSED STORM DRAINAGE IMPROVEMENTS PSI REPORT NO.03421009 SURREY STREET(BETWEEN W.SEMINARY DRIVE AND SUFFOLK DRIVE)IN FORT WORTH,TEXAS AUGUST 17,2015 logs regarding odors, colors, and unusual or suspicious items or conditions are strictly for informational purposes.A geologic fault study to evaluate the possibility of surface faulting at this site was beyond the scope of this investigation. Should you desire a detailed fault study, please contact us. PROFESSIONAL SERVICE INDUSTRIES,INC. PAGE 2 OF 9 Iv 8 PROPOSED STORM DRAINAGE IMPROVEMENTS PSI REPORT NO.03421009 SURREY STREET(BETWEEN W.SEMINARY DRIVE AND SUFFOLK DRIVE)IN FORT WORTH,TEXAS AUGUST 17,2015 2.0 SITE AND SUBSURFACE CONDITIONS 2.1 Site Description The proposed storm drainage alignment will follow the alignment of Surrey Street between West Seminary Drive and Suffolk Drive in Fort Worth,Texas.Surrey Street is currently a two lane,asphalt, private residential road. The truck mounted drill rig experienced no difficulties in moving around the site during the field exploration work. 2.2 Field Exploration Subsurface conditions at the site were explored by drilling 2 borings to depths of 25 to 30 feet at the approximate locations shown on the Boring Location Plan included in the Appendix. Elevations of the ground surface at the boring locations were not provided to PSI and should be determined by others prior to construction. Therefore, the references to depth of the various materials encountered are from the existing grade at the time of drilling (August, 2015). The borings were drilled and sampled in general accordance ASTM standards. Drilling equipment utilized for this project included truck-mounted rotary drilling equipment with appropriate support vehicles. Field activities were accomplished in accordance with PSI's safety manual. The borings were drilled using continuous flight auger drilling techniques. The borings were sampled continuously to a depth of 10-feet and at five-foot intervals thereafter. Soil formations were sampled using a three-inch O.D. seamless steel tube sampler (ASTM D 1587) and a two-inch O.D. split barrel sampler(ASTM D 1586). A hand penetrometer was used as an aid in evaluating the relative shear strength of the soils encountered during drilling. The hand penetrometer readings are shown on the boring logs at the corresponding sample depths. In addition, rock formations were tested using Texas Cone Penetrometer in general accordance with TEX-132 E. Ground water level measurements were performed during and after completion at boring locations during the field operations and were noted on the boring logs. The borings were backfilled with soil cuttings and bentonite chips after the drilling operations were completed. The subsurface conditions during drilling were monitored, logged and visually classified in the field by a geotechnical technician. Field notes were maintained for soil types and description, water levels, changes in subsurface conditions, and drilling conditions. After completion of field activities,the samples were transported to the laboratory at the end of the field activities. The soil samples were sealed in plastic bags and placed in secured containers prior to being transported to the geotechnical laboratory. Boring logs, which include soil descriptions, water level information, laboratory test data, stratifications, classifications based on the ASTM D 2487 and sample types and depths, are included in the Appendix. A key to descriptive terms and symbols used on the boring logs is also presented in the Appendix. PROFESSIONAL SERVICE INDUSTRIES,INC. PAGE 3 OF 9 r WE PROPOSED STORM DRAINAGE IMPROVEMENTS PSI REPORT NO.03421009 SURREY STREET(BETWEEN W.SEMINARY DRIVE AND SUFFOLK DRIVE)IN FORT WORTH,TEXAS AUGUST 17,2015 2.3 Laboratory Testing Laboratory testing of soils were performed in general accordance with applicable ASTM procedures. The laboratory-testing programs were established so that the engineering design parameters produced from the tests are appropriate for use in the engineering analyses and in support of the conclusions and recommendations. The geotechnical laboratory testing included the following tests: 1. Classification (ASTM D 2487/2488) 2. Moisture Content(ASTM D 2216) 3. Atterberg Limits (ASTM D 4318) 4. Percent Soil Particles Finer than No. 200 Sieve (ASTM D1140) 5. Unconfined Compression Tests on Soil (ASTM D 2166) The samples not tested in the laboratory will be stored for a period of 60 days subsequent to submittal of this report and will be discarded after this period, unless other arrangements are made prior to the disposal period. 2.4 Site Geology As shown on the Dallas Sheet of the Geologic Atlas of Texas, the site is located in an area where Cretaceous Age undivided deposits of the Pawpaw Formation,Weno Limestone and Denton Clay are present at or near the ground surface. The undivided Pawpaw Formation, Weno Limestone and Denton Clay in the project area generally consist of interbedded clays, shales, marls, sandstones, Shelly aggregates, ironstones and limestones. The subsurface conditions encountered in the borings are consistent with the mapped site geology. 2.5 Subsurface Conditions The subsurface conditions identified at the boring locations are shown on the boring logs as included in Appendix of this letter. A key to terms and symbols used on the logs is also included in Appendix. Based on the subsurface conditions identified by the exploratory borings, the subsurface profile at this site is shown in Tables 2.1. The subsurface profile is included in Appendix. TABLE 2.1A GENERALIZED SUBSURFACE PROFILE Stratum Depth Range Description feet 1 0 to 12 Fat Clay (CH), dark brown to brown, yellowish brown, light brown, tan and gray 11 8 to 16 Lean Clay(CL), light brown, tan and gray 111 15 to 30 Limestone, tan and gray PROFESSIONAL SERVICE INDUSTRIES,INC. PAGE 4 OF 9 AM.AK . PROPOSED STORM DRAINAGE IMPROVEMENTS PSI REPORT NO.03421009 SURREY STREET(BETWEEN W.SEMINARY DRIVE AND SUFFOLK DRIVE)IN FORT WORTH,TEXAS AUGUST 17,2015 TABLE 2.1 B:SUMMARY OF FIELD AND LABORATORY TEST RESULTS MOISTURE SHEAR STRATUM CONTENT LIQUID PLASTIC PLASTICITY STRENGTH -200(%) BLOW COUNTS LIMIT LIMIT INDEX KSF SPT-N 1 12 to 26 54 to 68 22 to 27 27 to 41 HP:3.5 to 4.5 97 N: 26 Su:4.8 II 15 to 21 41 to 42 19 22 to 23 HP:3.5 to 4.5 Su:2.9 to 5.6 78 to 95 N: 15 to 37 III 10 to 17 - - - - - N: 80/7"to 50/1' TABLE 2.1 C: PAVEMENT THICKNESS INFORMATION BORING Asphalt Thickness BASE Thickness B-1 1 inches 7 inches B-2 2 inches 5 inches The above subsurface description is of a generalized nature to highlight the major subsurface stratification features and material characteristics. The boring logs included in the Appendix should be reviewed for specific information at individual boring locations. These records include soil descriptions, stratification, locations of the samples,and laboratory test data.The stratification shown on the boring logs represent the conditions only at the actual boring locations. Variations may occur and should be expected across the site. The stratification represents the approximate boundary between subsurface materials and the actual transition may be gradual. Water level information obtained during field operations is also shown on the boring logs. 2.6 Ground Water Information Water level measurements were performed during drilling and after completion of drilling. Groundwater was not encountered during drilling or at the completion of drilling activities. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land-use, proximity to creeks, streams and lakes, and recent rainfall conditions may influence the depths to the groundwater. If more detailed water level information is required,observation wells or piezometers could be installed at the site, and water levels could be monitored. The groundwater levels presented in this report are the levels that were measured at the time of our field activities. It is recommended that the contractor determine the actual groundwater levels at the site at the time of the construction activities to determine the impact, if any, on the construction procedures. PROFESSIONAL SERVICE INDUSTRIES,INC. PAGE 5 OF 9 III%Jr-ft I,w%-7, . PROPOSED STORM DRAINAGE IMPROVEMENTS PSI REPORT No.03421009 SURREY STREET(BETWEEN 1A1 SEMINARY DRIVE AND SUFFOLK DRIVE)IN FORT WORTH,TEXAS AUGUST 17,2015 3.0 SOIL PARAMETERS 3.1 Soil Profile and Parameters Based on the subsurface conditions identified, the soil strength parameters for subsurface profile along the wastewater line alignment were developed based on: 1) the results of the field and laboratory test data on selected soil samples, 2) subsurface profile developed (see Appendix), 3) engineering judgment based on experience with similar soils, and 4) published correlations. The soil strength parameters are provided in Table 3.1. TABLE 3.1:SOIL PROPERTIES ALONG THE ALIGNMENT OF MEADOW RANCH ROAD Short Term (Undrained) Long Term (Drained) Stratum Su c' (0' I and II: Clay(CL/CH) 2,000 psf 200 psf 200 III: Limestone 10,000 psf - 450 3.2 Equivalent Fluid Pressures and Lateral Earth Pressures Coefficients The lateral equivalent fluid pressure values for natural on-site clay soils is shown in Table 3.2. Table 3.3 shows active and at rest earth pressure coefficients. TABLE 3.2 EQUIVALENT FLUID PRESSURES POUNDS PER SQUARE FOOT PER FOOT OF WALL HEIGHT Active Condition At Rest Condition Type of Material Above Below Above Below W.T. W.T.(a) W.T. W.T.(a) Clay(CUCH) natural soils 61 31 82 41 Unit weight: 125 pcf; Effective Friction Angle: 200 Notes: (a) Buoyant lateral earth equivalent fluid pressures; does not include the hydrostatic fluid weight effect of 62.4 pcf; (W.T.): Water Table TABLE 3.3 LATERAL EARTH PRESSURE COEFFICIENTS Type of Material Active Condition At-Rest Condition (Ka) (Ko) Clay(CUCH) natural soils 0.49 0.66 Unit weight: 125 pcf; Effective Friction Angle: 200 The passive pressure coefficients can be taken as the inverse of active pressure coefficients (i.e, Kp = 1/Ka). PROFESSIONAL SERVICE INDUSTRIES,INC. PAGE 6 OF 9 PROPOSED STORM DRAINAGE IMPROVEMENTS PSI REPORT NO.03421009 SURREY STREET(BETWEEN W.SEMINARY DRIVE AND SUFFOLK DRIVE)IN FORT WORTH,TEXAS AUGUST 17,2015 3.3 Construction Considerations Underground utilities should be supported and constructed in accordance the City of Fort Worth guidelines, TXDOT or appropriate city, county requirements. The soils within the proposed wastewater line trench depths generally include fat clays. Groundwater was not observed during the drilling operations. Therefore, groundwater may not seep into the open excavations. It should be noted that the groundwater level may vary seasonally, and it is anticipated that water may seep into open excavations during underground utility construction at some locations.The water seepage into these excavations could be handled by pumping from sumps. If water seepage cannot be handled by pumping from sumps, PSI should be contacted for the appropriate dewatering system. The excavations should be clean and free of loose soil or standing water. Temporary Shoring for Excavations — Temporary shoring and bracing should be provided for excavations with vertical faces deeper than four feet in accordance with OSHA requirements. Shoring and bracing requirements for excavations deeper than four feet should conform to applicable federal, state and local regulations. The guidelines provided in the construction requirement section should be followed. Trench-boxes or other proper shoring systems are required for shoring the excavations. The soils found at this project can be classified as"Type C" according to OSHA. The above lateral equivalent fluid pressure and lateral earth pressure coefficients should be used for the sharing evaluation. It is suggested that construction equipment and excavated materials should be kept away from the excavation at a minimum distance equal to the excavation depth to avoid surcharging of the excavation walls. If the utility alignments require trenching near existing foundations, PSI should be contacted to evaluate the effects of excavation on these nearby foundations. Trench Backfill — The on-site clay soils can be use as the backfill materials within trench excavation. Backfill materials should be free of organics, miscellaneous debris and a particle size of 3 inches or less. Common fill should be placed in maximum 8-inch loose lifts and compacted to the specifications as shown in Table 3.4. If the proposed wastewater line is constructed within pavement areas, the upper 12 inches below the pavement section should be backfilled with select fill material. The pavement section should be constructed to match the existing pavement section appropriately. Select fill materials shall be sandy lean clay or lean clay (CL) soils that have a liquid limit not greater than 35 and a plasticity index between 8 and 18. Naturally occurring Clayey Sand (SC) soils that meet the above plasticity requirements and have a percent passing no.200 sieve greater than 40% may also be considered as select fill materials. Select fill should be placed in maximum 8-inch loose lifts and compacted to the specifications as shown in Table 3.4. TABLE 3.4: COMPACTION SPECIFICATIONS MINIMUM PERCENT OF RANGE OF COMPACTION PROCTOR FILL TYPE MAXIMUM DRY DENSITY MOISTURE FROM OPTIMUM TEST MDD MOISTURE CONTENT OMC METHOD On-Site Soil 95 +2%or greater ASTM D 698 Select Fill 95 0% to+4% ASTM D 698 PROFESSIONAL SERVICE INDUSTRIES,INC. PAGE 7 OF 9 /_ %-FAF , PROPOSED STORM DRAINAGE IMPROVEMENTS PSI REPORT NO.03421009 SURREY STREET(BETWEEN W.SEMINARY DRIVE AND S'U'FFOLK DRIVE)IN FORT WORTH,TEXAS AUGUST 17,2015 For any areas where is difficult for compaction equipment, the backfill within these areas should consist of self-compacting or self-setting flowable fill in accordance with Item 401 of TXDOT specifications; or, low strength concrete; or, cement stabilized sand. PROFESSIONAL SERVICE INDUSTRIES,INC. PAGE 8 OF 9 ffi�� PROPOSED STORM DRAINAGE IMPROVEMENTS PSI REPORT NO.03421009 SURREY STREET(BETWEEN W.SEMINARY DRIVE AND SUFFOLK DRIVE)IN FORT WORTH,TEXAS AUGUST 17,2015 4.0 REPORT LIMITATIONS The geotechnical information submitted herein are based on the available subsurface information obtained by PSI and design details furnished by the design team. It is noted that the stratification shown on the boring logs represent the conditions only at the actual boring locations. Variations may occur and should be expected across the site. The stratification represents the approximate boundary between subsurface materials and the actual transition may be gradual. PSI shall not be responsible for the incorrect interpretation of the information presented herein. The geotechnical engineer warrants that the findings,or professional information contained herein have been made in accordance with generally accepted professional geotechnical engineering practices in the local area. No other warranties are implied or expressed. This report has been prepared for the exclusive use of the client and its authorized users for the specific application to the proposed project. PROFESSIONAL SERVICE INDUSTRIES,INC. PAGE 9 OF 9 fi r;;,,rft; v.-KENIF PROPOSED STORM DRAINAGE IMPROVEMENTS PSI REPORT NO.03421009 SURREY STREET(BETWEEN W.SEMINARY DRIVE AND SUFFOLK DRIVE)IN FORT WORTH,TEXAS AUGUST 17,2015 APPENDIX PROFESSIONAL SERVICE INDUSTRIES,INC. r� W Vermont Ave C d Pleasant St t Y ti Timothy Rd �' 0 s s o N May St � .T C C O r Hemphill St Hemphill St Hemphib St .� p ° M 3 Lipscomb St E c t C kqe Ave C~Ave rM N ti S Adages St S Adams St d 3 Sth C Aye 5th Ave C d 3 $ 6th Ave 6th Ave -Ct a 4) m m r; w Sth Ave Jame Ave ; James Ave o 0 CL o Frazier Ave C Z Frazier Ave F � tj }, Way Ave �j t) .ide 3 McCart Ave McCart Ave Sa Wage Ave to d Merida Ave ,+��' H i Merida Ave fn Lubbock Ave a Lubbock Ave ab3 _ ,pestr teelr or o � N ern Dr Slarkum Ex W v Et Carol"ad $ c < • m VeQs 0 C� U)v 3 n 3 CO j ^l� Woo"ay or Surrey Street . .. $ M b h 15CMIGa. 1 WEST SIDE OF SURREY ST. NEAR THE NORTH SIDE OF W SEM- 14ARY DR.(WITHIN 100e OF VV SEMINARY NORTH CURB LINE) " . WEST SIDE OF SURREY ST. NEAR OR IN THE 04TERSECTION p OF CHEROKEEISURREY OR s ► I iFF-::'Iv R Y. ik e F f , - a T e 5 T 5 f Fr �. 3 y ti OF �1r VP : I„ Proposed Storm Drainage Improvements � 'J" Boring Location Plan Surrey Street XbBuild On PSI Project No.: (Between W. Seminary Drive and Suffolk Drive) 4087 Shilling Way-Dallas,Texas 75237 03421009 Fort Worth Texas �214J 330-9211-FAX(2141 333-2853 ' LOG OF BORING B-1 Proposed Storm Drainage Improvements Surrey Street (Between W. Seminary Drive and Suffolk Drive) in Fort Worth, Texas TYPE OF BORING: SOLID FLIGHT AUGER LOCATION: See Boring Location Plan PSI Project No.:03421009 w COORDINATE(X)OR EASTING: wo COMPRESSIVE w a COORDINATE(Y)OR NORTHING: Zz o o� U STRENGTH Z> APPROX.SURFACE ELEVATION: ��rn �W Q� rn� �p TONS/SQ.FT. �v wa (n(n CL LATITUDE: �U�' �� �� Z o a a z a S p rOn ~-J g0 a a OHP •UC AUU ~v U UJ o V LONGITUDE: m v z v DESCRIPTION o 1 2 3 4 5 �-inch Pavement, -inc FAT CLAY(CHI,brown and yellowish brown,very stiff 24 to hard 23 60 22 38 a' C7 S 25 N M -light brown,tan and gay,with calcareous,6 to 12 feet z 12 W 1 111111 11 a. I IN 11 11 4 24 54 27 27 I IN 11111 'M 105 4.76 97 °a 1 3 N:26 23 LEAN CLAY(CLI,gay,hard o N:37 16 111111111111 IN 3 0 15 41 19 22 78 i 1 L NE_STONE gay,very soft to hard N:50/2" 14 0 s K 0 N 0 0 N:50/5" 11 y 2 K O w IN 0 t; 0 o 4:50/5.5' 17 c 2 3 a 0 0 a N O N 3 0 0 i 0 0 I it x UtPTH OF BORING: 25 FEET DEPTH TO GROUND WATER 5 DATE DRILLED: 8/3/15 GROUND WATER DURING DRILLING: Not Encountered o NOTES: GROUND WATER AFTER DRILLING:Dry m DELAYED GROUND WATER: /nfrrn►rrrtiurr Geotechnical Consuftg Services !ir Build Orr 4087 Shilling My �.ati•a..��•+�+� Dallas,Texas 75237 LOG OF BORING B-2 Proposed Storm Drainage Improvements Surrey Street (Between W. Seminary Drive and Suffolk Drive) in Fort Worth, Texas TYPE OF BORING: SOLID FLIGHT AUGER LOCATION: See Boring Location Plan PSI Project No.:03421003 W COORDINATE(X)OR EASTING: W o COMPRESSIVE WE (L JJ COORDINATE OR NORTHING: �" p �? STRENGTH g z APPROX.SURFACE ELEVATION: �a �w O' u~i o TONS/SQ.FT. LL w ro w O LATITUDE: aU0 Oz JJ aJ z ova az a8 LONGITUDE: ~m �O a O HP •UC A UU i v W e DESCRIPTION U ILI PL P 0 1 2 3 4 5 cash -inc Pavement, in FAT CLAY(CHI,dark brown to brown and yellowish 19 brown,hard 21 a c� of ° 26 68 27 41 N M z 26 W LEAN CLAY(CLI,light brown,tan and gray,very stiff to hard N:15 ku °a 1 3 18 42 19 23 111 2.91 95 0 19 a 15 21 109 5.61 z LIMESTONE,weathered,tan,hard N:50/1" 12 0 i; 0 N F 2 LIMESTONE,gray,very soft to hard o N:8017" 12 w 0 W N:50/1" 11 0 W 11 111111111 111 2 5 a 0 0 a' N N N:50/3" 10 3 0 c� z 0 W 0 O x N UtPTH OF BORING: 30 FEET DEPTH TO GROUND WATER 5 DATE DRILLED: 8/3/15 GROUND WATER DURING DRILLING: Not Encountered GROUND WATER AFTER DRILLING:Dry r+oTIEs: DELAYED GROUND WATER: J m ' l��rm�rliun Geotechn-1 Consuling SerNces Lt/_ 1 Rudd Orr X87 Shilling Way so-.mw"e..wv•waw Dallas,Texas 75237 KEY TO TERMS AND SYMBOLS USED ON LOGS ROCK CLASSIFICATION CONSISTENCY OF COHESIVE SOILS ROCK QUALITY CONSISTENCY N-VALUE SHEAR STRENGTH HAND PEN VALUE RECOVERY DESIGNATION (RQD) (Boot) (tsf) (tsf) Very Soft 0 TO 2 0 TO 0.125 0 TO 0.25 DESCRIPTION OF %CORE DESCRIPTION OF ROCK RECOVERY RECOVERY QUALITY ROD Soft 2TO4 0.125 TO 0.25 0.26 TO 0.5 Incompetent <40 Very Poor(VPo) 0 TO 25 Firm 4 TO 8 0.25 TO 0.5 0.5 TO 1.0 Competent 40 TO 70 Poor(Po) 25 TO 50 Stitt 8 TO 15 0.5 TO 1.0 1.0 TO 2.0 Fairly Continuous 70 TO 90 Fair(F) 50 TO 75 Continuous 90 TO 100 Good(Gd) 75 TO 90 Very Still 15 TO 30 1.0 TO 2.0 2.0 TO 4.0 Excellent(Exlnt) 90 TO 100 Hard >30 >2.0 OR 2.0+• >4.0 OR 4.0a SOIL DENSITY OR CONSISTENCY DEGREE OF PLASTICITY OF COHESIVE SOILS DENSITY CONSISTENCY THD DEGREE OF PLASTICITY SWELL POTENTIAL (GRANULAR) (COHESIVE) (BLOWS/FT) FIELD IDENTIFICATION PLASTICITY INDEX(PQ Very Loose(VLo) Very SoR(VSo) 0 70 8 Core(height twice diameter)sags under None or slight 0 to 4 None own weight Loose(Lo) Soft(So) 8 TO 20 Core can be pinched or imprinted easily Low 4 to 20 Low with finger 20 to 30 Medium Slightly Compact Core can be imprinted with considerable Metllum (SICmpt) Stiff(St) 20 TO 40 pressure High 30 to 40 High Compact(Cmpt) Very Still(VSt) 40 TO 80 Core can only be imprinted slightly with fingers Very High >40 Very High Dense(De) Hard(H) 80 TO 57100 Core cannot be imprinted with fingers but can be penetrated with pencil Very Dense(VDe) Very Hard(VH) 50100 to 07100 Core cannot be penetrated with pencil BEDROCK HARDNESS MOISTURE CONDITION OF COHESIVE SOILS MORHS' CHARACTERISTICS EXAMPLES APPROXIMATETHD DESCRIPTION CONDITION SCALE PEN TEST Sandstone,Chart,Schist,Granite, Very Hard 0"10 Absence of moisture,du 5.5 to 10 Rock will scratch knife Sandstone, some Limestone (VH) 2"/100 ' DRY dry to touch Rock can be scratched Siltstone,Shale,Iron Deposits,most 1'to 3 to 5.5 with knife blade Limestone Hard(H) 5'/100 Damp but no visible water MOIST 1 to 3 Rods can be scratched Gypsum,Calcite,Evaporhes,Chalk, Soft($o) 4"to Visible free water WET with fingernail some Shale 8"/100 RELATIVE DENSITY FOR GRANULAR SOILS SAMPLER TYPES SOIL TYPES APPARENT SPT CALIFORNIA MODIFIED CA. RELATIVE DESNITY (BLOWSIFT) SAMPLER SMAPLER DENSITY(%) (BLOWS/FT) (BLOWS/FT) Very Loose o to a o to 5 o to 4 0 to 15 No TXDOT SHELBY CLAY(CL) CLAY(CH) SILT Loose 4 to 10 51015 5 to 12 15 to 35 SAMPLE CONE TUBE Medium Dense 10 to 30 15 to 40 12 to 35 35 to 85 0 d d Dense 30 to 50 40 to 70 35 to 60 85 to 85 IJMESTONE SHALE SANDSTONE NO ROCK SPLR Very Dense >50 >70 >60 85 to 100 RECOVERY CORE SPOON .•,�:°r C O e ABBREVIATIONS FILL PL ��� LL PL—Plastic Limit Qp—Hand Penetrometer AUGER a;v:• LL—Liquid Limit Qu—Unconfined Compression Test SAMPLE °' WC—Percent Moisture UU—Unconsolidated Undrained TriaXial N . 1 WATER SEEPAGE Note:Plot Indicates Shear Strength as Obtained By Above Testa ASPHALT CONCRETE —i WATER LEVEL AT END OF DRILLING U.S.STANDARD SIEVE SIZES) CLASSIFICATION OF GRANULAR SOILS 6" 3" Vr. 4 10 40 200 BOULDERS I COBBLES GRAVEL I SAND I SILT OR CLAY CLAY COARSE I FINE I COARSE I MEDIUM I FINE 152 76.2 19.1 4.76 2.0 0.42 0.074 0.002 ��% GRAIN SIZE IN MM 1 CITY OF FORT WORTH T/PW SOIL LAB SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: Westcliff Drainage Improvements - Surrey Street Proj ect# 01669 DOE No: N/A Fund Code: 03 Contractor: HOLE 1 SURREY ST LOCATION: 8'S OF SUFFOLK DR E/4 8.25" CONCRETE (5818 . 0 PSI) 7.75" Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: 4117 SURREY ST E/4 6.25" HMAC 6.75" Brown Sandy Clay W/gravel 3. 00" DARK BROWN CLAY ATTERBURG LIMITS: LL:56. 0 PL:28.6 PI:27.4 SHRKG:14 . 0 MUNSELL COLOR CHART: 10YR 6/2 LT BROWN GRAY CLAY HOLE 3 LOCATION: 4248 SURREY ST E/4 2.25" HMAC 7.00" CONCRETE (5134 . 0 PSI) 6.75" gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION: W SEMINARY DR ® SURREY ST N/4 7.00" HMAC 9.00" Lt Brown Sandy Clay W/ ravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: Approval: Ryan Jeri Routing: DATE TYPED: 7/20/15 Date Tested: 6/22/15 Superintendent Requested by: DEBBIE WILLHELM Tested by: Soil Lab File i CITY OF FORT WORTH T PW SOIL LAB SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: W & SS Replacement Contract 2015 WSM-B Project# DOE No: Fund Code: 03 Contractor: OLE 1 Harven Ter L TION: 481N of W Fuller Ave E/4 1 %1HTM C 8. Brown Sandy Cla y W/gravel 6k Brown Sandy Clay W/gravel ATTERBURG L ITS: LL:52.6 PL:27.6 PI:25.0 SHRKG:15.0 MUNSELL COLOR T: 10yr 6/2 Lt Brownish Gray Clay HOLE 2 LOCATION: 4600 Ha Sn Ter W/4 2.50" HMAC 6.50" Lt Brown Sandy ay W/gravel 7 .00" Dark Brown Sandy ay ATTERBURG LIMITS: LL: PL: SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: 4501 Harven Ter E/4 6.50" HMAC 9.50" Grayish Brown Sandy Clay /gra ATTERBURG LIMITS: LL: PL: PI: HRKG: MUNSELL COLOR CHART: HOLE 1 erida Ave LOCATION: 4227 Merida E/4 1.50" HMAC 14.50" Lt Brown S dy Clay W/gravel ATTERBURG LIMIT V LL:34.0 PL16.3 PI:17.7 SHRKG:10.0 MUNSELL COLOR T: 10YR 8/1 White Clay HOLE 2 LOCATION-,00632 Merida Ave W/4 X C t Brown Sandy Clay w/gravel rown Sandy Clay .ATTERBURG LIMITS: LL:46.3 PL:23 .8 PI:22.5 SHRKG:14 2 MUNSELL COLOR CHART: 10yr 7/2 Lt Gray Clay HOLE 3 LOCA ON: 4100 Merida Ave W/4 2. 00 HMAC 9.00 t Brown Sandy Clay W/gravel 5.00" B wn Sandy Clay W/gravel ATTERBURG L ITS: LL: PL: PI: SHRKG: MUNSELL COLD CHART: HOLE 4 LOCATION:4077 M ida Ave E/4 5.00" HMAC 11. 00" Lt Brown Sa y Clay W/gravel ATTERBURG LIMITS: L PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 5 LOCATION: 4028 Merida Ave /4 3.00" HMAC 13 . 00" Lt Brown Sandy Clay gravel ATTERBURG LIMITS: LL: PL: PI: HRKG: MUNSELL COLOR CHART: HOLE 1 Odessa ve LOCATION: 1051N of Binyon S W/4 2.00" HMAC 9. 00" 2:27 Concrete (826.0 PSI) 5. 00" Brown Sandy Clay ATTERBURG LIMITS: LL:57.1 PL:27 9 PI:29. SHRKG: 16. 0 MUNSELL COLOR CHART: 2. 5YR 614 At Yellowish rown Clay HOLE 2 LOCATION: 451N of Fuller Av W/4 2.00" HMAC 8. 00" 2 :27 Concrete /( 12 . 0 PSI) 6.00" Brown Sandy C1 gravel ATTERBURG LIMITS: L . PL: PI: SHRKG: MUNSELL COLOR CHART HOLE 3 LOCATION: 4600 essa Ave E/4 2.50" HMAC 6.50" 2:27 oncrete (507. 0 PSI) 7.00" Br Sandy Clay w/gravel ATTERBURZE IMITS: LL: PL: PI: SHRKG: MUNSELL OR CHART: HOLE LOCA ON: 4508 Odessa Ave W/4 2.50" HMAC 9.00" 2:27 Concrete (772 .0 PSI) 3 4 .50" Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNkELL COLOR CHART: Of HOLEX W BEWICK ST LOCATI 1300 W Bewick St N/4 1.75" XAAC 6.00" C crete (5172. 0 PSI) 8.25" Dar Brown Sandy Clay ATTERBURG LI TS: LL:64 .9 PL:28.9 PI:36.0 SHRKG:18 . 0 MUNSELL COLOR T: 10YR 6/2 Lt Brownish Gray Clay HOLE 2 LOCATION: 1329 W wick St S/4 2.25" HMAC 6.25" Concrete (471 . 0 PSI) 7.50" Brown Sandy C1 ATTERBURG LIMITS: LL: P PI: SHRKG: MUNSELL COLOR CHART: HOLE 1 SON St LOCATION: 800 W Mason St S/4 MA 7.25" HMAC 2.75" Reddish Brown Sandy Clay /grav 6.00" Dark Brown Clay ATTERBURG LIMITS: LL:38. 0 PL:22.8 nish 5. 2 SHRKG: 10.0 MUNSELL COLOR CHART: 10yr 6/4 LT Y Brown Clay HOLE 2 LOCATION: 823 W Mason St N/4 7.25" HMAC 4 .00" Reddish Brown Sandy ay W/gravel 4 .75" Brown Clay ATTERBURG LIMITS: LL: P PI: SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: 301W of L'4scomb St S/4 6.50" HMAC 9.50" Brown Sa y Clay W/gravel ATTERBURG LIMIT : LL: PL: PI: SHRKG: MUNSELL COLOR HART: HOLE 4 LOCATION:9 W Mason St S/4 3 .00" C 9.00" t Brown Sandy Clay W/gravel 4. 0 Dark Brown Sandy Clay ATTF jKBURG LIMITS: LL: PL: PI: SHRKG: MUICELL COLOR CHART: 4 HOLE 5 LOCATION: 1004 W Mason St N/4 2 . 0" HMAC 7.5 ' Lt Brown Sandy Clay W/gravel 6.00' park Brown Sandy Clay ATTERBUR LIMITS: LL: PL: PI: SHRKG: MUNSELL CO R CHART: HOLE 6 LOCATION: 110 W Mason St S/4 2 .50" HMAC 8.50" Brown Sa y Clay W/gravel 5.00" Dark Brown andy Clay W/ ravel ATTERBURG LIMITS: PL: PI : SHRKG: MUNSELL COLOR CHART: HOLE 7 LOCATION: 1117 W Mason X,N/4 5.25" HMAC 10 .75" Grayish Dark Brown ndy Clay W/gray ATTERBURG LIMITS: LL:28.4 PL. 5 . 0 PI: 13 .4 HRKG:7 . 0 MUNSELL COLOR CHART: 10 r 7/2 L Gray Sanffy Clay HOLE 8 LOCATION: 1208 W Mason St N/4 2. 00" HMAC 9.00" Lt Brown Sandy Clay W/gr 5. 00" Dark Brown Sandy Clay W/ay vel ATTERBURG LIMITS: LL: PL: PI: RKG: MUNSELL COLOR CHART: HOLE 9 LOCATION: 1301 W Mason St 4 2.50" HMAC 5.50" Lt Brown Sandy ay W/gravel 8. 00" Brown Sandy C y W/gravel ATTERBURG LIMITS: PL: PI: SHRKG: MUNSELL COLOR CHAR HOLE 10 LOCATION: 1324 Mason St N/4 7 .00" HMAC 9.00" Bro Sand Clay W/gravel ATTERBURZIOR MITS: LL: PL: PI: SHRKG: MUNSELL CHART: HOLE E DEVITT ST LOCAT N: 801 E Devitt St S/4 1 0" HMAC 7.00" Reddish Brown Sandy Clay 8.00" Brown Sandy Clay 5 ATTERBURG LIMITS: LL:39.2 PL:20.8 PI:18.4 SHRKG:11. 0 MUN ELL COLOR CHART: 7. 5 r 6/4 Lt Brown Clay HOLE LOCAT N: 821 E Devitt St N/4 1. 0 0- VMAC 9. 00" RVdish Brown Sandy Clay 6. 00" DaX Brown Sandy Clay ATTERBURG LINTS: LL: PL: PI: SHRKG: MUNSELL COLOR HART: HOLE 3 LOCATION: 905 E Vitt St S/4 4 .00" HMAC 8.00" Reddish Br\nky Sandy Clay 4 .00" Dark Brown Cl ay ATTERBURG LIMITS: LL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION: 1005 E Devitt St 5 .25" HMAC 7.75" Lt Brown Sandy Clay W/g vel 3 . 00" Dark Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: SHR MUNSELL COLOR CHART: HOLE 5 LOCATION: 1105 E Dewitt St N/4 1.50" HMAC 8.50" Reddish Brown Sandy C y w/gravel 6.00" Dark Brown Clay ATTERBURG LIMITS: LL: PL: I: SHRKG: MUNSELL COLOR CHART: HOLE 6 LOCATION: 601W of Tod Ave N/4 3.00" HMAC 9.00" Lt Brown S dy Clay W/gravel 4.00" Brown Sa Clay ATTERBURG LIMIT/. LL: PL: PI: SHRKG: MUNSELL COLOR HART: HOLE 1 8 TH AVE LOCATION: 33 8" Ave E/4 2.00" C 5.25" oncrete (5187.0 PSI) 8.7 Dark Brown Sandy Clay W/gravel ATT URG LIMITS: LL: 74 .4 PL:35.9 PI:38.5 SHRKG:18.0 WELL COLOR CHART: 10yr 4/1 Dark Gray Clay 6 HOLE 2 LOCATION: 2905 8th Ave E/4 2 . 5" HMAC 5. Concrete (5149. 0 PSI) 8 .25 Brown Sandy Clay ATTERB LIMITS: LL: PL: PI: SHRKG: MUNSELL C OR CHART: HOLE 3 LOCATION: 29 8' AVE E/4 2.00" HMAC 5.50" Concrete (5563 .0 PSI) 8.50" Brown San Clay ATTERBURG LIMITS: : PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION: 3013 8th Ave W 2.50" HMAC 5.75" Concrete (4183 . 0 PS 7.75" Brown Sandy Clay ATTERBURG LIMITS: LL: PL: PI: HRKG: MUNSELL COLOR CHART: HOLE 5 LOCATION: 1001N of W Berry St E/4 2.00" HMAC 6. 00" Concrete (3887. 0 PSI) 8.00" Brown Sandy Clay / \ ATTERBURG LIMITS: LL: PL: PI SHRKG: MUNSELL COLOR CHART: HOLE 6 LOCATION: 3115 8th Ave W 2.00" HMAC 6. 00" Concrete (24/2 �YO PSI) 8.00" Dark Brown S Clay ATTERBURG LIMITS: L: PL: PI: SHRKG: MUNSELL COLOR C HOLE 7 LOCATION: 314/8th Ave E/4 2.50" H 6.75" (4279. 0 PSI) n 6.75" Sandy Clay ATTERBUJE LIMITS: LL: PL: PI: SHRKG: MUNSEA COLOR CHART: HOL 8 LO TION: 3224 0h Ave W/4 2.50" HMAC 7 5 .50" Concrete (4651.0 PSI) 0" Brown Sandy Clay ATTER G LIMITS: LL:50.5 PL:25.6 PI:24 .9 SHRKG:14. 0 MUNSELL OR CHART: JOYR 6/2 Lt Brownish Gray Clay HOLE 9 LOCATION: 3301 u' Ave E/4 2.25" HMAC 6 .50" Concrete (56 0 PSI) 7 .25" Brown Sandy Cla ATTERBURG LIMITS: LL: PL: SHRKG: MUNSELL COLOR CHART: HOLE 10 LOCATION: 3340 8t' Ave W/4 2. 00" HMAC 6.00" Concrete (4923.0 PSI) 8. 00" Brown Sandy Clay ATTERBURG LIMITS: LL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 11 LOCATION: 3421 Ave E/4 4.00" HMA 5. 00- Crete (5982.0 PSI) 7 .00' t Brown Sandy Clay AT URG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 1 Surrey St LOCATION: 4108 Surrey St E/4 7.25" HMAC 8.75" Dark Brown Sandy Clay ATTERBURG LIMITS: LL:67.3 PL:29.7 PI:37.6 SHRKG:19. 0 MUNSELL COLOR CHART: 10yr 6/2 Lt Brownish Gray Clay HOLE 2 LOCATION: 4137 Surrey St E/4 2.75" HMAC 9.50" Concrete (3182. 0 PSI) 2.75" Lt Brown Sandy Clay W/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION:4229 Surrey St E/4 1. 00" HMAC 12.00" Concrete (5012.0 PSI) 3 . 00'. Lt Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: 8 HOLE 4 LOCATION: 4248 Surrey St W/4 2. 00" HMAC 9. 00" Lt Brown Sandy Clay W/gravel 5 . 00" Dark Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: H E 1 E Mulkey Ave LO ION: 825 E Mulkey Ave N/4 3. \" IHMMAC 6. ncrete (5609. 0 PSI) 6. Brown Sandy Clay W/gravel ATTERBURG ITS: LL:37 .7 PL:18. 6 PI:19.1 SHRKG:11. 0 MUNSELL COLO CHART: 10YR 8/3 Very Pale Brown Clay HOLE 2 LOCATION: 727 E lkey Ave N/4 3 . 50" HMAC 6.50" Concrete (41 . 0 PSI) 6.00" Lt Brown Sand lay /gravel ATTERBURG LIMITS: LL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 1 Nieffer Ave LOCATION 1209 Schieffer Ave N 2.50" HMAC 1.50" Reddish Brown Sandy Clay 6. 00" Dark Brown Clay -\Z ATTERBURG LIMITS: LL: 51.3 PL:26.1 . 5.2 SHRKG:16 .0 MUNSELL COLOR CHART: 10yr 6/4 Lt llow h Brown Clay HOLE 2 LOCATION: 1108 Schieffer Ave 4 3. 0025" HMAC 6.50" Reddish Brown San Clay w/gravel 5.00" Brown Sandy Cla ATTERBURG LIMITS: LL: L: PI: SHRKG: MUNSELL COLOR CHART: HOLE 1 Wayside Ave LOCATION: 3929 W side Ave E/4 3 .25" HMAC 6.75" Lt B wn Sandy Clay W/gravel 6.00" Br Sandy Clay W/gravel ATTERBUR LIMITS: LL:41. 5 PL:21.4 PI:20. 1 SHRKG:12.0 MUNSEL COLOR CHART: 10yr 7/2 Lt Gray Clay HOLE LO ION: 3905 Wayside Ave W/4 4 .75" HMAC 9 8.75" Concrete (5253 . 0 PSI) 2 ZOff Brown Sandy Clay W/gravel ATTEikTURG LIMITS: LL: PL: PI: SHRKG: MUNSELX COLOR CHART: HOLE 3 LOCATION:X24 Wayside Ave E/4 4 .00" HMANt 12.00" Bro Sandy Clay W/gravel ATTERBURG LIMI LL: PL: PI: SHRKG: MUNSELL COLOR C T: HOLE 4 LOCATION: 3805 WX e Ave E/4 2.75" HMAC 13.25" Brown Sandy Cl W/ ravel ATTERBURG LIMITS: LL: PI: SHRKG: MUNSELL COLOR CHART: HOLE 1 CX1vin Ave LOCATION: 724 Colvin Ave S/4 6.00" HMAC 5. 00" Grayish Brown Sandy Cla W/grave 5.00" Brown Sandy Clay W/ ravel ATTERBURG LIMITS: LL:47.5 PL:23 .0 I. 4.5 SHRKG:12. 0 MUNSELL COLOR CHART: 10yr 7/4 Very P e Brown Clay HOLE 2 LOCATION: 809 Colvin Ave N/4 1.75" HMAC 14 .25" Brown Sandy Clay W/gr el ATTERBURG LIMITS: LL: PL: P SHRKG: MUNSELL COLOR CHART: HOLE 1 S Grove St LOCATION: 3500 S Grove W/4 6.75" HMAC 9.25" Brown Sand a W/gravel ATTERBURG LIMITS: L:44.4 PL:22.3 PI:22 .1 SHRKG:13 . 0 MUNSELL COLOR C ., 10YR 6/2 Lt Brownish Gray Clay HOLE 2 LOCATION: 353 S Grove St E/4 4. 00" HMAC 12.00" Br Sandy Clay W/gravel ATTERBUR IMITS: LL: PL: PI: SHRKG: MUNSELL OLOR CHART: HOLE V E Cantey St LO ON: 720 E Cantey St S/4 1. 00" HMAC 9.00" Lt Brown Sandy Clay W/gravel 10 6 .00" Dark Brown Sandy Clay AT URG LIMITS: LL:56 . 6 PL:30.30 PI:26.3 SHRKG: 17.0 MUNSEL COLOR CHART: 10yr 6/2 Lt Brownish Gray Clay HOLE 2 LOCATION: 824NZ Cante St N/4 2. 00" HMAC 10 .00" Lt Brown S�-Sa lay w/gravel 6. 00" Dark Brown Cla y ATTERBURG LIMITS: LL: PL. I: SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: 912 E Cantey St S/4 2.50" HMAC 9.50" Lt Brown Clay W/gravel 4.00" Dark Brown Sandy Cl ATTERBURG LIMITS: LL: P PI: SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION: 949 E ntey St N/4 2.00" rC 11. 00" row Sandy Clay W/gravel 3 .00" ark Brown Clay ATT URG LIMITS: LL: PL: PI: SHRKG: MUNSELL COLOR CHART: Approval: Ryan Jeri Routing: Date Tested: 12/6/14-12/30/14 Superintendent Requested by: Robert Sauceda Tested by: Soil Lab File GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Westclii f Drainage Improvements,Phase 2A—Storey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 69910dJ 13TdISAg"AS VZ9SVHd-SINUMA0NdINI30VNIV'dGA3ITDMN 2 z p w � g Ott V S'§ x O � z r $ ao x �z �N� � u c � � aw < s\2 p $ o ��9 a R F R$o 3 Z C7 a s a 9 N RJR H ¢ V 5 cwke am a nos oc 0 z Q W r O p Ea„ Gl G ek pCQ y ]W s oz ,88 g4, m��oe�o=U p i 48^ 1� V R3 -a E9 kLLk a886aW to Y' �V z£x S: _ MATCH LINE THIS SHEET I (WC 9d'0-iY W)) I I .pllpar L lDolO1 Y f - I 133as A31a6 cKr I ���) I Ftl�� I 133Y1c A3a6 C1d• 1 I __ — YWZN 0�3 rarN I I I I(0091'Od T• A LY lM) 33a1s mm 100 tlul ptl�� I )pAlpva�ff1IDl ON,7 51153 I SNYIT1f1 MntlYN I P E I ;I_ 133 .1301115 A LI 101 I LC 101 1 (61•asgOZO'ON'15NI)3. ( = OeCr %N SOOVwtlOJ I (ew Dd-OW11 53 r 'DA) 1 Y AYtl 1 13[WS a3w1E elKt 1 1 __ 101_�� 110, I I I l73tlls A3AlIK�. __ _ I(LSaLe0•IG'ON'1S.) I I(LK95LI000 l rNr ONV f 03SQ VWI VNA3Y SOO I.tl0103N I f—wlr-,1 I cl lo, 9L 101 3AI80 ASYNff3S M (iR,wac'ON'1�sN) M3 YAY EI, i-i 1t Qw 13i11S A1W6 qt• _M _ h1p -- Ii % N J V O I It" .000SLOlZO'ON'15W) - _ J _ N I SOOanY +r` — I l IWm VSOa 'on I-- GZ 101 -— 133Y1s A3tlY(IS LSLY ��' T 133a1s A3NYIK YGZ1 I �( GZILSILILO'ON'15N1 I (O[gLOtCO'ON'15NO k IOL• I Y7 �1 s3A3a oo3onvs 3 Ii 1 1 I Nosa3�3d a,lw3 13311E A3wns I 123tl1s A3aIE OOL• ONVLLYtlpOIN�K I (W9'Od'L•LSI 1M) (11 10d]�[�> '(_ I(CLSI"Oa bAlll lW) I �')' I NO LM lava SrtQp NDLLM onm 1131111 y 1V33 sWWO r10MT1 C 10,WWa3B -A I= ___—-A 1133ILLS a3A36(SLY i�tlPF i� I 1ZW5!_3nIIK LGLt �133LL5 a3Alltb LCIt I 3 pA I 133a1s lTal6 9[I• I yl3 ) AP I(e1rs rmq ON'lfa)I 1(tLYSCOtICa VI'1SMI)I ( 1 I(a•asLte0L0 LN'IS.) I(Ae•1"We'o"'I'll�— I %n13 53wAm M3 O1WI W DN3ds Spl I rLLIWWI OC13A3� ItlLL3 51lvrYe r r 1 rtlfM Ow..Bw c 101 LC lol YOS YYWr WI DaDO YI 101 _ __ aC L_ __ 1 13345 AFaf6 ML• 1 Cr 1 1 13311E Amm cm I- I I (bititi 0a'ON is.)I 3 1 I�133WE A3aI5 pYLt --nry I 1Dtlls AMr6 ZCit I I 11 W 1 �) S3A31 r11Ylndx �LB9L11t1Z0'ON'lsW) (sCtLOlIKa'0M'1f W)I ! 1 axr a yplws 3, cups warn raN0a3+ %IY.3 L3f3lYNkm (SCOICLSOLO'ON'1511Q �P IL3pLrA SOVNO wRI) I C 101 K 101 s r]a3!loll 750^ P y CC!0, I __J f 1- amus.1Ta15 my i P I e A '��u�� (Ma01LIL0 DN'!sw) I� i (sc10LIWiYaON�lsllp (MUKTM'0N'1—) ° P WC915NI)ON / Yr163p1A INNOr1 I rla`N pN OpYVm RfLL3 3¢gI0N I / I I -�. r LT 101 N Y11 0 OIIr O 301' 3„twi.3a lNW]: I _I_ ____j 01,01 NO 1Nal �173Y1s a3aK 1•L• I `- I 133a1s a3Yars 0•Lt p1 ) I(eLCG=1zo'oN'ism)I 1 { p 3 I(0tA000 m vN'1s W)1 '3 53wr TY.YN 10T'Slaa3dOtld r0Y5rl M3afpN 3NAl3NlYN I(aC'Jd'L09/t'la) S 101 I- 1 r K!O I u s3'trZlp9 31Nrr P LI'rPF'i42A1'9YJ) II e11o1 I ), I I� par lard s1n3N/ 13319E A3a15 1LIt i tl�Q rig(to", .'ON'1s.,) : I(CVeLtlLOCa'ax'!sw) I I S I 3NVS'N3 M N 1 1 /J rpWO ON 1——m I I(Ae3LilC lA'ON'1SW) S I I OL Iol I- !!! /'- ( 1 No50aYlpa Z1wd M'l _ y ttz _ (it NOapOr Wd IIT135 r. _ _I_ rI_ _ �9, r 5 1pOa ��.�� �' _ ��pra i 133a1s.3ara 1cLr I I y 1 IIII 133ws A35ra Lm I { 133x5 A3tla6 Lllt I /�j I(lLglcltOCq'ON'LSw) I oil 7 C i (YL•WC30Zo cot )1 t q e (119KCtItLO ON 15NI) 1 _ L. 'N3 YYD'1 Yarn O 101 � IpI 0NrIa3N 3 aN 500tlYN 1L 101 _I- �� .1 N3 �i y� \'\ I n _-_ 1� ' 1 p� I 133Y1s•]tlYrs Ytc. I i C 131x45.owns Cllt 'v1' I i µ� \\ 133as a3Yals sm Y � (aYYDLCpLO'ON!sw 'LSR (LSLLt•WLO'ON'1SM)I Q lY3wrM N YSlST Y� -ZDwNa3N M 1 ` 1 ug15 'll. s�l'OY 1101 N 1� li 101 I d V.'�o II 1 u 101 A 101 RI lI3tlls A31A1'6 tCLY {ssGoa'ocoe ron) ( { Fif J (owefctom pN 3sw) aoN ltpl Jo up I \1 . �� (A1c to'cLYe nw)I q I I C NOS5361 VNO Nrn3M 0�]a1QL a 10l I _I. x ac la, J ` ,VI ® � �. � � \ � � � 11LIls 13w16 IZLt I Pt tl�B 133Y15 A31W6 IRit 1f1$yyy� (uw009oia'1SMI ya I lcLSKLe�ON ) PP I %nl3 33NYYYN I 1 \V/ tl I svlwQ NrNVYar y ) nDwA3 aNY aoual S S Ie ''_�r_��\j 13345 a3aIK 1lL• §§ ¢Y1 ( 'oa'LL9Y�oY) I � l' 143 23NQWN 1 1a N,le I — ! YNiu3�J01 snu aNn HJIVW II � GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Westclijjdrainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 GC-6.06.1) Minority and women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Westcliff Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Woody Contractors, Inc. Offeror PROJECT NAME: ✓ NON-MM//DBE Westcliff Drainage Improvements,PH 2A;Surrey St&Water Improvements,Suffolk Dr to Cherokee Tr BID DATE 5/5/2016 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 10 % 3.6 Rio 01669 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being 1considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FoRTWORTH ATTACHMENT r Page ge 2 2 of of 4 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER Company Name T n Detail Detail Address i Subcontracting Supplies M Dollar Amount B Telephone/Fax ' B B e Work Purchased Email E E Contact Person E Lions Gate Logistics 2600 Timber Road Burleson, TX 76028 Trucking $35,000 817-917-0668 JM Materials P.O. Box 496 Alvord, TX 76225 n Rock $50,000 940-427-2033 I—I Sand 940-427-2789 Buyers Barricades 7409 Baker Blvd Richland Hills, TX 76118 El ✓ Barricades $18,000 817-535-3939 817-831-7171 WOE Construction 941-B Avenue N Grand Prairie, TX 75050 El ® ✓ Sawing $2,000 817-284-7401 McCrory Oil P.O. Box 7141 Fort Worth, TX 76111 ❑ ® Fuel $8,000 817-626-4001 817-626-4002 J.L.B. Contracting P.O. Box 24131 Fort Worth, TX 76124 Asphalt $8,000 817-261-2991 817-261-3044 Rev.2110/15 FOtt_ fi\W ATTACHMENT 3 Page 1A 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E APAC Texas P.O. Box 1807 Fort Worth, TX 76101 ❑ ® ✓ Asphalt $7,000 817-336-0521 Fortiline Waterworks 1705 Cypress St Haltom City, TX 76028 ❑ 0 Pipe & Fittings $23,000 682-747-0879 682-747-2077 Forterra Pipe 1000 N. MacArthur Grand Prairie, TX 75050 ® Concrete- $288,000 972-263-2181 Precast 972-260-3618 Klutz Construction, LLC Concrete P.O. Box 185 Flatwork/ Kennedale, TX 76060 ❑ Manhole $69,000 817-561-5591 Construction 817-929-1840 F.W. Surveying, LLC 107 E. College Ave Alvarado, TX 76009 Staking/Survey $3,800 817-790-5900 E Rev.2110/15 FORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $35,000.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $476,800.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $511,800.00 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. �o �op1 Authorized ature ' Printed Signature Pre e Tlde Contact Name/Title(if different) Woody Contractors, Inc. 817-483-4787 Company Name Telephone and/or Fax 650 Tower Drive twoody2020 @aol.com Address E-mail Address Kennedale, TX 76060 5/6/2016 Cltylsfth/Zlp Date Rev.2/10/15 ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Woody Contractors, Inc Offeror PROJECT NAME: M/VV/DBE I X I NON-MM/DBE Westdiff Drainage Improvements,PH 2A;Surrey St&Water Improvements,Suffolk Dr to Cherokee Tr BID DATE 5/5/2016 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 10 % 3.6 % 01669 Fthe Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this orm. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Sawing Rock Trucking Sand Portable Toilets Barricades Concrete Flatwork Fuel Inlet Construction Asphalt Mix Staking & Survey Pipe & Fittings Concrete- Precast Rev.2/10/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. x Yes Date of Listing o3 /30 /2016 No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? x Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,person contacted,phone number and date and time of contact.) x No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) x No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) x No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting artd supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes x No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? x Yes No Rev.2/10115 ATTACHMENT1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) X No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection E.McDaniel Trucking 817-454-1598 Eric McDaniel Rock/Sand Price ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. No MBE category for Asphalt,Fuel Suppliers or Portable toilets. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment: 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. oa ' n a t2 Printed Sign ure PresidAnt Title Contact Name and Title(if different) Woody Contractors, Inc. 817-483-4787 817-483-2048 Company Name Phone Number Fax Number 650 Tower Dr twoody202O @aol.com Address Email Address Kennedale, TX 76060 May 6, 2016 City/State/Zip Date Rev.2/10115 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WestcliDrainage improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 M&C Review Page 1 of 1 Official site of the OW of Fort Worth,Texas CITY COUNCIL AGENDA FORTWORTII COUNCIL ACTION: Approved on 1012912013 DATE: 10/29/2013 REFERENCE ,,,C-26534 LOG NAME: 20PREVAILING WAGE NO.: RATES 2013 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Adopt 2013 Prevailing Wage Rates for City Awarded Public Works Projects(ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council adopt the attached 2013 Prevailing Wage Rates for City- awarded Public Works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public Works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract. The public body is required to specify in the bid documents for any Public Works contract, and in the contract itself, the wages as determined and adopted by the public body. The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects identifies the current Davis-Bacon Act prevailing wages for heavy and highway construction projects applicable to the local wage rate zone. The attached 2013 Prevailing Wage Rates data for Commercial Construction projects identifies average wage rates based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012). The 2013 Prevailing Wage Rates will be included in future City-awarded infrastructure bid documents and contracts once adopted. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office by: Fernando Costa(6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Roy Teal (7958) ATTACHMENTS NewCOFW Hor.pdf NewCOFW Vert-pd http://apps.cfwnet.org/council_packedmc_review.asp?ID=19155&councildate=10/29/2013 11/7/2013 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Westc(i J Drainage Improvements,Phase 2A—Surrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 FORTWORTH PLANNING &DEVELOPMENT PARKWAY SERVICES STREET USE PERMIT APPLICATION for CONSTRUCTION Application Date: For TPW Constructions Services: DOE Number: Project Title: DOE Inspector Name and Number # Contractor Contact Information(or attach Business card with requested information) Contractor/Applicant: Contact Name: Contact Phone Number: Fax: 24-Hour Emergency Contact Name: Phone: Email: Project Details: Description of Work: Project Limits: Duration of Project Proposed Start Date: / / End Date: Mapso Coordinate: Required Information to be Submitted with Application: *TRAFFIC CO NTROL PLAN *$100.00*As a measure of security, please do not supply credit card information electronically(via email). Credit card payments can be made by phone or submitted by fax. *COPY OF CURRENT INSURANCE (Only required if no DOE number provided above or if insurance not already on file.) For multiple locations, provide proposed Start and End Date for each location on Traffic Control Plans. Define times of day Traffic Control Plan will be applicable and what is to be done during time outside that time frame. (i.e. Barricades to be removed or remain in place, trench plates to be utilized, advanced warning signs to be turned around or removed,etc.) 1000 Throckmorton Street Fort Worth,Texas 76102 Office 817-392-7219/Fax 817-392-8941 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Westcliiff Drainage improvements,Phase 2A—Swmy Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Wesicuff Drainage Improvements,Phase 2A—Swrey Street STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01669 Revised July 1,2011 a � � } � � . � �} O � : ) � k . # � \\ ) ) \ } \ \ \ } \ CD CI C � § 2 0 0 0 0 � o r m a R. A a V "C PC O L 3a t6 O C P wa w = O y 0 -, U3 U d o o 7 a s % N o Y w v oV > °�' °o a K m v .9 C A .7 " 3 v cc U �,3c u .-7 c7i U C7. U Rai .�. U Pi W W W W W W w w w w w w x ai v x x x 0 0 0 0 -= X 0 0 0 0 0 0 0 CQ R1 R1 W W P] y N y d y N y N y N y N lU� " U U W AI a �A na �na lY to to (n c�1 t�1 t�1 O o 0 0 0 0 0 N N N N N N A 0 0 M bo a .. �. :a u t � .fl o ►°. 3 '� r � oW w � w C O r �� V '$ 3 � �; V .. � ti b U �N .� �n ^" A c c w 0 0 „ n u C7 C7 w ►. 0 � o 0 0 W C7 C7 C7 M o 0 0 p ::0 0 0 p � �o �o .— rn rn � .' A 0 w 0 e d eo 4 s �b a+ Fa V 7 r 'C O V 3a tPC O W w 'C o r d Cx U '? 3 U U y C � 6 � a o v E end d , P. 0 0 0 po, 'r xu ° ° E pct - Hr 333 v 3 3u� w3 ' 3w v CL c c E mv C C m 60 C C C A Q SZ SZ w �N R R tl tl p R Q .°„ w w7 a M ti y b C C q C C a� f7 fi P d d d d C d N 4 v a> t w p S vu uvu � a a as a P. aaaa � v v 3333333u N b b b b N N N N N M M M M M n N N N N N N N N N N N N N N N N N N N N N N N N N N N N N A 0 0 h m Aa+ u 71 u s � 'O 3a o W w � C U 3 L � e C G y O a � 'O � ,,gg� �• ,� �n .Zp m � � d 0.. c�i W � .� G1i G1i I.. CIA >> w v Q F• w t�- �" 'W ri w r 3 a° w r w d' r o U � y � v C5 v C5 > > `� a o oc7UC7 V V a a� a� a� ai N go iggw gm o cw 0 $ S3 A A o.5 0.5 d d c d C C d d d d d U 0 0 0 0 0 0 0 0 o 0 0 0 0 0 o a,4i a i d v v a i v i m v a i a�i ,s •� M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M fn fn M M M M M M M M M M M M M M M M A s w 0 m 4 a •a w r � O L 3a r � o � w C O � U '? r u q Hill Hill I I Hill } > y t; U .0 x m rn.�c � p^°, Q o o `� o `�' d 5 d P4 oC � AA, 2 a ° awxv, � � ivbiw" v > F F F N N N N N N N N N N N N Q' b 1 i7 i7 i7 .G b v p p p U U U U U U U U V U U V U z a' n Tn 'TN m t 9SSSS 55 55x9 95 � G d > N > G6 .� aCC sa a A3 p3 � 3 4 " e ° -o A > n v33u mmC3333333333333 a a ¢ > uo uw uw 33cCU �i Q N N N M M M 7 7 vi vi I� ti M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M A 0 e P m 0. r an an Tr— a+ V O L r � o � w � w � o U o y � U Syt yd u cl OTp O y Jd O d d y o A g a a eu u u '� o o u v w a a a w w w o o `o U U vni v v3ei rn In v) ° ti dp d ° o o � c apq w g U C LS A G C N y T y In fA � Urncw 3 Wv� WV� as as asx en M H1 H1 M M M fR f�1 M M M M M f�1 M M M R 7 d' 7 C �p �D •� f�1 f�1 f�1 M M f�1 M M M M M M M M M M f�1 M f�1 M M � � Nl f�1 A 0 Y w i+ ICI u 7 O v 3a o w �C W. C U U 0 r U G U F t C .t� f--1 A r � r � 1 � M M o C p � o a •� M M 0 0 a 0�. a+ a°+ u o r � .fl o � o � w � O y U U d d F b Vol c° u °o a w in ¢ z a+ N •� V O O O O O R R a R V ! R O C R O R < � O O O < O O > M Mf M1 t�l Nl Hf tit f�1 N1 N1 Nt Mf M1 t�l M1 t�l t�l M1 t�l Nl f�1 A \ \ / ] «y 7 � \ Q2 � Q < . : \ & # e \ § \ �) 4 � $ 105 � _ § .5 \e< a § , ] 2 < > En 2v) AA« e = § q ! § o k k k a ° \ § k k \ k \\ k t t t t ( � \d � CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:324-2015 STANDARD PRODUCTS LIST Approval Spec No. OnniGation Manufacturer Model No. National Spec Sae WASTEWATER Manhole Inae3ts E144 Mebob men Kmtm Fn Md.m Ord.-pkt ASTM D 1248 For 2,1'dm. EI-14 Me6ow men swth W. Md.m Order-r— ASTM D 1248 For 24'dig. EI-M Mokde men NWIm- mmw M,&m oad.-PL— ASTM D 1218 F.74'di. 09/23% EI-14 Mae6kl.— Smthwebo aSwbma. LAS.wr-Swmd-9ed For 24-di. 09/23/96 EI-11 Mwhd.men swthwro.mm Pwkix d Sad.I— To 2-.,I k-S.ibu Sled For 24•di. MwWs Frtm ad Cove Wemm I—Wod.,Bea! F 1001 24'.10'WD Mehtle Frew ed Cove. Wk.F 6780 24'.40'WD E144 FA.Mb Frew ad Coves. W—Iron WM..B..d F.-dy 30024 21•Die EI-14 KUW.W F—ed Cove. Me I-Wade loa. A 24 AM 24' EI-14 ki.68m Free-d C— NeaerB Chm 24'Di.. E144 hf-Mh Fnm od Ca w. Wk.F 1342 ASTM A 48 24'Die. E144 MwWm I—-d Cow. Si MH-144N EI-14 M.W.Frayed Coven Copo.iao MH-143N EI-I/ MaeWm Fnm sd Cova Pwt-A-Mmm OTS-STD 24'die. EI-14 Mwhde Fnm.dC— Naah Cu' 24"dw IW31/06 EI-14 Mehole Fnmw ed Coven Flip Puw.e. Hi Webb I—M shale ASTM A536 24 Die. 7/25/03 EI-14 M.W.F--.d C— Soot-0obeio Pipvlie.P.mn1— RE32-REFS 30"D'm. 01/31/06 EI-14 30'DI MH Rog.d Coven Fvt Jordan Inn Work. V 1432-2.d V 1483 D.i AASHTO M306.04 M.Die. 11/02/10 EI-M 30"DI MH Rkj and Cow Si C MH1651FWN l MH 16502 30"D. 07/19/11 EI.14 M'DI MH ' .11d Cover St.hp.Pmdu.. MH32FTW83-DC 30'Di. 08/10/11 EI-14 30"DI MH ' ad Cover A— 2207M P—Y Dwy with O..kot Rim 30'Di. 30"ERGO)D.Aaraby 10/14/13 EI-14 30'DI MH Rm,.ed Cow !Look.bb Eut JbMw la Worm with Cm 1u k/MPIC?-0Yket ASSHTO M 105!ASTM A536 30'Di. EI-11 Mehde Frm.ad Covert Pmt-A-Mmam Pa' t 24'Di.. EI-14 Mehd.Frew rd Coven N—" 24'Di. E144 Mwhde Free..d Covet Vukm F 2342 ASTM A 48 24-Die EI-14 hf kk Fraatad Caw. We ImWor6 ! F 300-24P 24'DiL EI-M M.bol.Fnm wd Coven M I—W.ka W. WPA24AM 24•Di. 03/0800 EI-14 Mwhde Fr.m ed Coven Ac RC-2100 ASTM A 48 24'Di.. 042001 EI-14 Mwbde Fra.rd Coven hda.biw Privm Ltd. 3002423.75 Rig wd Cover ASTM A 48 24'Di. 0712397 Umd— W W. Aahi K o K.K. Adeka Ulin-Swl P-201 ASTM D2240ID1 200 04/2690 Offw Joint f.4'Di—MH H.—C—Pad. D—Ja No.35-0018-001 0U26N0 P.S.Oadet tar/'Di—MH. P-9.0 O..k.0 . 250-10 Gk. ASTM C-443/C-361 SS MH 1/16.99 HDPE Mwhde '—t PW Ldkch,1. HDPE Ad--t Rg Nw-b.aia.ta. 3/1395 W.W.Et...1 Wrp C.aa-CPS W.pidS.W M.hda Fir ..6wS tan EI-14 Mwhobk P.t.t Cm Cw&d SPL im 849 ASTM C 478 41' EI-I4 Mande.Prawn Cmar.l. Wa8 Ca wPi Co.I— ASTM C-443 11P EI-14 P.a.Cw.w H.am(f—dy Oiff d-wu AST'MC 478 41' W2&w EI-M Oa et ed Jwt H.am T F Dw 15-00410Dt ASTMC 178 48'Dia MH 09/2796 EI-14 Pmw.t Cae.me Caowam Prodeel mc. 48'I.D.Muholo w/32"Cow ASTM C 478 48'w/32'eae OL30106 E144 M.tbda.PacW CaoaMe TW Ton.C.o y 49'1.D.M.ohok w/24'Cane ASTM C 478 41' 102796 EI-14 Mwhde,Pre..Cmcr.a Okkmt a P.a.1.. 41'I.D.M.nkk w/24'Care ASTM C 471 41'Dim w 24'Rag 06'09/10 EI-M M.A k.Praael US C Reif.W P Coecm. ASTM C-76 41P m 72' 12699 l Mebd. F%W C-t I.. Ro . ASTM 3753 Nw-b.Me m 0&3096 Fi M.ah k L.F.Maw Nw-tr.Sc w EI-14 MwWe R-b-b S 04/7391 EI-14 M.ohde ReWb S Sadad Cerra.M.mrid,I.. Reie.r MSP EI-14 M.ehde RaWbS AP/M Parm.f 420/01 EI-14 Mehde Rah.b S Str C—Py Sbao x SW M82A Rehab S.am 5/1293 EI-14 M.&.k Rd b S P,1,bipWx Tmhndogim MH Moir pmdw m mp htfd0.tim ASTM D5813 0813096 Oeoa1 Cao..e P. FI-X—.Talmo] Vin I P a.mr R o Pmdwt Mi..U. B 05/20% EI-11 Mwhde Rehab S 3 w"Pd Ca ASTM D639/D790 EI-14 Mnhde Reh.b S o. Sm C . 12/1401 mr COrtotim ERTECH S.i.20230 wd 2100 013196 Co.tfo f Carmim Pr.e— Ch.tntm Arc 791.S I HB,S I,S2 Add Rai—.Ten Sew.A k..w. 84/02006 IC-fir Cormim Par.um W.mo Fn--w 5301 mtd M-301 Sew.A icaio. 01/3096 far Comity P-6. Citd. SIS-305 2-d.Ep,.y S—A k.bm. 72197 Caw.C..FbMl,, Hab.Nw USA,lee. Fmbu m-Pmwo.) ASTM D3267/D7754 10/30.03 GI—Fib.R—b6 d Amibeh USA R2- . ASTM 03262/D3754 032/010 F A— B-dared RPMP Pip, ASTM D3262/D3754 4/1493 Modified Cm..c hp, A u-h USA M r Pd na hp, ASTM C33.A276.F477 /'m 102'.CI—V 0699110 E" Rwkrwd rCawi.m Pp, 'm Pi Rei6.ad poly mar Cmam.Pim ASTM C-76 EI-04 Caw.Pi Rai6raed W.0 C—.Pi Co.lac. ASTM C 76 EI-04 Cam. R.mbro.d Hydm Conduit Cl..111 T!O SPL Imm 877 ASTM C 76 EI-04 Coen.Pim M.E—d H.—C—rab Ptdua. SPL I.m 895-Me 892-PiM ASTM C 76 EI-04 JC—.Pi Raa6raad Caoomm Pip,d Prod..Co.hen. ASTM C 76 EI-06 Ddb h- . Orifn Pwdrn.,Co. W B.11-Ti.D.6k IA P— Clm AWWACISO CISI 3"d-24' E146 Daa01.I— Amerie Decide boa Pip,Co. Amwioe Faaae Pipe AW WA CISO.CISI 4',$"&10" EI-06 Web la U.S.Pip,ad Famdry Co. AWWACI50.CI51 EJ-W Dtw3ikI—Pip, McWee C.t im Pip,Co. AWWAC150.CISI P.......324/2015 P...1 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:3-24-2015 STANDARD PRODUCTS LIST MARVlu4mrrw kmmA1L. Nuk"aw $ 12102111 EI-1A DR-U FVC Pmewoe Wp Pi 'b J— FVC P.m.Pipe AW WA C900 4"Ern 12" 10/22114 33-11-12 DR-14 PVC P--Pip, NO&B pmdom R S.1 PVC Prm.m Pip, AW WA C900 4"d-12" Ph0' ,Im. Dudb P aW toe Pi ASTM D 1248 8" H' lane Pip, pl—Inc. ASTM D 1248 9" kpe pi MY Pi loo. ASTM D 1248 8" CSR Hy&o Cm"04 S R— M.0 .H Pim En t ASTM D 1248 1110498 EI-31 PVC Cam td Sew.Np, Cmtech Cmd—tim Product,Inc. Cmt.h A-2000 Seam Pip, ASTM F 949 S"6.36" E1-31 FVC Cmvmbd Sow Pipe Upwr ETI Company Ulba car ASTM F 949 -24"WM"Only 05/04/09 EI-31 FVC C Sewn Pipe Diunmd Plutke Corpomfim CORR 21 ASTM F 949 24'.36'm ly EI-25 PVC Seger Pip C—T hdunrim ASTM D3034 4"d-12" EI-25 FVC Sews Pip, Ce -Teed Pmdocb Co T ASTM D 3034 4"d-IS" EI-25 PVC Sewn Na Mmfiwbein ASTM D 3034,D 1794 4•&S' EI-25 PVC Saver Pim J-M M.ufipe.' compw.Inc. ASTM D 30 4'.15' 12/2397' EI-27 PVC Seam Pip, Di—d Platte Co SDR-26 W SDR-33 ASTM F 789,ASTM D 3034 4"d-15" EI-27 PVC Sews Pim Lamson V loo Pipe ASTM F 799 4"d-15' 04/04/07 1 EI-27 PVC Saws pi. Pipb&Ja SR— SDR-26 W SD,-35 ASTM D 3034 4"bra 15" 33-31-20 PVC Sews N Bddim Pmdecb SA Solid WaR Pipe SDR 26 tit 35 ASTM 3034 4"d-15" EI-25 PVC Sews Exbudm T. ,I- ASTM D 30314 8"10" 11/11m EI-29 PVC Sews Pip, Dlwmmd Pk "S"(havitv Sewer pip, ASTM F 679 18'.27' EI-23 PVC Sews Ph. J-M PAm4—dox CmAmy,Im. ASTM F679 IB"-27" 09/11/12 EI.28 PVC Sews Pip, pipom Jet Sham SDR-26 and SD,35 ASTM F679 18" 11/1299 E1-29 PVC Tmn Pipe Cmwb Caubocbm Praduok Inc Cmbeh PVC T..Pi. ASTM D2680 S"tmush IS" 09/2691 EI00-2 Cl—d P.M.PVC Pipe lamem V Im Pilo my Prime Cmdmt CWm V lm H.C.Clom P"k ASTM F 794 IS'm 18" 11/1799 EI00-2 C1o.d P.M.FVC Pip, Di4..d PWba ASTM 1803/F794 I9"618" 05/06/05 EI-29 FVC Solid Wu Pipe Di—d Plufiu Coq-- PS 46 ASTM F-679 I9".49" 04/27/06 EI-25 PVC Seas Fitting, Hama SDR-26 W SDR-35 Oadta Fitluw ASTM D-3034,DA794,em 4"-15" EI-25 FVC Sean Fdtkp Flaatic Tmdr,Inx OukWW PVC Saver Mi.FiiW ASTM D3034 09/2691 EI00-2 PVC Sean Pim,RMW lamsm VA.Pw Calm Vyk,KC.Clceed P.M.Pip,. ASTM F 679 18'.49' 09/26/91 E100.2 PVC Sews mm Rbbed E—i-T.I. I.. ul gRib op.Profile Sewn Pip, ASTM F679 IS-.49- EI0D.2 PVC Sews R"W U ETI 11/Min IW2) P I Sewer Pip,Dwkl.Well Ad—d Drw 8 a(ADS) SeTite HP Dwbk W4 ASTM F 2736 1.-30" 11/Iglu 100.2) Pd Sewer P' Tlipl,Well Ad,...d 9 !wing S.Tib HP TpW W.R Pip, ASTM F2764 30".60" 05/IW11 SW Re.b w eoe Pip, CmT.b Cmabuction Product Dornbnc ASTM F 2562 24".72' bW Cued m Place Pipe .dnbrm T Im ASTM F 1216 05103199 IC...d m Pl—pip, Nwticad F-imbch G—P Natimd 13oa,(SPL)1—#27 ASTM F-1216/D-5913 05/29196 jCumd in Pkm dda Fodlnlba Techoo USA mmm T ASTM F 1216 Fold W Fan Pip, Cullum Pip 3 Inc. 11/0398 Fold W Form Pim Tech- bin loai.finm"NuPI " ASTM F-1504 FoM W Fam Np, Am—Pip,A Phutic Inc. Demo. Oly 12/04/00 Fold W Fan Pp, Ult diner PVC A8 Pi ASTM F4501,1871,1867 06/09/03 FoM W Faro Pi MObr P' EX Method ASTM F-1504.F-1947 U m IS-diameter PIM PIM Co Pd k. PDA .,Pie—We,N.J. Pmviou MaCmodl S Md.Cmnnwtim Pd bne H.nm Tea. Proviou TRS Sy— Tr rid— aron.t Sy,Min Pol ,Cade A P—v 11/04= SWI BW Own Spaeua Ad—d Pmdmb W Sy—,I.. Carhm S.a1 Spin.,Model SI 0210293 Sbinlm Steel C—B Spaom Ade.cd P.&—W Synemr,I.. Stwlma Bud Spaa,Modal SSI 04/22/87 C..%Sp— r—*Watwwsks Mam6mring Caring Spaema 09/14/10 Sbidm Sled C-8 Spar Pipdim S.1 W I."— Sbdm Steel Caw,Spin Up.48-<1>a> 09/14110 Coned Steel Caw Spacer Pipeti.Sad W bbub.r Cmbd Steel Cade Spaoea Up.49"<I>Q> 05/10/11 Sbrdm Stall Casing Span w 4810 Pow p.43"<I><D 02/25/02 E syft. Saumds.,1. Sew 0 d 2IORS LA C #210-1.33 12/14/01 E 3 Erb b T-boicd C-4.1p Ed h 2030 W 2100 Seri. 04/14/05 1,-x,Ductile Iron lip, bdnm P—.401 ASTM B-117 Doctib I—P4,Oe WATER EI-11 Combbatioe Air Rd—VW- OA bd..i.,me. Ali W Vatenm Vdve,Modd 935 ASTM A 126 Ciro B.ASTM A 1'&2' EI-11 CombbnionAir Rdem VW. MWbpkx Maafiwu io Co. Crispin Ab W Vacmm Vale.Model No.A3, 1/2",V A 2" EI-11 Combindoa Air Ra.ee Vn- V.I-W Prima ARCO N 143C,#145C W N 147C 1',2'b3' 07/2392 I El-07 Daedb toe Fitting SW Pipe Pmduw,Im. Mecb.icn Joint Fittings AWWAC1531C/10 EI-07 Docuk I—FimiW OriMn Pip,Prodm,Co. M.W.-W Jost Fimm AW WA C 110 EI-07 Drctik I—FUiW MW,Pi Ueim Udfifim Ditidm M LaiW Joint FWSk S3B Cbm 350 AW WA C 153.0 110.0 111 08/1096 EI-07 MJFi Co. CIm 350 C-153 WFum AWWAC153 4"-24" 02/26/1/ EI-07 MJF-' Aauaet Cl—350 C-153 MJ Amip AWWAC153 4"-12" 05/1493 EI-07 Duatib Iran JeW R.tainb Ford Mr Boa Ce.Mni- U-FIm Swim 1400 AWWACIII/C153 4".36' 05/1493 El-24 PVC Joint Rmbwb Ford Maw Bm Co./U& Uri-Fi p gad.1500 Ci.IaLook AWWACIII/C133 4".24"<4> 11/09/04 EI-07 Dmdb lmn Joint Raabwb pin Bolt,lot. One Bolt Reetmind Jwt FO g AWWACIII/C116/CI53 4".12• 02/29/12 3341-11 D.66 I— ' Mech.bd Joint R.—I EBM I—,bc. M.9wg Sari.l lm(Jor Dl Pip) AWWACIII/Cl16/C153 4'.42- 02/29/12 33-11-Il FVC Pi Mwbmd Jeiot Rmbwt EBAAI log M Seri.2000(fix PVC ) AWWACi112116/CI53 4•.24" 06/05/04 EI-07 M.h.i.l Jwt Rnb.r Olaods Si Co. Si 0—Lok Mmh.ind Jams Ra AWWACIII/653 1".24• B.[M%Syncm(Dinmmd Luk 11 A JM Eagk 10112/10 EI-24 1-6m Rm6aird Joint S mm S d B Techndal Prducb Lm 900) ASTM F-1624 {•.12" 09/16,06 EI-07 Mmhmiml Jomi SIP.d.-. Mahmksl Jwt Fi3 p AWWAC153 4".24" Pqgcs[Valves It Fittingslailient Seated Gate Valve* R-hl Wd One V.I.w/.o Oma A—Flea Cmbol Sena 2500 Dawn N94-20247 16" 12/1392 RedG.IW Dab VaM Ax—Floc C.W Saia 2530 sod 2536 AWWAC515 30"W 36" 08/3199 Rely. Oa.Val- Amin.Flaw Cmbol Sari.2520!2321 AD 94-20255 AWWA C513 20"W 24' 05/1899 R-He Wdp Om V.I. Ameriea Flow Cmbd 9eties 2516 SD 91.20117 AWWA C515 16" 10/24/00 EI-26 R-bW Wdw Dab Vd- Am ,—C.trd 9aim 2500 Iros AWWAC511 4•.12• 08/05/04 RedP n W Ora V.I. Amerio.Flow C. 05/2391 EI-26 Redbmt Wd One Vn- Amde.AVKCn Amumm AVK Rmhmt Smdd OV I AWWAC509 1".12" P.......32412015 P...2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:3-24-2015 STANDARD PRODUCTS LIST 01/24/02 EI-26 ReriGmt Wady G..V.Ive Anon—AVK Con 20'and mull. EI-26 Radian S..d O..VW. Keand 4"-I2' EI-26 Rewhout Sa.d O..VJw MAH V-12' EI-26 Reifies Sand O..V.I- Muellr Co. 4-12" 11/0899 Resili-,Wodw G-V.I. M.Iler Co. Seri.A236I SD 6647 AWWAC515 16" 0123/03 Rmhmt Wd Opa VJw M.11.,C.. Sei.A2360 fiu 18"-24"SD 6709 AWWAC515 24".4MWI. MIMS Reific.Wodlyo G..V.I,. M.11.,Co. Muds 30"836',C-515 AWWA C515 30"and 36' 01/31/06 Reifimt Wd Opc V.Ivc Mueller Co. M.11.r 42"&48',C-515 AWWA(3515 42"and 48" 01/2888 EI-26 R.iSmt WdM Gw.VJw Clow VJw Co. AWWAC509 4.-12' 10/04,94 It-hoot WdIp Gp V.I- Clow VJw Co. 16"RS OV SD D-20995 AWWA C515 16" 11/0899 EI-26 Reifimt Wody Owe V.I- Clow VJw Co. Clo«RWV.Ivo SDD-21652 AWWAC515 24'.d mWbr 1129/04 R—b-Wd 0-VJve Clw V.I.Co. Cl—30'd 36"C-515 AW WA C515 30'uod 36' o.3 11/30/12 Ileihw WdW O.,VJw Clow VJw Co. CIow V.I.Mude12638 AWWAC515 24'.48' 0.3 05/08,91 EI-26 R.iliva Sated O..VJw Stackh..VJw.&Fitting. Ao-A C 509,ANSI 420.ua,AMI 4".12' EI-26 R.Wiat Semod 0..VJw U.S.PiN.d F—by Co. M-1250, ro—SPL 974 3"m16" EI-30 Rubbm S..d 8,ftft VJw H. Pore Co. AWWA C-504 24' EI-30 Rubber S.W BvAffly V.I. MWICo. AWWAC-504 24"md...R. 1/1199 EI-30 Rubber S.W V.W. De..ik Vid—Co. AWWAC-504 24--d hoor 06/12/03 EI-30 VJm.hwAmmiean Bu VJw V..puc VJw and Modhotuie Corp. V.Im.tic Amnia B—fl VJw. AWWA C-504 Up to 84"dkmatu 01/06/07 EI-30 Rubbw Sahel Bu VJw M&H V.I. M&HS ],4500&1450 AWWAC-504 24'.48" �jjjg Station 3/12,% JW.. SbtiOn W..r Mo. B20 W.ter Swplirg S.um 10/0187 E-1-12 thy B.bd Fin Hydomot Arark..-D.iio VJve Dow.,N..90.18608,94-18560 AWWA C-502 03/3188 E-1-12 Dry B.rrel Fpe Hydmt Ammicw DW.,VJw Dnwin No.94-1879) AWWA C-502 09/3087 E-1-I2 ur Bd Fve t CIowC DM No.D•19895 AWWA C-502 0111293 E-1-12 Dry B.ml Fire Hydmt Aoteicm AVK C—py Mod4 2700 AWWAC-502 0812488 E-I-12 thy Bmd Not drant Clow corporwhoo, D—ip D20435 D20436 B20506 AWWA C-502 E-I-12 Dry BudF Hydmt ITTK VJw Shop Dwig No.D-90793FW AWWA C-502 092487 &1-I2 Dry Bard Fin dant MAH Vdw Cmpmy Shop Dwi,No 13476 AWWA C-502 Shop D-0/No 6461 1011487 E-1.1i Dry Burd Fin dant ModkrC A423 Cm.im AWWA C-502 Shop Dnwiog FH-12 01/1588 EI-12 I Muellu A423 Su Cmbi0.200 AWWA C-502 10/0987 E-I-I2 Bud Fin t U.S.PiM&Food SbW Dwing No.960250 AWWAC-502 09/1687 E-I-12 Ilky B-cl Fire drmt W—.C—wy Shop D—im No.SK740903 AWWA C-502 040802 El.lgA M..6.M.0 Boors E..,Jordan Iran Work;.c. Meter Box Wtic w/Cllid CI...A,B,C 0828/02 Double S-p S.Mk So ith Blir 9317 Nyloo Coed Double Sftp S.Id], 07/23/12 33-12-10 Dould.SMp Savior Sddl4 Mueller C DR2S Double SS Stop Dl S.M. AWWA C900 V-2'SVC,tip to 24-Pi 10/27/87 Curb S BJI Mal VJw. M.Dm.W 6100M.6100 &610MT 3/4'ud 1' 10/2787 Curb Bwl Mel Vwva M.D.Wd 4603B,4604B,6100M,6100TM and 6101M I'.and 2' 01/26/00 Coed T S.ddle with Double SS S JCM l dwhia Inc. 0/06 Double Bpd SS S."o, V-2'T m u.12' .. 01/30/01 Cod T Saddle with S' SS Stn JCM I d..i.... 9405 C—d T . S.Id], I'T u m 12" 0/521/12 33.12-25 TqWS Sloe. oral Sme1 JCM Idu.hi.,1— 412 T.ppg Sloe ESS W AW A C-223 U b 30'M12"Oul 05/10/11 T Slew Sh"l—Sol) P—.—.] 3490AS(H. )&3490MJ 4'•S'.od 16' 02/29/12 33-12-25 TppiS Sbw Canted Seed) Rums FTS 240 AWWA C-223 U p to 42"w/24"Ow 0229/12 33.12-25 T Slew S-1—Sorel So— SST St nd w Sorel AWWA C-223 U .24'«212'0p 0229/12 33-12-25 T 9lw(Sbid],s Stew) Rom. SST III S.i,d u Soul AW WA C-223 Up m 30"w/212"Out 05/10/11 "t pow.'" 3232 bell Joie,Ppi,Cl.. 4"to 30' 08/28416 %..tic M—Ba w CI lid ACCUCAST Cl.a"A"Plutic Box W CI lid Clue"A" 08/30/06 pl..Mater Bm w/PI..lid DFW Plutic.Inc. Cl-.'A'Pl.etic Box w/Plrutic Lid Cls."A" 03/24/15 33-12-10 PI—Mel Box lid ACCUCAST Cl..'A"PI...Box lid Cl..'A'(Y."&1'T 2-- -EI-13 Pdyudryl.e Ee..npt Fl—ol Psk.g.g Fultm Fn.ryis. AWWA C105 Smil 12D EI-13 Pw kwa F«omt Moorti.S.-PI-i..(MSP)and AEP Id, Swd.rd Herd-oo AW WA C 105 a oil LiD EI-13 Pd kne Er—rot AEP Iedu.ti. Bul.tron by Cow.wn Bolt&Oukd AW WA C105 9 roil LLD EI01-5 De.otor Check Mel Ana Coro Mode11000 D—Check VJve AWWA C550 4"-10'.6.Diw V.6.9 Turb.e Hers M tic Diw VertkJ AW WA C70I.Ck..1 314'-6- NOTES Qi S.odud Prod.:b Lr.t <I> l I.D. � Aboved6' .m bui 13> 30-iooh and how -Pu+ <4> Product m 36'HowZ C905 PVC Pip,i,oW u p to 24' op .l p to-..more st. .eel ft tort WoM Wsbr pmlm. psr hm. Mgu rty ca.abuchm pq Speif—.for.—&.prodh b ue..W kd u put of the C.p hoo Coo—D--..d.req--W of the Tech.i.4 Spcifiatlm will o,-.de A.Fop Worth W.l Dep.rtroe,'.Stmdmd Spo ifiowhoo.and the Fop Worth W.IS Depunuat'. Stmdud Pmdwb lip and appmW of d,q,,6,pd.cb wdl be b..d m the requiremmb of de Tmh..W Spcdi—whe0ru or on A,pmfi,pelct meet.me Fop Worth W 0/r Dep w,'.8tmdud Spcifiuums or u on roe Fort Word W 0/r t'.S,andud Pmdn.Let. P.......324/2015 P...3