Loading...
HomeMy WebLinkAboutContract 49616 City Secretary [ � 'ORT WORTH cmr SECRETARY Construction❑ CONTRACT NO. Project Manager❑ PROJECT MANUAL FOR THE CONSTRUCTION OF 2014 CIP Year 3 —Contract 3 Unit 1 — Water Unit 2 — Sanitary Sewer Unit 3 —Paving Improvements For Northeast Parkway and Urban Drive City Project No. 02694 Water Project Number: 59601-0600430-CO2694-CO1783 Sewer Project Number: 59607-0700430-CO2694-CO1783 Street Project Number: 34014-0200431-CO2694-CO2483 Betsy Price David Cooke Mayor City Manager John Robert Carman Director, Water Department OFFICIAL RECORD CITY SECRETARY Douglas W. Wiersig, P.E. FT.WORTH,TX Director, Transportation and Public Works Deparinent Prepared for The City of Fort Worth Water Department and Transportation and Public Works Department 2017 ; /.. fess.... e... .. ...ti .� t n MICHAEL R. HOBBS PM i 2 3 q r`'op: 108644 S6 TranSystems �1� ••�� Q� 500 W. Th Street, Suite#1100 `S RFCF�I Fort Worth,TX 76102 n 1& 06/7 `' 11 T � ^ 7 ti e z V a t"O RT WO RT H 0" City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 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 00 41 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 0045 41 Small —Rater-prise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01-General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 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 7123 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised February 2,2016 l.,-n,.�q I CERTIFICATE OF INTERESTED PARTIES FORM 1295 l of l Complete Nos.l-4 and 6 if there are interested panties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-214043 Stabile&Winn,Inc. Saginaw,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/25/2017 being filed. City of Fort Worth Date Acknowl dge � L--L 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. CIP Year 3 Contract 3#02694 Utility and Roadway Reconstruction Nature ofinterest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Henderson,Jerry Saginaw,TX United States X Winn,Dan Saginaw,TX United States X Stabile,John Saginaw,TX United States X 5 Check only if there is NO Interested Party. ❑ 5 A I Aa YESENIA SALAZAR I swear,or affum,under penally of perjury,that the above disclosure is true and correct. `t+`1 Notary Public,Stofe of Tixog �VCO-n.Expire 12.16-2019 Notary ID 13047082.7 .4, �Z� gnature of authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE Sworn to and subscribed before me,by the said :11L%.ILY i4{r 1yCyLSO0 this the 25 of M 14y, 20to certify which,witness my hand and seal of office. nature ooffi era inistering oath Printed name of officer administering oath Title of officer administering oat Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded front the City's Buzzsaw site at: htps:Hprof ectpoint.buzzsaw.com/c l ient/forttivorth-,,Ov_/Resources/02%20- %20Construction%20Documents/Specifications Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 31 -Earthwork 3123 16 Unclassified Excavation 31 25 00 Erosion and Sediment Control Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3201 29 Concrete Paving Repair 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 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1725 Curb Address Painting 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding, and Sodding Division 33-Utilities 33 01 30 Sewer and Manhole Testing 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television(CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 30 Temporary Water Services 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to Grade 3305 17 Concrete Collars 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1260 Standard Blow-off Valve Assembly 3331 12 Cured in Place Pipe(CIPP) 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 31 23 Sanitary Sewer Pipe Enlargement 3331 50 Sanitary Sewer Service Connections and Service Line 3339 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Epoxy Liners for Sanitary Sewer,Structures 33 46 00 Subdrainage 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets Division 34-Transportation 3471 13 Traffic Control Appendix GG 4.01 Availability ef Lands GC-4.02 Subsurface and Physical Conditions GC 4.04 UndeFgr-eund Faeolifies GG 4.06 Hazarileus EfiViMnmental Gendifien a4 Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GG 6.09 Permits-apA Utilities GG 6.24 ,.rendis r-ifninatien GR-01 60 00 Product Requirements G-1.00 Pavement Quantities by Street END OF SECTION CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised February 2,2016 M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA Fo COUNCIL ACTION: Approved on 8/1/2017 - Resolution No. 4823-08-2017 REFERENCE 202014 CIP YEAR 3 DATE: 8/1/2017 NO.: C-28313 LOG NAME: CONTRACT 3-STABILE & WINN INC. CODE: C TYPE: NON- PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with Stabile and Winn, Inc. in the Amount of $2,835,968.90 for 2014 Capital Improvement Project Year 3 Contract No. 3, Combined Street Paving Improvements and Water and Sanitary Sewer Main Replacements with a Total Project Amount of$3,382,871.00 and Adopt Reimbursement Resolution (2014 BOND PROGRAM) (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Resolution expressing Official Intent to Reimburse Expenditures with Proceeds of Future Water and Sewer Debt for the 2014 CIP Year 3, Contract No. 3 Project; and 2. Authorize the execution of a contract with Stabile and Winn, Inc. in the amount of$2,835,968.90 for 2014 CIP Year 3 Contract No. 3, Combined Street Paving Improvements and Water and Sanitary Sewer Main Replacement(City Project No. 02694). DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a construction contract for water, sanitary sewer and paving improvements on approximately 2.58 lane miles on the streets listed below: Street From To Northeast Parkway Great Southwest Rondo Drive Urban Drive Northeast Parkway N.E. Loop 820 The Transportation and Public Works Department's share on these improvements will be $2,051,165.00 which is available in the Street Improvement COs Residuals Fund of the 2014 CIP Year 3, Contract No. 3 Project(CO2694). The Water Department's share on this contract will be $1,331,706.00 is available in the Water and Sewer DPN Fund of the project(CO2694). The project was advertised for bid on April 20, 2017 and April 27, 2017 in the Fort Worth Star-Telegram. On May 18, 2017, the following bids were received: Bidder Amount 11 Time of Completion Stabile &Winn, Inc. $2,835,968.90 300 Catendar Days http://apps.cfwnet.org/council_packet/mc review.asp?ID=24864&councildate=8/l./2017 8/29/2017 M&C Review Page 2 of 3 JLB Contracting, LLC 11 $2,915,828.7211 McClendon Construction Company, Inc. $2,920,662.00 Jackson Construction Ltd. $3,719,876.00 In addition to the contract amount, $405,104.10 (Water. $93,489.00; Sewer: $59,717.00; TPW: $251,898.10) is required for project management, material testing and inspection and $141,798.00 (Water: $34,245.00; Sewer: $21,874.00; TPW: $85,679.00) is provided for project contingencies. Construction is expected to start in September 2017 and be completed by July 2018. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. A portion of the expenses associated with this project are anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Direct Purchase Note (DPN) Program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the DPN Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2016-2020 Five Year Capital Improvement Plan on February 2, 2016 (M&C G-18662). This City Council adopted plan includes this specific project, with funding identified through the DPN Program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax exempt bond proceeds. This project will have no impact on the Transportation and Public Works annual operation budget nor on the Water Department's operating budget when completed. M/WBE OFFICE: Stabile and Winn, Inc., is in compliance with the City's BDE Ordinance by committing to three percent MBE participation and documenting good faith effort. Stabile and Winn, Inc. identified several subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not submit the lowest bids. The City's MBE goal on this project is nine percent. The project is located in COUNCIL DISTRICT 2, Mapsco 49K. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget as appropriated of the 2014 Bond Program, 2008 Bond Program Residuals, Street Improvement COs Residuals and Water and Sewer DPN Funds. The Water&Wastewater Capital Improvement Plan includes an appropriation of$5,991,100.00 for programmable Street Maintenance Related Projects- P00006. After the funding of this M&C, the amount of$167,244.00 of the original appropriation will be available to fund future individual projects. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=24864&councildate=8/1/2017 8/29/2017 M&C Review Page 3 of 3 TO Fund Department Account Project Program Activity Budge# Reference# Amount ID ID Year 'hartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield Z Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Mary Hanna (5565) ATTACHMENTS 202014YR3CT3-REIMB RESOLUTION.doc Form 1295 Contract3 Stabile W.pdf M C Map - 202014CIPY3CONTRACT3-STABILE.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=24864&councildate=8/1/2017 8/29/2017 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO.1 2014 CIP YEAR 3- CONTRACT 3 CITY PROJECTNO, 02694 ADDENDUM RELEASE DATE: May 1,2017 INFORMATION TO BIDDERS: The Drawings and Contract.Documents for the above referenced project are hereby revised and amended as follows: The pre-bid meeting time has,been changed from 9:30 am to 2 pm, same location at 311 W.1 Oa' Street, Fort Worth Texas,76102. Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended.Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1" Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NON-RESPONSIVE",resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal.. RECEIPT ACKNOWLEDGED: By: John R. Cannan '4 Director, Water De ent `Y, Title: Cf- B —: Roberto C. Sauceda, P.E. Title: Senior Professional Engineer CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO.2 2014 CIP YEAR 3-CONTRACT 3 CITY PROJECT NO.02694 ADDENDUM RELEASE.DATE: May 9,2017 BID RECEIPT DATE:May 18,2017 INFORMATION TO BIDDERS: The Drawings and Contract Documents for the above referenced project are hereby revised and amended as follows: Proiect Manual: Section 00 41 00 – Bid Form –The Bid Form is replaced in its entirety with the attached. The time of completion was changed from 300 days to 330 days. Section 00 42 43–Bid Proposal–The Bid Proposal is replaced in its entirety with the attached. Section 00 52 43–Agreement–The Agreement is replaced in its entirety with the attached. The time of completion was changed from 300 days to 330 days. Plans: The following sheets are replaced as part of Addendum No 2, sheets 8, 91 10, 11, 12, 13, 14, 43, 52 and 55. Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2" Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NON-RESPONSIVE",resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: By: John R. Carman Director ydater Depa ettt--ems. Title: Y t C.Ei— By: Roberto C. Sauceda,P.E. Title: Senior Professional Engineer 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2014 CIP Year 3-Contract 3 City Project No.: 2694 Units/Sections: Unit 1 -Water Line Improvements Unit 2-Sanitary Sewer Improvements Unit 3- Paving Improvements 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 2014 CIP Year 3-Contract 3(Addendum 2) Form Revised 20150821 City Project 02694 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, Urban and Renewal, 12-inch diameter and smaller b. Sewer Bypass Pumping, 18-inches and smaller c. CCTV, 8-inches and smaller d. Sewer Collection System, Urban/Renewal, 8-inches and smaller e. Sewer Pipe Enlargement 12-inches and smaller f. Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) g. Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 330 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 g. Conflict of Interest Affidavit, Section 00 35 13 *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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Year 3-Contract 3(Addendum 2) Form Revised 20150821 City Project 02694 0041 00 BID FORM Page 3 of 3 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. i z B 39f 9 b& . 4O 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. 7. Bid Submittal This Bid is submitted on May 18, 2017 by the entity named below. Respectfully submitted,, 1 Receipt is acknowledged of the Initial following Addenda: By: ---- Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: Jerry Henderson JAddendum No. 4: (Printed Name) Title: Vice President Company: Stabile&Winn, Inc. Corporate Seal: Address: P.O. Box 79380 Saginaw, TX 76179 State of Incorporation: Texas Email: jeny.hendersonestabilewinn.com Phone: 817-847-2086 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Year 3-Contract 3(Addendum 2) Form Revised 20150821 City Project 02694 W4243 RID PROPOSAL Fq,1 aro SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Prujcct Itmt Irlf.-lion Bidder's Proposal Bidlisl Item No. Duscnplion 5pecfcotion Sedan No. Unit of Bid Unit Price Bid Volac Mcosorc Q.-Id, Unit 1-Water Line Improvements 1 3311.0461 12"PVC Water Pie 33 11 12 LF 3380 $ 2 3311.0261 8"PVC Water Pipe(Open Cut) 33 11 12 LF 550 $ 3 3311.0161 6"PVC Water Pipe(Open Cut) 34 11 12 LF 135 $ 4 3312.3005 12"Gate Valve 33 12 20 EA 9 $ 5 3312.3003 8"Gate Valve 33 12 20 EA 12 $ 6 3312.3002 G'Gate Valve 33 1220 EA 5 $ 7 33122204 2"Private Water Service 33 12 10 LF 35 $ 8 3312.2201 2"Water Service,Meter Reconnection 33 12 10 EA 5 $ 9 3312.2203 2"Water Service 33 12 10 EA 5 $ 10 3312.2104 1 1/2"Private Water Service 33 12 10 LF 30 $ II 33122101 11/Y'Water Service,Meter Reconnection 33 12 10 EA 3 $ 12 3312.2103 11/2"Water Service 33 12 10 EA 3 $ 13 3312.2004 1"Private Water Service 33 12 10 LF 40 $ 14 3312.2001 1"Water Service.Meter Reconnection '331210 EA 5 $ 15 3312.2003 1"Water Service 33 1210 EA 5 $ 16 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 20 $ 17 3312.0001 Fire Hydrant 33 12 40 EA 5 $ 18 024 L 1001 Water Lme Grouting 0241 14 CY 100 $ 19 0241.1218 4"-12"Water Abandonment Plu" 0241 14 EA 62 $ 20 0241,1302 Remove 6"Water Valve 0241 14 EA 3 $ 21 0241.1303 Remove 8"Ware,Valve 0241 14 EA 13 $ 22 0241.1304 Remove 10"Water Valve 0241 14 EA 2 $ 23 0241.1305 Remove 12"Water Valve 0241 14 EA 6 $ 24 0241.1510 Salvage Fire Hydrant 0241 14 EA 5 $ 25 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 6 $ 26 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 630 $ 27 3201.0400 Temporary Asphalt Pirving Repair(W/CTB for Services&Fire Lines) 3201 18 LF 325 -$ 28 3201.0133 6'Wide Asphalt Pvmt Repair,Industrial 3201 17 LF 30 $ 29 3211.0112 6"Fleldble Base.Type A,GR-1 Traffic Control) 32 11 23 SY 240 $ 30 3201.0616 Conc Pvmt Repair,AnenaUlndustnal 3201 29 SY 8 $ 31 3305.0103 Exploratory Excavation of Existing Utilities 3305 30 EA 6 $ 32 3305.0109 Trench Safety 3305 10 LF 3930 S 33 3304.0101 Temporary Water Services 33 04 30 LS I $ 34 3471.0001 Traffic Control 34 71 13 MO 3 $ 35 3125.0101 SWPPP>I acre 3125 00 LS 1 $ 36 9999.0000 Construction Surveyin•(GPS) LS 1 $ 37 9999.0000 Construction Staking LS I $ 38 9999.0000 Construction Allowance(Water) LS I $ 60,000.00 $ 60,000 00 Unit 1 Total $60,000.00 CRY OF FORT WORTH STANDARD CONSTRUC'DON SPECIFICATION DOCUMENTS 2014 UP Y-3-Cmuri 3(Addwd,2) I.R--120120120 Co,-PM-N.,.GMM T W4243 BN PROPOSAL Pops 2 d'4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. AUrul ol rc Quendlil� Unit Prim Bid Vaiuc Unit 2-Sanitar Sewer Improvements 1 3331.1102 8"Pipe Enlargement 33 3123 LF 4300 5 2 3331.4119 8"DIP Sewer Pipe 33 11 10 LF 100 $ 3331.3205 6"Private Sewer Service 33 31 50 LF 150 S 4 3331.3315 G'Sewer Service.Remstatennenl(For Pipe Enlargement) 33 31 50 EA 30 $ 5 3339.1001 4'Manhole 33 39 10,33 39 20 EA 15 $ 6 3339.1003 4'Extra Depth Manhole 33 39 10,33 39 20 VF 10 $ 7 3301.0001 pre-CCTV Inspection 33 01 31 LF 4362 $ 8 3301.0002 Post-CCTV Inspection 33 01 31 LF 4362 $ 9 3301.0101 Manhole Vacuum Testing 33 01 30 EA 15 $ 10 3305.0109 Trench Safety 3305 10 LF 85 $ 11 3305.0112 Concrete Collar 3305 17 EA 12 $ 12 3201.0400 Temporary Asphalt Paving Repair 2"HMAC on 6"CTB) 3201 18 LF 300 S 13 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 9 $ 14 13125.0101 SWPPP>I acre 31 2500 LS 1 $ 15 3216.0101 6"Cone Curb and Gutter 32 16 13 LF 50 $ 16 3471.0001 Traffic Control 3471 13 MO 3 $ 17 9999.0000 Sewer Pipe Sag Adjustment(Pie Burst) LF 200 $ 18 9999.0000 Corrosion Protection(Spectra Shield) VF 30 $ 19 9999.0000 Construction Surve mg(GPS) LS I S 20 9999.0000 Construction Staking LS 1 $ 21 9999.0000 Construction Allowance(Sewer) LS I $ 40,000.00 $40,000.00 Unit 2 Total $40,000.00 CITY OF FORT WORTH STANI)ARD CONSTRUCTION SPECIFICATION Or1CUMENT5 3014 CIP Yssr 3-L—3(Addaadum T) F—Rev-201201]0 CmI`M.11`10 02604 004143 1310 PROPOSAL. P4a43 M 4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infonnalion Bidder's Proposal Unit of id Bidltst hem No. Deseriplion Specifrciown Section No. Measure OuBmilo Unit Prize Bid Voluc Unit 3-Paving Improvements 1 10241,0401 Remove Concrete Drive 0241 13 SF 11535 - $ 2 0241.1100 Remove As halt PsmR 0241 15 Sl' 14060 $ 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 9680 $ 4 0241.1700 Pavement Pulverization 0241 15 SY 2310 $ 5 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 1700 $ 6 3211.0112 G'Flexible Base,Type A.GR-I(Traffic Control) 32 11 23 SY 240 $ 7 3211.0400 Hvdraled Lime 32 11 29 TNI 325 $ 8 3211,0502 8"Lime Treatment(38 lbs/SY) 32 11 29 SY 17000 $ 9 3211.0600 Cement(26 lbs/SY) 32 11 33 TN 30 $ 10 3213.0105 10"Conc P—t 32 13 13 SY 14910 $ 11 3213.0205 10"Conc Pvmt HES 32 13 13 SY 620 $ 12 3212.0303 3"Asphalt Pvmt Type D 32 12 16 SY 2310 $ 13 3213.0401 6"Concrete Driveway 32 1320 SF 1040 $ 14 3216.0101 6"Conc Curb and Gutter 32 1613 LF 965 $ 15 3217.5001 Curb Address Painting 32 1725 EA 30 $ 16 3291 0100 Topsoil 3291 19 Cy 815 $ 17 3292.0100 Block Sod Placement 3292 13 SY 7230 $ 18 3305.0107 Manhole Adiustment,Minor 33 05 14 EA Is $ 19 3305.0108 Miscellaneous Structure Adjustment(Meters) 33 05 14 EA 13 $ 20 3305,0111 Valve Box Adjustment 33 05 14 EA 25 $ 21 3346.0008 4"Pipe Underdrain.Type 8 33 46 00 LF 3 $ 22 3471.0001 Traffic Control 34 71 13 MG 5 $ 23 9999.0000 10'Curb Inlet Top 33 49 20 EA 3 $ 24 9999.0000 20'Curb Inlet Top 33 4920 EA 1 $ 25 9999.0000 10"Concrete Driveway SF 10495 $ 26 9999.0000 Remove/Salvage/Restore Grate Inlet EA 1 $ 27 9999.0000 IvIfiscellaneous Utility Adjustment(Irrigation) LS 1 S 10,000.00 $ 10,000.00 28 9999.0000 Construction Staking LS I $ 29 9999.0000 Construction Allowance(Paving) LS 1 $100,000.00 $ 100,000.00 UnIt3Totall $110,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1014 CIP Ynnr 3-Cminc,3 tAddmd,21 I.,R--I 20120120 C-Prulrcr Nu 02694 W 42 43 e1U PROPOSAL Pogo 4 of4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Proiecl hem Infornmlion Bidder's Proposal Bidlist Item No. Description Specif.ntion Scolio.No. Unit of- Bid Unil Price Bid Volue MensuQti nt Bid Summnre Banc Bid Unit 1-Water Line Improvements $60,000.00 Unit 2-Sanitary Sewer Improvements ...,,. $40,000.00 Unit 3-Paving Improvements $110,000.00 Total Bum Will $210,000.00 Alienate Bid Told Alteranc Bid Deduetire AlternoteBid Total Deductive Alterante Bid Additive Alienate Bid Total Additive Alienate Will Total Bid $210,000.00 END OF SEMON CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 7014 CIP Year 3-C.-3(Adlad,m 2) Fo Rewe)20120120 CMP,y IN.02694 00 52 43-1 Agreement Pagel of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on is made by and between the City of Forth 4 Worth, a Texas home rule municipality,acting by and through its duly authorized City Manager, 5 ("City'), and , 6 authorized to do business in Texas, acting by and through its duly authorized representative, 7 ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 2014 CIP Year 3—Contract 3 17 City Project No. 02694 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 330 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 11 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 Six Hundred Dollars ($600.00) for each day that expires after the time specified in 34 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3(Addendum 2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 6,2017 005243-2 Agreement Page 2 of 5 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contractor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of Dollars 38 ($ ). 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 specific) 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 i. MBE and/or SBE Commitment Form 58 j. Form 1295 Certification No. 59 3. General Conditions. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and,if issued,become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3(Addendum 2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 6,2017 005243-3 Agreement Page 3 of 5 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by anv act, omission or neLyligence of the city. 83 This indemnity provision is intended to.include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city,its officers,servants and employees,from and against any and all loss,damage 89 or destruction of property of the city,arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is allezed or 93 proven that all or some of the damages beine sought were caused, in whole or in part, 94 by any act,omission or neLlisence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 99 have the meanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the City. 103 7.3 Successors and Assigns. 104 City and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon CITY and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3(Addendum 2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 6,2017 005243-4 Agreement Page 4 of 5 116 7.6 Other Provisions. 117 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 118 classified, promulgated and set out by the City, a copy of which is attached hereto and 119 made a part hereof the same as if it were copied verbatim herein. 120 7.7 Authority to Sign. 121 Contractor shall attach evidence of authority to sign Agreement, if other than duly 122 authorized signatory of the Contractor. 123 124 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3(Addendum 2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 6,2017 005243-5 Agreement Page 5 of 5 125 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 126 counterparts. 127 128 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 129 Contractor: City of Fort Worth By: Fernando Costa By: Assistant City Manager (Signature) Date Attest: (Printed Name) City Secretary (Seal) Title: Address: M&C Date: City/State/Zip: Contract Compliance Manager: By signing,I acknowledge that I am the person responsible for the monitoring and Date administration of this contract,including ensuring all performance and reporting requirements. Robert Sauceda,PE Project Manager Approved as to Form and Legality: Douglas W.Black Assistant City Attorney 130 131 132 APPROVAL RECOMMENDED: 133 134 135 136 Chris Harder,PE 137 ASSISTANT DIRECTOR, 138 Water Department 139 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3(Addendum 2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 6,2017 ozoaz-x £lOV'UNOO-£8V3.1 d1O KOZ 4 a s c w r w m $° 9 ff a8� J g f' 10i ryw3 W jr z LU g it Z g o,. p r-rp g$oyn�� 4 9 4 a rc aaEma �w ¢ w R « aW Y b8 m o 1 d�Bug S�n OQ QZ�NT e dp Z g r N Z p a d�',tw t- • airy A � E E¢` � �`6" ,� aP^e R � 1" m a' m m EF � ' i5> ^^ $ owe H �:� Fs 3R: 1. OS+L V1S 3NIl HO1VW OS+L V1S Nil HO1VW jig1 m5 +6 ho� �: 'J 1'�JM!\ .I Ua 66Y19-d/1 t9'09 /` Y6Z ' Vw irnw ; w MAL 19x3.06 r., •370 ° i� li `I�h ><�m oe II�1� it o:LLT _ �I� a W €OZ o'1io � 0 6g -89'f 19- 1 �TUYi�'•+o :II 7 N_J� 3 aONJNV.9X.Z1 - 1 w oa;m d/1 !1IL. ' - rob: Be r lr3W> a3 + ay' fie m IV 9C'f19-d/1 •.v - f:UO. Ja � o 3 11 a0N0N SX-ZI 1 1 / €-N :po [IV m R SPIN y CA 6 �gY .S' 3W %sir u{ !III r .1Z 11 lilt �� mw z 1c, 71 u 6^ 331 aoNONV-9z.Z1 l E�� 331 ao110NVZ ZMI d/ gi}tla( s7 $ 1�\,f' R.. I ` _ KLl y. 01219-d/ 3A'WA 31VO.Z 00 lid 111 rWNE 7 I If +t V1S 3Nn HXVW 00+V V15 3N11 HO1VIN n . e IC E 1MVd\WI!3 I...S\ Rd 60:6f:i1 "Oz/Q/9 z x C lOV81NOO 6 8V3A d1O PW2Z w~ w _ e o a ill R pa$xc8 $ ' w Cl) w z 43 Q a< 0 "y w m $ �w 6 N<3 gQ a ryn Eo¢ ¢za_ o mil - R 3W �m'"; + o eis LAS z W ,�;w� ' pN V Q~O 81; lox h C) IT 0 3 z p C W 3 i 9 c S � p �iSY a< � � ali g:Wli _ . a; � v <R: F,4' VjS 3NIl HDiVYV 00+tt V1S 3NIl HDiVYV r _ � of Y` X <{ $ I MOa 151X3 O6 t I jfg aE pB k : T �I II Rte $qe - I' i it IIF Eill 01 17 I v ! uz 331 NOW Z 1'rj i} _monuY le i o 331 ONVLBK;I d/I iL pI FF o OS+L V1S 3NI-1 HOlVYV OS+L ViS NIS HOlVYV -Z. a 4 o WIN � n e g 1Md\WA iw4S\... NdCI:6i:Ll [IOL/9/5 ozosz-x ag £10VRIlNOO-£LIN3ti d10 t I OZ 4 LU Ma - L J '�T R 3 ReRBBdRa ~W y Z 3 E$e w w W7x a¢ ¢F W Z owe „ e Fop Q o W z a 5'2 y fig` Yz,'Z Sn3m $'wf 6 6 w a a`mea O W c �N Q Q o f $P 3 N > . bay" at- lyrx3 y 4` c e ¢ ¢Z N + tlM Y.. 9 W $ � o a� ¢ 9. 3�W [g y�W� o F-r O En - ffioyI yg yl g` ;n = 6 Ra 3 O m 'a yt � " n dz Erydo °� N M W 0 0 09+4I VIS 3NI1 HOlYW OS+til VIS 3NI-1 HOlYW ol'ers-a/i aoNar+v \ a, \\ 1[- nzza e/1- 0$ 71 ao1+oW sfi F f r 06'ZZ9 d/1 00,09 � Ss 64 u a 1 � ' uu _z 1-�N� W W'' J A I t•�a :oma_,��t � 7���u ;�� 111 Li • �if�o �80 ���J�� � �y� i.W� (v;u 71i I dI €{ggoo Via° o $ , �o, .�7 oZ ,I B n `I /Tzv Ln N 1n I r n o� 1 0o 7 y j , --ry z OZ'OZ9 d/1 90'OZ9 d/1 GOO sWad W o � d ON 14X3.061, I lun ` I INC, I 8 OO+I l VIS 3NIl HOldW OO+I I -VIS 3NI1 HOl`h bEa MON. $1 e ORH 1Wd\-IU Ioo4S\ 11d L1:6{wz1 "Oz/g/9 o:oroZ-x £10V2J1N00 £LIV3A dl0 bIOZ 9$� i c s Fz w �1 R RAR867fRe $ W r->/Z 3 8a R c BBB akkk� p` �=5� to , 'ate w r r w q nR x� C w V f z 0 » ES eo �o E a o F' o o h3 O a¢ r~w-� Y»=R A •..4 U� ZQ�, o �s � g z { 6 rco oma F R r iz Wm WQ NrayR w < >SI g N3o S a ml" N'^ a4e � _ CYRe v N E ry. U w F N< a z o $� s as��sa� au 00+81 VIS 3NI-1 HIM 00+81 VIS 3NI-1 H01VW an$ i! 511 1 _� i♦ on �= )ail 331 _91(6:1:Wwl � IL � � ng Oj •('.�F`" •�� zi Ali9 T � op a W WN1 mggl&yPy� Sx( Wok '8 a3 1' 06 IIffA� �8d �Rrl b: yri ie MO' �� of 3= , I i 41; 4 B' li rod qX3.05 '1 tlpy b+ L VIS 3NI-1 H01VW 09+-VL VIS 3NIl H01VW ypapya ydYRS OR 4ev � 4 $ e R u 1Wd��L'd IMVS�"' 11d ZZ:6t21 [10:/9/G ozo>z•x £13V211NOO-£HV3,k d1017LOZ a^ s o a w ❑n ¢ ` i $x 9 S A RRRs"sxRB Y W M In�3 8„ $ mW �a ag7 b5 i ,di s $Mil$$ ° � ~ v W W LU �"ns r s$ 8i ■ § 9 s`. s`8 Z rc� ¢w zp�J, �grdWg n W �$ w'� o; o ° 3w zzaz7 N Icy iso $ 7 $n�FN ° g cc ° e wao�a?� �w d'Ni3 � �o OQ W~wN e Wx gyps gy 5Y aF�`�5E" a` n z w .. b � fie$ Vis: RSR 8S`8�' eR ! s a pp+`Z dis 3N\ NO .(`, g � gF 00+LZ V15 3NI1 H01VW .i S QY " g7 BVi Z9-d/; 331 aof+v-x-zl g �e p� iii- S> ry � � \ 331 ao+aar 'x zl- 1 — '�. ,.4 L, cavi ry w pnm 2`� _r1 �� :• u ;h - Y --Ji = w31�� �U LL F •oc. __rvAz o 0w m II S o q - :Moa ISM.06 = e 1^ '6liryy^��: y �' 1'� �> a � � # I'd �•�ll " A ^ &X,4, 00+8L VIS 3NIl HXVW 00+81 V1S 3NIl HXVW `6L 6 b � v al Lw ¢gg MIR,; IdVd\-aU Iaa4S\' °W LZ:6f=L1 LIOL/9/S ozo>Z-x £iOVdiNOO £ifV3A dIO NOZ Lu coilzMA WIF 3 E8g W LU e ge : i y W m s 8 7� Y 3 e Z - ~LU w 0 i¢a W N a":a m 0 w-+ � 7 £ 69tl@ � �a s a d scy N a¢o tlsa + z R fit" a 9 k' nb .a���a:," o¢ ¢Z a iv 1Z r Y o->. o h Z p ❑a yy. uj -AR � d� Q"� je ��� � n�91� 9N °sp w F t�V)i o Si N��CL C) w `dall a m m 11"pPER a` b a D O O 7 N b b w� .'WIN �w aS N�LdW OO+tiZ V1S 3NIl HO1VW $ B e $ s \� oAYR qi � O i; 9f'ft9 d/1 w AIo z� 'c8 0� 1 1L h a3 l� g hep as \ § € w 8 9•, Y l¢" � > y (l�n3nrd 1 o k as 49 j.n . f6'c h ''i M2� . ,'gym C- /4 �m b 00, 3H/�HJ % egge OO+IZ ViS 3NIIHOIVW •` "'R W w +— ggiz mmw- o0o- big ltlrd�a.l!i HaVS�"' Hd IV 6CZl 11/0, MOM E lOVN1NOO-E HV3),dIO tIM i s a w c •aB:Ali� �^ ul Z W RR"a"a"a 8 r w M z 3 $^ W d ylaa I�b� W { lai 'e '$ �FB z #a U}w '7 e o ' L 1 -- W Z yyy Ro _� T`y? F; a 3 3 a g r j g 4"yR o s q � ° . _ w za g z ale ❑ p a w N 5;0 z g 4YCC z u p r i-- Y W7 $ - b ¢a= a�R w MwQ 3 m 12 6 r ff 9Y' ha LL 2 3 o z RY Y_Q �g I6 0 JI i i` fi c6 m '9ht N it Z Z Q gn tl=��' F } Q N Yy $ Ig a gg�i X51 gq a P o�F Wa o s skid W `3 6r ie ¢W 1� -6, v�tl °o U H r N N H bS `a v a z O gg q I m 04 *_ die .d38 g ere N r a m 12 O 0 0 0 HOlVW OO+LZ V1S 3Nn HOlVW 8 OO+LZ V15 3N1 r II a 9z'9£9-d/1 1 q ? g4 , K Yog v� Bpy ,3 06 �u - �. [ n'70z.p �. wY' N3= ,11 OILtD I� O�� m u O� II o LS SO'SX.-d/1 Nv III ia: 331 a .ex,Zl II 1 r g 3 W f II �q�o oqa I rc 1� N gE= b /(a oy rc 3 140, 1 7 on e � G yrs/ ¢� Wiry gill'! r {�� III o�prWWZZw 11 IIIJom /_• \ �' f IOU •ti - i i! O x�,G '•A µ� ' I O 00+-VZ V1S 3NI-I HOlVN n' yOl bey, . # Esc x baa b b b laVd\•alb 1•+V$\'"' 11d Cf:6caZI "Oz/9/S ozooz-x SS £lOHZLLNOO £NJV3A dlO KOZ LU x F Jh" 14` R d �Ry6:Qx�dS H W m Cl) ° 3a F-Za a 6g8S:R - rn Z < Fw 0cn 6 v K O F o oa a t °L MNa z 5 w w x LU n H V's MAE ® i lead c � ti ge e ^ e Ir = N, 19i zo e5 � � �apeYB � � 11, Iry 05 wly� j - w 6� R W5 z ' 8 W s3e � a b - 0 7$lej �V i �� l i ah -10 L VIP ole 'VIP wG e Y i ON is MSE AYH HIVISN3,LNi i � I r j I Ir59-i.9 AMHd dSV3HIHQ O I co Z a — - -- - -,BO-OONOH .e, o - -- a >- - ---- ---- - 1cn Y F - -...-. HO Visn5av - Fcn - - - z AMAd Al XHVW 1 T 10-101-do1-o\Jldl-OOOIC\ �d Zf:6C:il CIOL/9/S ozovz-x gg £¢¢lOV2JIN00 £2iH3X d10 KOZ uwi Z 8: Z � QQW MpaAo o 0 2 H vi w ' z Q z , ISI' o Q v rcCL Z � ��a pp F y" oW MNa q n§8 a Soa 1 1 oQ QZ~� C7 e ° w 0@ C 0 U aLu U 'x E N m � UFF Pit FF r R R y� 4 w RR �tE iia ya r. i { it, ,Yn nd SY6f:Zl uoz/a/s E3aams+3Aao# OZ !� .- � , 6§ (\/ J (! KEZ ] Bq ` A i °6 0 ■ § , \ | . [I AAk 0\ LLJ / | -6/ / §� ■ !! ! . `. � ! 2 \§% - < i �! ! � � )( | $ - <L 0( all < §■ U0 , (§ | / 0� § § � • � | sa & � HI __« Ad% 2 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO.3 2014 CIP YEAR 3- CONTRACT 3 CITY PROJECT NO, 02694 ADDENDUM RELEASE DATE: May 16,2017 BID RECEIPT DATE:May 18,2017 INFORMATION TO BIDDERS: The Drawings and Contract Documents for the above referenced project are hereby revised and amended as follows: Proiect Manual: Section 00 42 43—Bid Proposal—The Bid Proposal is replaced in its entirety with the attached. Plans: The following attached standard details are added as part of the plans: D508 Pavement Steel Reinforcing General Layout, D512 Construction Joint (Between Existing and Proposed Pavement), D513 Expansion Joint,D514 Expansion Construction Joint(Between Existing and Proposed Pavement),D515 Contraction Joint, D516 Sawed Dummy Joint, D5I7 Redwood Expansion Joint, D519 Longitudinal Paving Section, D642 Typical Pavement Markings. Please acknowledge receipt of the Addendum in the following locations: (1) Li the space provided below (2) In the amended Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED&ACKNOWLEDGED ADDENDUM NO.3" Failure to acknowledge the receipt of Addendum No.3 could cause the subject bidder to be considered "NON-RESPONSIVE",resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: By: John R. Carman `' p Director. Vater D ment Title: VILE \ _ By: Roberto C. Sauceda,P.E. Title: Senior Professional Engineer '.p40 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Ilan Information Bidders Proposal Bidlist Item No. Description Specification Section No. Um of Bid Unit Price Bid Value M-- Quantiry Unit 1-Water Line Improvements 1 3311.0461 12"PVC Water Pipe 33 11 12 LF 3380 $76.00 $ 256 880.00 2 3311.0261 8"PVC Water Pi Cut 33 11 12 LF 550 $51.00 $ 28 050.00 3 3311.0161 6"PVC Water R Cut 34 11 12 LF 135 1 $45.00 $ 6,075.00 4 3312.3005 12"Gate Valve 33 1220 EA 9 $2,600.00 $ 23 400.00 5 3312.3003 9"Gate Valve 331220 EA 12 $1,500.00 $ 18000.00 6 3312.3002 6"Gate Valve 33 1220 EA 5 $1,200.00 $ 6 000.00 7 3312.2204 2"Private Water Service 33 12 10 LF 35 $83.00 $ 2 905.00 It 3312.2201 2"Water ServiceMeter Reconnection 33 12 10 EA 5 $600.00 $ 3 000.00 9 3312.2203 2"Water Service 33 12 10 EA 5 $3,100.00 $ 15,500M 10 3312.2104 1 12"Private Water Service 33 12 10 LF 30 $83.00 $ 2,490.00 1 I 3312.2101 1 12"Water ServiceMeta Recomectim 33 12 10 EA 3 $500.00 $ 1,500.00 12 3312.2103 1 12"Wala Service 33 12 10 EA 3 $3,000.00 $ 9,000.00 13 3312.2004 1"Private Water Service 33 12 10 LF 40 1 $55.00 $ 2,200.00 14 3312.2001 1"Water Service Meter Reconnection 33 12 10 EA 5 $300.00 $ 1,500.00 15 3312.2003 1"Water Service 33 12 10 EA 5 $1,500.00 $ 7500.00 16 3312.0117 Connection to Existing 4"-12"Water Main 33 1225 EA 20 $2,800.00 $ 56 000.00 17 3312.0001 Fire Hydrant 33 1240 EA 5 54,700.00 $ 23 500.00 IS 0241.1001 Wata Line Grouting 0241 14 CY 100 $40.00 $ 4,000.00 19 0241.1218 4"-12"Water Abandonment Plug 0241 14 EA 62 $160.00 $ 9,920.00 20 0241.1302 Remove 6"Water Valve 0241 14 EA 3 $275.00 $ 825.00 21 0241.1303 Rearove 8"Water Valve 0241 14 EA 13 $330.00 S 4,290.00 22 0241.1304 Remove 10"Water Valve 0241 14 EA 2 $390.00 $ 780.00 23 0241.1305 Remove 12"Water Valve 0241 14 EA 6 $550.00 $ 3.300.00 24 0241.1510 Salvage Fire Hydrant 0241 14 EA 5 $550.00 $ 2,750.00 25 3311.0001 Ductile Iron Water Fittings w/Restraint 33 11 11 TON 6 $7,200.00 $ 43 200.00 26 3201.0400 Tcnipmary Asphalt Paving it 3201 18 LF 630 $15.00 $ 9,450.00 27 320L0455 T Aplialt Pavi, W/CTB for Services&Fire Lines 3201 18 LF 325 $24.00 $ 7,800.00 28 3201.0133 6'Wide Asphalt Pvmt Repair,Industrial 3201 17 LF 30 $125.00 $ 3 750.00 29 3211.0112 6"Flexible Bane Type A GR-1(Traffic Control 32 1123 SY 240 $20.00 $ 4,800.00 30 3201.0616 Com Pvmr Repair,Arterial/Industrial 32 01 29 SY 8 $250.00 $ 2,000.00 31 3305.0103 Explmatory Excavation of Existing Utilities 33 05 30 EA 6 $1,000.00 $ 6.000.00 32 3305.0109 Trench Wety 3305 10 LF 3930 $1.00 $ 3.930.00 33 13304.0101 Teenporary Water Services 33 04 30 LS 1 $35,000.00 $ 35 000.00 34 3471.0001 Traffic Control 3471 13 MO 3 $2,100.00 $ 6,300.00 35 3125.0101 SWPPP>I wre 31 2500 LS 1 $1,000.00 $ 1,000.00 36 9999.0000 Construction Surveying GPS LS 1 $4,500.00 $ 4,500.00 37 9999.0000 Construction Stkg LS 1 $7,800.00 $ 7,800.00 38 9999.0000 Constructionkilo-(Water) LS 1 S 60,000.00 $ 60000.00 Unit 1 Total $684,895.00 CrrvO FMTWORM STM$) CONarRt1Cn MCWICATIONOOCnNFN14 preCMY-l-CudaI(�J) Foy$ MMIM C'ry P^^ldNU Op41 W420 BM PROPOSAL P­2aro SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project,tem hd tion Bidd ea Prop-] Bidlist Item No, Deaiptian Spo ifimrion Section No. Unit of Bid Unit Prim Bid Valu More Qantity Unit 2-Sanitar.,Sewer Improvements 1 3331.1102 S"Pipe Enlarument 33 31 23 LF 4300 $46.00 $ 197,8W.00 2 3331.4119 8"DIP Sewer Pip, 33 11 10 LF 100 $156.00 $ 15 600.00 3 3331.3205 6"Private Sewttt Service 33 31 50 LF 150 1 $62.00 $ 9 300.00 4 3331.3315 6"Sewn Service Reinstatement For Pipe Enl ement 33 3150 EA 30 $800.00 $ 24 000.00 5 3339.1001 4'Manhole 33 39 10 33 39 20 EA 15 $4,800.00 $ 72 000.00 6 3339.1003 4'Extra Depth Manhole 33 39 10 33 39 20 VF 10 $150.00 $ 1,500.00 7 3301.0001 Prx CCTV Inspection 33 01 31 LF 4362 $2.00 $ 8,724.00 8 3301.0002 Poet-CCTV Inspection 330131 LF 4362 $1.00 $ 4.362.00 9 3301.0101 Manhole Vacuum Tea33 01 30 EA 15 $200.00 $ 3,000.00 10 3305.0109 Trench Safety 3305 10 LF 85 $10.00 S 650.00 11 3305.0112 Concrete Collar 330517 EA 12 $125.00 5 1,500.00 12 3201.0400 Tcmponuy Asphalt Paying Ru 2"HMAC on 6"CTB 3201 IS LF 300 $42 O0.S 12.60D.DD 13 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 9 $3DO.00 I$ 2 700.00 14 3125.0101 SWPPP>I acre 312500 LS 1 $500.00 S $00.00 15 3216.01016m Core,Curb and Gutter 32 16 13 LF 50 $55.00 $ 2.750.00 16 13471.0001 TmOic Control 3471 13 MO 3 $2,100.00 S 6300.00 17 9999.ODDO Sewer Pipe Sm Ad' traenl(Pipe Bmt LF 200 $6 7.00 S 12 200.00 1s 9999.0000 Corrosion Protection(Spectra Shield VF 30 $4C0 00 $ 12 000.00 19 9999,0000 Construction Survc GPS LS I $2,6M 00 $ 2,600.00 20 9999.0000 Construction Staking LS 1 $7,200.00 $ 7.200.00 21 9999.0000 Construction Allowance Sewer LS 1 $ 40,000.00 $40.000.00 Unit 2 Total $437 486.00 C--FMT-- StAlmAReCONe2RtILTON5KCIFICAMNOOLVA W!t 2014CIPY,3-COWst3(Aaaaaw3) FayR 2nitm2a C'Proem Nn O169r W 43 43 am PROPOSAL PW 3 aro SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Pmject It-W-tion Bidder,Proposal Bidlist hen I4o. D-prion Specification Sea-No. Unit of Bid Unit Rice Bid Value M-- Quantity Unit 3-Paving Im rovements 1 10241.0401 Remove Concrete Drive 0241 13 SF 11535 $2.00 $ 23 070.00 2 0241.1100 Remove Asphalt Pmt 0241 15 SY 14060 $5.00 $ 70 300.00 3 0241.1300 Remove Corte Curb&Gutter 0241 15 LF %80 1 $3.00 $ 29 040.00 4 0241.1700 Pavement Pulverization 0241 15 SY 2310 $7.00 $ 16 170.00 5 3123.0101 Urelassified Excavation by Plan 3123 16 CY 1700 $30.00 $ 51 000.00 6 3211.0112 6"Flexible Bax Tytie A,GR-1rafic Control 32 1123 SY 240 $20.00 $ 4 800.00 7 3211.0400 Hydrated Lime 32 1129 TN 325 $160.00 $ 52 000.00 8 3211.0502 8"Lime Treatment 38 lbs/SY 32 1129 SY 17000 $3.50 $ 59 500.00 9 3211.0600 Cement 26 lbs/SY 32 11 33 TN 30 $170.00 $ 5100.00 10 3213.0105 10"Cone Pvmt 32 13 13 SY 14910 $62.84 $ 936 944.40 11 3213.0205 10"Conc Pvmt HES 32 13 13 SY 620 374.90 $ 46 438.00 12 3212.0303 3"As0,alt Pvmt Type D 32 12 16 SY 2310 $18.00 $ 41 580.00 13 3213.0401 6"Concrete Driveway 32 1320 SF 1040 $9.00 $ 9.360.00 14 3216.0101 6"Cone Curb and Gutter 32 16 13 LF 965 1 $49.00 $ 47 285.00 15 3217.0001 4"SLD Pmt Markin HAS W 32 1723 LF 1340 $1.05 $ 1,407.D0 16 3217.2104 REFL Raised Marker TY 11-C-R 32 1723 EA 134 $5.25 $ 703.50 17 3217.5001 Curb Address Painting 32 17 25 EA 30 $75.00 $ 2,250.00 18 3291.0100 Tq,,il 3291 19 CY 815 $21.50 $ 17 522.50 19 3292.0100 Block Sod Placement 32 92 13 SY 7230 $4.25 $ 30 727.50 20 3305.0107 Manhole Ad munent Minor 3305 14 EA 15 $300.00 $ 4,500.00 21 3305.0108 Miscellaneous Structure Ad'ushnent Meters 3305 14 EA 13 350.BB $ 650.00 22 3305.0111 Valve Box Adimunent 3305 14 EA 25 $200.00 $ 5,000.00 23 3346.0008 4"Pipe Underdrain Type 8 334600 LF 3 $30.00 $ 90.00 24 3471.0001 Traffic Control 3471 13 MO 5 $2,100.00 $ 10 500.00 25 9999.0000 10'Curb Wel Top 33 49 20 EA 3 $4,600.00 $ 13 800.00 26 9999.0000 20'Curb Wet Top 33 49 20 EA 1 $8,400.00 $ 8 400.00 27 19999.0000 10"Concrete Driveway SF 10495 $10.00 $ 104 950.1311 28 9999,0000 Remove/Salva e/Rmtore Grate Inlet EA 1 $500.00 $ 500.00 29 9999,0000 Miscellaneous Utilav Ad ustment Irti ation LS 1 $ 10,000.00 $ 10 000.00 30 9999,0000 Construction StAing LS 1 I $10,000.00 $ 10 000.00 31 9999,0000 Construction Allowance Pavin LS 1 $100,000.00 $ 100 000.00 Unit 3 Totall $1,713,587.90 crry a soar waRrx STMD ODNSrRU ON SPECIFICATION WR0.a:NIS 1a1�CB Ys3C 3(Misl�3) Pam amore 30130130 Cry Pajd Nn 036W 00 42 4) am PROR]eAL PW 4 d4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Projmt Item Inf tion Bimer,Propoml Bi(iat Item No. Desoipim Spmifiation Section No. Unit of Bid Unit Price Bid Vdue MuC°awe Quantity Bid Semmry Hem Bid Unit 1-Water Ltne Improvements _ __. „ ............ $684,895.00 Unit 2-Sanitary Sewer Improvements $437.486.00 Unit 3-.Paving Improvements _..„ $1,713.587.90 Tom Bene 91d $2,535,968.90 Alk—k BM Tom Alknak BM Dodaidl,.Alkrfak Bld Tom DMslke Aft—k BY Addhim Albrk BY Tem AddM-Alkraek BY Tom BW 2 B35 968.90 END OF SECTION CRY W'FORT WO STAIIDAPO CONS2 WnON SPECWICATION DOCUMEMa IDt4 CM Ys)•('amad)(Addmlo 2) F—P IDIIDIID Ch Nope Nn 01691 W N 00 ci a 0 0 o N LO z w ❑ O® Z O 0 OD M 2 VI 0O V)m m U ❑ 7 0 om �_ M@ w M CD w V)M x VI r Of x 3 Z Of u a 0 00N am w N ao M o I Y V CD m Z K U U Y ¢ W LL m Z O = W � ^ w Q ZN O J J ZM ~ W Q UM W CO W Z LU W V U ~� W`Z Ln V7 00 Y M �M O M 3� ¢w ut a z U ¢ Oa sZ Ln 0 F �U Z�- wz WO z w OU m0 YF 3a IQ: J z ¢0 =U K W � a -- KO o \\ o0 oo U l �M VI � ¢ z CID 0 OUM a3 MwO mm x000 U W a0 a0 @J J #5 x 18" DEFORMED BARS CONSTRUCTION JOINT WITH DOWELED AND EPDXYED INTO SILICONE JOINT SEALANT EXISTING PAVEMENT ® 18" O.C. PER 32 13 13-D518 #4 BARS ® 18" O.C.B.W. PROPOSED PAVEMENT PER SECTION EXISTING CONCRETE 32 13 13 PAVEMENT < ray EXISTINC 6" PROPOSED SUBGRADE PER SUBGRADE MIN TYPICAL ROADWAY SECTION FORT WORTH CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 CONSTRUCTION JOINT (BETWEEN EXISTING AND PROPOSED PAVEMENT) 32 13 13-D512 EXPANSION JOINT, FORMED GROOVE #4 BARS ® 18" ROUNDED TO U." RADIUS WITH O.C.B.W. 6" 6„ SILICONE JOINT SEALER AND REDWOOD EXP. JOINT FILLER 2" PER 32 13 13—D517 A2" / 114x" MIN. CLEARANCE 4" T/2 T T • e PROPOSED SUBGRADE PER TYPICAL ROADWAY SECTION DOWEL SLEEVE OR 7 #4 x 24" SMOOTH 16" CAP TO FIT DOWEL DOWEL ® 18" O.C. DOWEL COATING AND BE SECURED W/GREASE BAR STOP DOWEL SUPPORT OR BASKET FORT WORTH CITY OF FORT WORTH, TEXAS REVISED:08-31-2012 EXPANSION JOINT 32 13 13-D513 N4 x 20" SMOOTH EXPANSION JOINT WITHOUT X14 BARS 9 18" DOWEL ® 18" O.C. DOWEL SUPPORT BASKET O.C.B.W. INTO EXISTING PER 32 13 13-D517 PAVEMENT PROPOSED PAVEMENT PER SECTION 32 13 13 11/4" MIN. CLEARANCE EXISTING CONCRETE PAVEMENT 2" MIN. T/2 T PROPOSED .. _.. GRA DE PER TYPICAL 6" ROADWAY EXISTINGT MIN DOWEL SLEEVE OR CAP SECTION EX STIN DE TO FIT DOWEL AND BE SECURED BAR STOP FORT WORTH CITY OF FORT WORTH TEXAS REVISED:08-31-2012 EXPANSION CONSTRUCTION JOINT (BETWEEN EXIST AND PROP PAVEMENT) 32 13 13-D514 #4 BARS 0 18" O.C.B.W. SAWED DUMMY JOINT WITH SILICONE JOINT SEALANT PER 32 13 13-D518 10" PROPOSED SUBGRADE PER TYPICAL ROADWAY SECTION DOWEL SUPPORT OR BASKET $4 x 20" SMOOTH DOWEL BARS ® 18' O.C. FORT WORTH CITY OF FORT WORTH, TEXAS REVISED:08-31-2012 CONTRACTION JOINT 32 13 13-D515 (/4 BARS ® 18" SAWED DUMMY JOINT WITH O.C.B.W. SILICONE JOINT SEALANT PER 32 13 13-D518 T PROPOSED SUBGRADE PER TYPICAL ROADWAY SECTION FORT NORTH CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 SAWED DUMMY JOINT 32 13 13-D516 FORMED GROOVE ROUNDED TO 1/" RADIUS SILICONE JOINT SEALANT REDWOOD EXPANSION POLYETHYLENE FILLER BOND BREAKER TAPE T DOWEL SUPPORT BASKET #4 SMOOTH DOWEL FORT WORTH CITY OF FORT WORTH TEXAS REVISED: 08-31-2012 REDWOOD EXPANSION JOINT DETAIL 32 13 13-D517 ................. N T W � � ry � ch Q - �— CD M W M (n T > N w M Z Ste; O a� `Y LL, cno F O ao Z 00 oa L z o U � Z s O J � ao o Fl u o - V a i s o a m b 0 a a=' Y i {S31UVA CN z ) \ G p c , § \ / { § CN & ƒ \ { 2 } uJ , / & Cf) } - $ ° C) a / \ Z_ CD \ Y \ \ E \ § \ �} 2 E ` \ � \ �� ^ k o 2 ( ° CY / Z LLICw CD W t ` R LU \ > / U Q § \ IL — CA � Q O U � � � �\ / � W= / �� § o w§ n 0 - } o & 0z I. / / \ _ N) \ - \ « \ jab - , \ z - \ _ \Ull .j 1, -_ \f ; _ : 00 11 13-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of 2014 CIP Year 3 —Contract 3, CPN: CO2694, Water Project 5 Number: 59601-0600430-CO2694-C01783, Sewer Project Number: 59607-0700430-CO2694- 6 CO 1783,will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth, Texas 76102 12 Until 1:30 P.M. CST,Thursday,MONTH DAY,20 May 18,2018, and bids will be opened 13 publicly and read aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: 17 18 3,380 LF 12"PVC Water Line by Open Cut 19 380 LF 8"PVC Water Line by Bore 20 4,280 LF 8"Sanitary Sewer by Pipe Enlargement 21 14,910 SY 10"Concrete Pavement 22 2,310 SY Pavement Pulverization 23 2,310 SY 3"Asphalt Pavement Type D 24 25 PREQUALIFICATION 26 The improvements included in this project must be performed by a contractor who is pre- 27 qualified by the City at the time of bid opening.The procedures for qualification and pre- 28 qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS. 29 30 DOCUMENT EXAMINATION AND PROCUREMENTS 31 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 32 of Fort Worth's Purchasing Division website at b-ttp://www.fortworthtexas.gov/purchasing/and 33 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 34 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 35 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 36 Parties Form 1295 and the form must be submitted to the Project Manager before the 37 contract will be presented to the City Council. The form can be obtained at 38 https://www.ethics.state.tx.us/tee/1295-Info.htm . 39 40 Copies of the Bidding and Contract Documents may be purchased from 41 42 TranSystems, 500 West 7'Street, Suite 1100, Fort Worth,Texas 76102, 817-339-8950 43 44 The cost of Bidding and Contract Documents is: 45 Set of Bidding and Contract Documents with full size drawings: Full size Drawings will only be 46 made available as requested at a nonrefundable cost of$80.00 per set. 47 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 22,2016 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 1 Set of Bidding and Contract Documents with half size(if available)drawings: Half size 2 Drawings will only be made available as requested at a nonrefundable cost of$50.00 per set. 3 4 PREBID CONFERENCE 5 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 6 BIDDERS at the following location, date,and time: 7 DATE: Thursday,May 4,2017 8 TIME: 9:30 am 9 PLACE: 311 West 10'Street 10 Fort Worth,Texas 76102 11 LOCATION: Water Department-Engineering 12 13 14 INQUIRIES 15 All inquiries relative to this procurement should be addressed to the following: 16 Attn: Roverto C. Sauceda,PE, City of Fort Worth 17 Email: Robert.Sauceda@fortworthtexas.gov 18 Phone: 817-392-2387 19 AND/OR 20 Attn: Mary Hanna, PE, City of Fort Worth 21 Email: Mary.Hanna@fortworthtexas.gov 22 Phone: 817-392-5565 23 AND/OR 24 Attn: Michael Hobbs,PE,TranSystems 25 Email: mrhobbs@transystems.com 26 Phone: 817-339-8950 27 28 29 ADVERTISEMENT DATES 30 April 20,2017 31 April 27,2017 32 33 END OF SECTION CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 22,2016 0021 I3-1 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://projectpoint.buzzsaw.com/fortworthg_ov/Resources/02%20- 41 %20Construction%20DocuiTients/Contractor%20Prequai ification/TPW%20Paving 42 %20Contractor%20Prequalification%20Program/PREOUALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Water and Sanitary Sewer—Requirements document located at; 46 httl2s://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 48 OSanita!y%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre 49 qual%20requirements.doc?public CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 4 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 5 45 11,BIDDERS PREQUALIFICATIONS. 6 7 3.2.1. Submission of and/or questions related to prequalification should be addressed to 8 the City contact as provided in Paragraph 6.1. 9 10 11 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 12 bidder(s)for a project to submit such additional information as the City, in its sole 13 discretion may require, including but not limited to manpower and equipment records, 14 information about key personnel to be assigned to the project,and construction schedule, 15 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 16 deliver a quality product and successfully complete projects for the amount bid within 17 the stipulated time frame. Based upon the City's assessment of the submitted 18 information,a recommendation regarding the award of a contract will be made to the 19 City Council. Failure to submit the additional information, if requested,may be grounds 20 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 21 notified in writing of a recommendation to the City Council. 22 23 3.4.In addition to prequalification,additional requirements for qualification may be required 24 within various sections of the Contract Documents. 25 26 27 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 28 29 4.1.Before submitting a Bid, each Bidder shall: 30 31 4.1.1. Examine and carefully study the Contract Documents and other related data 32 identified in the Bidding Documents(including "technical data" referred to in 33 Paragraph 4.2. below).No information given by City or any representative of the 34 City other than that contained in the Contract Documents and officially 35 promulgated addenda thereto,shall be binding upon the City. 36 37 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 38 site conditions that may affect cost, progress,performance or furnishing of the 39 Work. 40 41 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, 42 progress, performance or furnishing of the Work. 43 44 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 45 contiguous to the Site and all drawings of physical conditions relating to existing 46 surface or subsurface structures at the Site(except Underground Facilities)that 47 have been identified in the Contract Documents as containing reliable "technical 48 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 49 at the Site that have been identified in the Contract Documents as containing 50 reliable "technical data." 51 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised August 21,2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish.All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents.No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.6. Perform independent research, investigations,tests,borings,and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request,City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations,tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations, investigations,tests and studies. 17 18 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work,time required for its completion,and obtain all information 20 required to make a proposal. Bidders shall rely exclusively and solely upon their 21 own estimates, investigation,research,tests, explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima-facie evidence that the 24 Bidder has made the investigation, examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents.The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 36 37 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any,on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. those drawings of physical conditions in or relating to existing surface and 44 subsurface structures(except Underground Facilities)which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents,but the "technical data" contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any "technical data" or 7 any other data, interpretations,opinions or information. 8 9 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 10 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without I I exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means,methods,techniques, sequences or 13 procedures of construction(if any)that may be shown or indicated or expressly required 14 by the Contract Documents,(iii)that Bidder has given City written notice of all 15 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 17 etc.,have not been resolved through the interpretations by City as described in 18 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos, Polychlorinated 23 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered,by 24 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work,Etc. 28 29 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities,construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding right-of-way,easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 40 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way,easements,and/or permits,and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 6. Interpretations and Addenda 50 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised August 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 3 received after this day may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents. 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 City of Fort Worth 12 200 Texas Street 13 Fort Worth,TX 76102 14 Attn: Robert Sauceda,PE, Water Department 15 Email: Robert.Sauceda@fortworthtexas.gov 16 Phone: 817-392-2387 17 18 19 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 20 City. 21 22 6.3.Addenda or clarifications may be posted via Buzzsaw at 23 littps:Hprojectpoint.buzzsaw.com/ bz rest/Web/Home/Index?fold_er=17491#/ bz rest/W 24 eb/Item/Items?folder=l 7491 25 26 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 27 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 28 Project. Bidders are encouraged to attend and participate in the conference. City will 29 transmit to all prospective Bidders of record such Addenda as City considers necessary 30 in response to questions arising at the conference. Oral statements may not be relied 31 upon and will not be binding or legally effective. 32 33 7. Bid Security 34 35 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 36 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 37 the requirements of Paragraphs 5.01 of the General Conditions. 38 39 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 40 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 41 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 42 default, rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 43 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 44 other Bidders whom City believes to have a reasonable chance of receiving the award 45 will be retained by City until final contract execution. 46 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised August 21,2015 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 8. Contract Times 2 The number of days within which,or the dates by which,Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. 6 7 9. Liquidated Damages 8 Provisions for liquidated damages are set forth in the Agreement. 9 10 10. Substitute and "Or-Equal" Items 11 The Contract, if awarded,will be on the basis of materials and equipment described in the 12 Bidding Documents without consideration of possible substitute or"or-equal"items. 13 Whenever it is indicated or specified in the Bidding Documents that a "substitute"or"or- 14 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 15 City,application for such acceptance will not be considered by City until after the Effective 16 Date of the Agreement. The procedure for submission of any such application by Contractor 17 and consideration by City is set forth in Paragraphs 6.05A., 6.05B.and 6.05C. of the General 18 Conditions and is supplemented in Section 0125 00 of the General Requirements. 19 20 11. Subcontractors,Suppliers and Others 21 22 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 23 12-2011 (as amended),the City has goals for the participation of minority business 24 and/or small business enterprises in City contracts. A copy of the Ordinance can be 25 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 26 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 27 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 28 Venture Form as appropriate.The Forms including documentation must be received 29 by the City no later than 2:00 P.M.CST,on the second business days after the bid 30 opening date.The Bidder shall obtain a receipt from the City as evidence the 31 documentation was received. Failure to comply shall-render the bid as non- 32 responsive. 33 34 11.2. No Contractor shall be required to employ any Subcontractor,Supplier, other person 35 or organization against whom Contractor has reasonable objection. 36 37 12. Bid Form 38 39 12.1. The Bid Form is included with the Bidding Documents;additional copies may be 40 obtained from the City. 41 42 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 43 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 44 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 45 price item listed therein. In the case of optional alternatives,the words"No Bid," 46 "No Change,"or"Not Applicable" may be entered.Bidder shall state the prices, 47 written in ink in both words and numerals,for which the Bidder proposes to do the 48 work contemplated or furnish materials required. All prices shall be written legibly. 49 In case of discrepancy between price in written words and the price in written 50 numerals,the price in written words shall govern. 51 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.3. Bids by corporations shall be executed in the corporate name by the president or a 2 vice-president or other corporate officer accompanied by evidence of authority to 3 sign. The corporate seal shall be affixed. The corporate address and state of 4 incorporation shall be shown below the signature. 5 6 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 7 partner,whose title must appear under the signature accompanied by evidence of 8 authority to sign. The official address of the partnership shall be shown below the 9 signature. 10 11 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 12 member and accompanied by evidence of authority to sign. The state of formation of 13 the firm and the official address of the firm shall be shown. 14 15 12.6. Bids by individuals shall show the Bidder's name and official address. 16 17 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 18 indicated on the Bid Form. The official address of the joint venture shall be shown. 19 20 12.8. All names shall be typed or printed in ink below the signature. 21 22 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 23 which shall be filled in on the Bid Form. 24 25 12.10. Postal and e-mail addresses and telephone number for communications regarding the 26 Bid shall be shown. 27 28 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 29 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 30 to State Law Non Resident Bidder. 31 32 13. Submission of Bids 33 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 34' at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 35 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed 36 envelope, marked with the City Project Number, Project title,the name and address of 37 Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent 38 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 39 envelope with the notation "BID ENCLOSED"on the face of it. 40 41 14. Modification and Withdrawal of Bids 42 43 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 44 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 45 must be made in writing by an appropriate document duly executed in the manner 46 that a Bid must be executed and delivered to the place where Bids are to be submitted 47 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 48 are opened and publicly read aloud,the Bids for which a withdrawal request has been 49 properly filed may,at the option of the City,be returned unopened. 50 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised August 21,2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 2 time set for the closing of Bid receipt. 3 4 15. Opening of Bids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 abstract of the amounts of the base Bids and major alternates(if any)will be made available 7 to Bidders after the opening of Bids. 8 9 16. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 12 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 13 14 17. Evaluation of Bids and Award of Contract 15 16 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 17 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 18 and to reject the Bid of any Bidder if City believes that it would not be in the best 19 interest of the Project to make an award to that Bidder,whether because the Bid is 20 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 21 meet any other pertinent standard or criteria established by City. City also reserves 22 the right to waive informalities not involving price,contract time or changes in the 23 Work with the Successful Bidder. Discrepancies between the multiplication of units 24 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 25 between the indicated sum of any column of figures and the correct sum thereof will 26 be resolved in favor of the correct sum. Discrepancies between words and figures 27 will be resolved in favor of the words. 28 29 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 30 among the Bidders, Bidder is an interested party to any litigation against City, 31 City or Bidder may have a claim against the other or be engaged in litigation, 32 Bidder is in arrears on any existing contract or has defaulted on a previous 33 contract, Bidder has performed a prior contract in an unsatisfactory manner,or 34 Bidder has uncompleted work which in the judgment of the City will prevent or 35 hinder the prompt completion of additional work if awarded. 36 37 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 38 other persons and organizations proposed for those portions of the Work as to which 39 the identity of Subcontractors, Suppliers,and other persons and organizations must 40 be submitted as provided in the Contract Documents or upon the request of the City. 41 City also may consider the operating costs,maintenance requirements, performance 42 data and guarantees of major items of materials and equipment proposed for 43 incorporation in the Work when such data is required to be submitted prior to the 44 Notice of Award. 45 46 17.3. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility,qualifications,and financial 48 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.4. Contractor shall perform with his own organization,work of a value not less than 2 35%of the value embraced on the Contract, unless otherwise approved by the City. 3 4 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the 6 best interests of the City. 7 8 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 10 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located. 14 15 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 16 to be awarded,City will award the Contract within 90 days after the day of the Bid 17 opening unless extended in writing. No other act of City or others will constitute 18 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 19 the City. 20 21 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 22 23 18. Signing of Agreement 24 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 25 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 26 Contractor shall sign and deliver the required number of counterparts of the Agreement to 27 City with the required Bonds,Certificates of Insurance,and all other required documentation. 28 City shall thereafter deliver one fully signed counterpart to Contractor. 29 30 31 32 END OF SECTION CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised August 21,2015 00 35 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.pd ❑ CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Stabile & Winn, Inc. By: Jerry Henderson P.O. Box 79380 Signature: Saginaw, TX 76179 Title: Vice President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Year 3-Contract 3 Form Revised 20120327 City Project No.02694 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code Date Received by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code.An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. Stabile & Winn, Inc. i ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. NONE Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? F7 Yes 17-1 No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? F7 Yes F� No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? F1 Yes XI No D. Describe each employment or business relationship with the local government officer named in this section. 4 I M wy �- Ag, doing business with the governmental entity Date Adopted 06/29/2007 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth,Texas 76102 FOR: 2014 CIP Year 3-Contract 3 City Project No.: 2694 Units/Sections: Unit 1 -Water Line Improvements Unit 2-Sanitary Sewer Improvements Unit 3-Paving Improvements 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 2014 CIP Year 3-contract 3(Addendum 2) Form Revised 20150821 City Project 02694 004100 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, Urban and Renewal, 12-inch diameter and smaller b. Sewer Bypass Pumping, 18-inches and smaller c. CCTV, 8-inches and smaller d. Sewer Collection System, Urban/Renewal, 8-inches and smaller e. Sewer Pipe Enlargement 12-inches and smaller f. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) g. Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 330 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 g. Conflict of Interest Affidavit, Section 00 35 13 "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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Year 3-Contract 3(Addendum 2) Form Revised 20150821 City Project 02694 004100 BID FORM Page 3 of 3 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. "L Z $35r 9%.a . q'0 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. 7. Bid Submittal This Bid is submitted on May 18, 2017 by the entity named below. Respectfull submitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: Jerry Henderson lAddendum No.4: (Printed Name) Title: Vice President Company: Stabile&Winn, Inc. Corporate Seal: Address: P.O. Box 79380 Saginaw,TX 76179 State of Incorporation: Texas Email: jerry.henderson@stabilewinn.com Phone: 817-847-2086 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 CIP Year 3-Contract 3(Addendum 2) Form Revised 20150821 City Project 02694 W424 ""-A. rw 1 da SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Pmjeet Item Inramation Biddee.Propanol Bldlirt hem No. Oneription Spwifraation Seton No. Unit of Bid, Unit Prise Bid Vdoe Mauum r,2,,,.onn Unit 7-Water Line Improvements 1 3311.0461 12*PVC Watcr Pipe 331112 LF 3380 $76.00 $ 258,680.0 2 3311.0261 8"PVC Water Pi (Own Cut 33 11 12 LF 550 $51.00 S 28 050.00 3 3311.0161 6"PVC Water Pipe(Own Cut3411 12 LF 135 1 545.00 $ 6,075.00 4 3312.3005 12"Gale Valve 33 1220 EA 9 $2,600.00 $ 23 400.00 5 3312.3003 S"Gate Valm 33 1220 EA 12 $1,50.00 $ 16 000.00 6 33113002 6"Gate Wise 33 1220 EA 5 $1,20.0 $ 6.0w.. 7 3312.2204 2"Frivate Water Service 33 12 10 LF 35 $83.0 S 2905.0 8 3312.2201 2"Water Senice Meter Rerwnnation 33 1210 EA 5 56110.0 S 3,000.00 9 3317.2203 2"%Vater Smice 33 1210 EA 5 $3,10.0 $ 15 50.0 10 3312 21 U4 1 1.2"Privntc W'atcr Senior 33 12 10 LF 30 $83.0 $ 2,490.00 11 3312 2101 1 1;2"Water Smiice.Meter Rcconn ion 33 1210 Ell 3 $50.0 S 1 50.0 12 33121103 1 I Wmcr S-n 3,11210 EA 3 $300.0 $ 800.0 13 331210N I"Private%Valor Scmice 33 12 10 LF 40 $55.001$ 2.200.00 14 3312.2001 I"Water Senix Motor Rmo wxon 3.3 12 10 EA 5 530.0 $ 1.500.00. IS 3312.203 1"Water Sen ice 33 1210 EA 5 $1,50.0 $ 7.500.00 16 3312.0117 Comleation to Esistio 4"-12"%Vater Main 33 1225 EA 20 $2,8M.00 $ 56 00.0 17 3312.0001 Fuc Hjdrom 331240 EA 5 $4,70.00 S 2350.0 I8 0241.1001 Water Linc Grouma 024114 Cf 100 $4000 S 4,00.00 19 0341.1218 4"-12"Wsler Abandonment Plug 0241 14 FA. fit $160.00 S 9,92 20 0241.1102 Remuvc6"YVow Vain. 0241 14 FA 3 $275.00 S 625.0 21 024 4.1303 Re'-V 8"%w VAt 0241 14 EA 13 5330.0 S 4.290,00 22 (241.1304 Rcnmm lU-Water Votve 024114 EA 2 $39000 $ 760,00 23 0241.1305 Rcmore 12"Waler Valve 0241 14 FA 6 $55C.00 S 3.300.00 24 0241.1510 Saivaeo Fre Htdranl 0241 14 EA 5 $550.00 2,760M 25 3311,0001 Ouc(ilo Iron Water Filliw W Restraint 33 1111 TON 6 $7,200.00 43 200.00 26 32010400 Tem rmv As olt P.,i.g ReMir 320118 LF 630 S15.00 S 9450.00 27 1201.0400 Tent ran As.halt Paring Re air(W/CTB for Senic" Fire Lines 3201 IS LF 325 $24.0 780.0 28 3201..0133 6W,do A halt P-i Rc w,Industriot 3201 17 LF 30 $125.00 $ 3.750.00 29 3211.1111:6"Flexible Basc T%w A.GR-I. ramie Control 32 1123 SY 240 $20.00 4,8W.00 30 3201.0615 Coni Fant Rcpajr,ArienaLbdwtrinl 32 01 29 SX 1 8 $250.0 S 2,000.00 31 33050107 E.e IoratoryEx -afionofFxislinx Utilities 330530 EA 6 $100.0 $ 600.0 32 3305 01(00)Trench Safety 3305 10 LF 3930 S1.00 $ 3,930.00 37 13304.0101 Temporan,WiderSmicts 33 04 30 LS 1 $35,000.0 S 35 000.00 34 3471 0001 Traffic Control 3471 13 MO 3 1 $2,100.00 $ 6,300.00 35 3125,0101 SWPPP>I acre 332500 LS I $1,000.00 $ 11,000.00 36 9994.0000 Construction Sun GPS LS 1 $4,50.0 $ 4.5W-00 37 9999.0000 Comtructian Staking LS 1 $7,80.0 $ 7.8M.00 38 9999.0000 Consuuction Altowanco Vater LS l 5 60,00.0 S 8000.0 Unit 1 Total $684,895.00 cm•ovroar xcwnt arATL eW.Mt1Cn0%3MCU1CAn0MD0UUN NT3 3air CN1'r7-Ca 3(M1,d-3) F­a<.msmtm)3o Cay?�dnlrvaw kAPD%RiWY:.aM SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Inf him Biddle Proposal Bidlist lum No. Description Spoeirmtim Section No. UnitoC Bid Unit Prior Bid V.I.Messute Quantity• Unit 2-Sanitary Sewer Improvements I 13331.1102 S"Pipe Enlargement 33 31 23 LF 4300 $46.00 197 800.00 2 13331.4119 S"DIP Sewer Pipe 33 11 10 LF 100 $156.00 $ 15 600.00 3 33313205 6"Pri.ale Sever Smu. 33 31 50 LF 150 562.00 $ 9,300.00 4 33313315 6"Serer Smice Reimiamwnt Fer Pipo Enl ement 33 31 50 F.A 30 $806.00 $ 24 000.00 5 3339.1001 T Manhole 33 39 10,33 39 20 EA 15 $4,800.00 3 72 000.00 6 3339.1003 T Extra Deoh Manhole 33 39 10,33 39 20 VF 10 $150.00 1,5M.00 7 3301.0001 Pre-CCPV Ins tion 33 01 31 LF 4162 $2.00 8,724.00 S 3301.0002 Pest-CCN Impectim 33 01 31 LF 4362 $1.00 $ 4,382.00 9 3301.0101 Manhole Vacuum Tcsting 33 01 30 EA 15 $200.00 3,000.00 10 3305.0109 Trmah Safety 33 05 10 LF 85 $10.00 S 850.00 11 3305.0112 Concrete Collar 33 05 17 EA 12 $125.00 1,500.00 12 3201.0400 Tcm •Asphalt PaNiAg Repair 2"HMAC m 6"CTB 32 01 117 LF 300 $42.00 S 12,60D,00 13 0241.2201 Remove 4'Scncr Manhole 0241 14 EA 9 $300.00 $ 2 700.00 14 3125.0101 SWPPP>1 nese 312500 LS 1 $500.00 500.00 15 3216.0161 6"Cmc Curb and Gutter 32 16 13 LF 50 $55.00 $ 2,750M 16 3471.0001 Tragic Central 347113 MO 3 $2,100.00 $ 8300.00 17 9999.0000 Sewer Pip2 Sag Ad'uslmenl(Pipe Burst LF 200 $61.00 $ 12 200.00 IS 9999,0000 Corrosion P.Lviim(Symtra Shield VF 30 $400.00 $ 12000.00 19 9999.0000 Constnwtim Sunte inA(GPSI LS 1 $2,600.00 2,6M.00 20 9999.0000 Commlion Stalin LS 1 $7,200.00 $ 7,200.00 21 9999.0000 Cm umaion Allaw a Senn LS I I $ 40,000.00 $40,000-00 Unit 2 Total $437,486.00 cnr avroar anam srnuu,vwcv.�sntorrtwvsvccercv�voonaa:ern mtarnr�t.c st.vmmrss rev Mir!mlmim NrpV.fraa m omvarnrosu Py.3 dt SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Pmjrd Item hd-lim nid ke.Pmpu.l DidliPt hem 14e, 13-iripti.. Sp ifivtion Satin No. Unit of Did Unit Priv Bid V.k. Mra..m Quaid Und 3-Paving Improvements 1 10241,0401 Rcmosa Concrete Driev 0241 13 SF 11533 $2.00 $ 23 070.00 2 0241.1100 Rrcvose As ah P.m 02 41 15 SY 14060 $5.00 S 70 300.00 3 0241.1300 Rrnmt c C"C C.aa-Cv¢cr 0241 15 LF 9680 $3.00 S 29 040.00 4 0241.1700 P.e- t Puherimlion 02 41 15 SY 2310 $7.00 S 16170.00 3 3123.0101 Umlassifird Exenrntion.by Plms 312316 CY 1700 $30.00 S 51000.00 6 321 t 01 12 6"Ftaciblc Ban T. w A GR-1(Traffic Control 32 1123 SY 240 $20.00 S 4 800.00 7 321 I n400 H%*atcd Lino; 321129 TN 325 5160.00 S 52 000.00 8 3211.0502 9"L-,Tre wmt 38 IbsISY 32 11129 SY 11000 $3.50 $ 59,500M 9 3211,0600 Ccmni 26 lbs+SY 321133 TN 30 $170.00 $ 5100.00 10 1213,01115 10"Cot+c hm1 32 13 13 SY 14910 $62.84 $ 936 944.40 11 - 3213.0205 10"C.-Perot HES 3213 13 SY 620 $74.90 $ 46438.00 12 3212.030]3"As alt hwt Ts 17 32 12 16 SY 2310 $18.00 41 580.00 13 3213.0401 6"Ctarcretc On-,- 32 13 20 SF 1040 $9.00 S 9.360.00. 14 32161JI01 6"Cet c Cwb and Gwtcr 321613 LF 965 $49.00 $ 47 285.00 15 3217.0001 4"SLD hint MuLmia IIAS 1V 321723 LF 1340 $1.05 $ 1,407.00 16 3217.2104 REFL Raise kfukcr TY 16C-R 321723 EA 134 $5.25 $ 703.50 17 3217.5001 Cvrb Address P..4,.4 32 17 25 EA 30 $75.00 2,250-00 IS 3241.0100 T soil 329119 CY 815 $21.50 17522.50 19 3292.9100 Block Sod Placrmant 329213 SY 7230 $4.25 30.727.50 20 3305.0107 cwlastholc Ad shncca.A4ruor 3305 14 EA 15 $300.00 $ 4,500.00 21 3305.0108 Miuclla w St.m.Ad' tmcnt Mctcrs 3305 14 EA 13 S50.00 $ 650.00 22 3305 01 I I V.hr Boc Ad ushnrnt 1,305 14 EA 25 $200.00 5,000.00 23 3346.01108 4"Pipe Undexd,mn X 8 33 44 00 LF 3 $30.00 90.00 24 3471.0001 Traie Control 347113 MO 5 $2.100.00 10500.00 25 9999.0000 10'Cvrb I.kt'LV 33 49 20 EA 3 $4,600.00 13 800.00 26 9999.t8R10 20'Curb Wd Top 33 49 20 EA 1 $8,400.00 $ 8,400.00 27 9999.0000 10"Concrete Drnu.as SF 10495 $10.00 $ 104 950.00 28 9999.0000 Grate Inlet EA I $500.00 500.00 29 99"11-0)Miseellanevus Utility Ad uswuxv Orsi tide LS I $ 10.000.00 $ 10 000.00 30 9999.000 Con InKiion swW-S LS 1 $10.000.00 $ W000.00 31 9999.901A'Y Ccnswction Ailuscancc N LS 1 $100.000.Q0 S 100000.00 Unit3TOU11 $1 713 587.90 cm vMtr.Mnf .M,D. m9srurnav spccFlUmov oon.mcn mtacWY.a3-�3(Add 7 Favanbe/10tanz Oyftd Otls07l9r 00 4243 BM PNOPoQAL P.,,401 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application P.ject Iter,If—um Biddex PMP0"I Bidi64t k—N. Deveriide. Spec-ificadien section N. Usut ofUnit Price Bid Value Bid S..—,y Best Bid q!Oq.l-,Water Li.na Impt.o.y.enents.......... $684,895.00 Unit 2-Sanhary Sewer Improvements $437.458-00 ................ ........ $1.713.587.90 - ------------ ........... ....................... Tat.113.ftBidi $2,835,988.90 Ah—k tied Told Allarnk Deduce.Alk,-k M T.W Deductive AVersele BUI A"It.All—fe 31d Teed A&MO.Aftnk M4 Told BY j 988.90 END OYSECTION CrTY-FORTAVOM "INDAAD COMMMM 3FEC6WA2 DOCLUEM 2014(.4V-3-C )(AW 3) F—Mi.,120120120 cqrpdw� Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Stabile & Winn, Inc., as Principal, hereinafter called the Principal, and the Great American Insurance Company of New York, a Corporation created and existing under the laws of the State of New York, whose principal office is in Cincinnati. OH, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Fort Worth, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the amount bid Dollars ($ ------------), 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 2014 CIP Year 3 —Contract 3 Unit 1-Water; Unit 2- Sanitary Sewer; Unit 3-Paving Improvements For Northeast Parkway and Urban Drive City Project No. 02694 Water Project Number: 59601-0600430-CO2694-C01783; Sewer Prosect Number: 59607-0700430- 0O2694-C01783; Street Project Number: 34014-0200431-CO2694-CO2483 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 18th day of May, 2017. Attest: Stabile & Winn Inc. (Principal) By SEAL) e iderso , ice-President Witness: Great American Insurance Company of New York By: _ By Tracy Tuc er, Attorney-in-Fact (SEAL) Form S-3266-4 Printed in U.S.A. 12-70 GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No.0 14893 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New'York,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attomey-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TRACY TUCKER STEVEN TUCKER ALL OF ALL W.LAWRENCE BROWN BENNETT BROWN FORT WORTH, $100,000,000.00 KEVIN J.DUNN TEXAS This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREATAMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20TH day of FEBRUARY 1 2017 , Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK �eere a JJ� • •• Assistant Secretary Divisional Senior ice Fresrdent DAVID C.KITCHIN(077-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 20TH day of FEBRUARY 2017 ,before me personally appeared DAVID C.KITCHIN,tome known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. ${I38II A.KdIOM Nltry Pft 3Wofft Crib- LC Coarshft E*u 0618,= This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14,2009. RESOLVED. That the Divisional President the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents,or any one of them,be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof,•to prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment at any time. RESOLVED FURTHER:That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract of suretyship,or other written obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed this 18th day of May 2017 x cer �SEAL�# +nr Assistant Secretary S1185L(08/15) 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 Here or Blank , our principal place of business, are required to be Ie percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Sl,-te He—- or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Q BIDDER: Stabile&Winn, Inc. By: Jerry Henderson P.O. Box 79380 (Signature) Saginaw, TX 76179 Title: Vice President Date: MAY I END OF OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2014 Year CIP-Contract 3 Form Revised 20110627 City Project No.02694 004511-1 BIDDERS PREQUALIFICATIONS Page I of 3 1 SECTION 00 4511 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 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must 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/tWermit/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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state.Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual,corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S.dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion,or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts.Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10.Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial . 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by films wishing to be 34 eligible to bid on all classes of construction and maintenance projects.Incomplete 35 Applications will be rejected. ' 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend,or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of I I SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s)listed. 6 Major Work Type Contractor/Subcontractor Company Prequalification Name Expiration Date Water Distribution,Urban and Renewal, 12-inch R&D Burns Brothers, Inc. April 30, 2018 diameter and smaller Sewer Bypass Pumping, 18- R&D Burns Brothers, Inc. April 30, 2018 inches and smaller CCTV,8-inches and smaller R&D Burns Brothers Inc. Aril 30, 2018 Sewer Collection System, Urban/Renewal,8-inches R&D Burns Brothers, Inc. April 30, 2018 and smaller Sewer Pipe Enlargement 12- R&D Burns Brothers, Inc. inches and smaller April 30, 2018 Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 Stabile & Winn, Inc. NOV. 2018 squareyards) Concrete Paving Construction/Reconstruction Stabile & Winn, Inc. NOV. 2018 (15,000 square yards and GREATER) 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently prequalified for the work types listed. 11 12 BIDDER: 13 14 Stabile & Winn, Inc. By. Jerry_ Henderson 15 Company (Please Print)) �I 16 17 P.O. Box 79380 Signature: _ 18 Address 19 20 Saginaw, TX 76179 Title: Vice President 21 City/State/Zip (Please Print) 22 23 Date: A4 y � _ 2 01 24 25 END OF SECTION 26 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of 1 1 SECTION 00 4512 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s)listed. 6 Major Work Type Contractor/Subcontractor Company Prequalification Name Expiration Date Water Distribution,Urban and Renewal, 12-inch R&D Burns Brothers, Inc. April 30, 2018 diameter and smaller Sewer Bypass Pumping, 18- R&D Burns Brothers Inc. Aril 30 2018 inches and smaller p CCTV,8-inches and smaller R&D Burs Brothers Inc. Aril 30, 2018 Sewer Collection System, Urban/Renewal,8-inches R&D Burns Brothers, Inc. April 30, 2018 and smaller Sewer Pipe Enlargement 12- R&D Burns Brothers Inc. inches and smaller April 30, 2018 Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 Stabile &Winn, Inc. Nov. 2018 squareyards) Concrete Paving Construction/Reconstruction Stabile & Winn, Inc. NOV. 2018 (15,000 square yards and GREATER 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently prequalified for the work types listed. 11 12 BIDDER: 13 14 Stabile &Winn, Inc. By. Jerry Henderson 15 Company (Please Prin 16 17 P.O. Box 79380 Signature: 18 Address 19 20 Saginaw, TX 76179 Title: Vice President 21 City/State/Zip (Please Print) 22 23 Date: N A-Y /6 2-01 �-- 24 25 END OF SECTION 26 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of t 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 Proiect No.02694,2014 CIP Year 3—Contract 3. Contractor further certifies that, pursuant to 7 Texas Labor Code, Section 406.096(b),as amended, it will provide to City its subcontractor's 8 certificates of compliance with worker's compensation coverage. 9 10 CONTRACTOR: 12 STV-S% tet. i %AIt-W_ lta.t. By: SE.R.R4Y `�Ew1►ol.�So� 13 Company JPlease Prin 14 15 T,0. toy q613b0 Signature: 16 Address 17 18 SaG�aA�•d, �'�c , (�l�9 Title: Vttx 10"ibEt.r►T 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the undersigned authority,on this day personally appeared 27 ;T&O" 4%2m i &J ,known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of Ss'asl V1t 4- W iwtwl, I1,,1.a. for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 33 QuC�S`f , 20L—+-- 34 35 36 r 37 Nota is kQ a for the State of Texas 38 39 END OF SECTIONEi2- *�z lA SAI.AZAR :* NotaryPublic,Stab of Te m 40 NoCtarryy ID 304 082197 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page I of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 12% of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 30 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 31 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 32 time allocated. A faxed and/or emailed copy will not be accepted. 33 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 statedgoal: 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. 34 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 6 PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions,Please Contact The NVWBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised June 9,2015 00 52 43-1 Agreement Page I of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on August 1, 2017 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 Stabile & Winn, Inc., authorized to do business in Texas, acting by and through its 6 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 2014 CIP Year 3, Contract 3 16 City Project No. CO2694 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 300 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that City will 26 suffer financial loss if the Work is not completed within the times specified in Paragraph 27 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 28 General Conditions. The Contractor also recognizes the delays, expense and difficulties 29 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 30 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 31 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 32 City Six Hundred Dollars ($600.00) for each day that expires after the time specified in 33 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH 2014 CIP Year 3,Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 6,2017 005243-2 Agreement Page 2 of 5 34 Article 4. CONTRACT PRICE 35 City agrees to pay Contractor for performance of the Work in accordance with the Contract 36 Documents an amount in current funds of Two Million,Eight Hundred Thirty-five Thousand, 37 Nine Hundred Sixty Eight Dollars and Ninely Cents Dollars($_2,835,968.90). 38 Article 5. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 2. Attachments to this Agreement: 44 a. Bid Form 45 1) Proposal Form 46 2) Vendor Compliance to State Law Non-Resident Bidder 47 3) Prequalification Statement 48 4) State and Federal documents(project specific) 49 b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Form(s) 51 d. Payment Bond 52 e. Performance Bond 53 f. Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker's Compensation Affidavit 56 i. MBE and/or SBE Commitment Form 57 j. Form 1295 Certification No. 2017-214043 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 2014 CIP Year 3,Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 6,2017 005243-3 Agreement Page 3 of 5 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. 111 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 WORTH 2014 CIP Year 3,Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 6,2017 005243-4 Agreement Page 4 of 5 115 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 CITY OF FORT WORTH 2014 CIP Year 3,Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 6,2017 00 52 43-5 Agreement Page 5 of 5 125 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 126 counterparts. 127 128 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 129 Contractor: City of Fort Worth By: �C � Assistant City Manager By. y Off (Signature) / Date y` V• '�•� Jerry Henderson * ; � Attest: i IVY ` (Printed Name) City Secretary (Seal) Title: Vice President �S Address: M&C C' P.O. Box 79380 Date: City/State/Zip: Contract Compliance Manager: Saginaw,TX 76179 By signing,I acknowledge that I am the person SEAT. 5. 20 "�.- responsible for the monitoring and Date —� administration of this contract, including ensuring all performance and reporting requireme s. Mary H Proj ger Approved as t Form and Legality: Douglas W. Black Assistant City Attorney 130 131 132 APPROVAL RECOMMENDED: 133 134 OFFICIAL RECORD 135 O ` 136 CITY SECRETARY DouglasMV. Wiersig,PE 137 rT�wORTH TX DIRECTOR, 138 + Transportation and Public Works 139 CITY OF FORT WORTH 2014 CEP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 6,2017 PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel, and (2) will not boycott Israel during the term of the contract. Aign6Wev V,tl. s����►-s- Title Date 006113-1 PERFORMANCE BOND Pagel of 2 1 SECTION 00 6113 Bond#CA 1990198 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Stabile& Winn.Inc. ,known as 9 "Principal'herein and Great American Insurance Company of New York ,a corporate 10 surety(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 Texas,known as"City"herein,in the penal 13 sum of,Two million.Eight hundred thirty-five thousand.Nine hundred sixty-eight dollars 14 and ninety cents($2,835,968.90), lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made,we bind 16 ourselves, our heirs,executors,administrators, successors and assigns,jointly and severally, 17 flrn-dy by these presents. 18 WHEREAS,the Principal has entered into a certain written contract with the City 19 awarded the day of f 20 1 which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change 22 Orders,as provided for in said Contract designated as 2014 CIP Year 3—Contract 3,City 23 Project No.02694. 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. 30 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 31 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 32 Worth Division. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the S day of 6 SEr T. , 20J'-t' 7 PRINCIPAL: 8 Stabile&Winn Inc. 10 11 BY: 12 i ure 13 ATTEST 14 15 Terry Henderson,Vice-President 16 trrincipaN gecVtary Name and Title 17 18 Address: P O Box 79380 19 Saginaw,TX 76179 20 21 L� 2 es'sNs to Principal SURETY: 24 Great American Insurance Company of 25 New York 26 27 28 Signatilre 29 30 Tracy Tucker,Attorney-in-Fait, 31 Name and Title 32 Z 33 Address: P O Box 2285 34 Ft Worth,TX 761 5___ 35 36 37 Witness as to Surety Telephone Number: 817/336-8520 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH 2014 CII'Year.3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0061 14-1 PAYMENT BOND Page 1 of 2 Bond#CA 1990198 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Stabile 8 Winn, Inc. known as 9 "Principal" herein, and Great American Insurance Company of New York , a 10 corporate surety (sureties), 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 penal sum of, Two million, Eight hundred thirty-five thousand; Nine hundred sixty- 14 eight dollars and ninety cents($2,835,968.90), lawful money of the United States,to be paid in 15 Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, 17 firmly by these presents: 18 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 19 day of AUA It 20�, which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as 2014 CIP Year 3—Contract 3, City Project No.02694. 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. 31 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0061 14-2 PAYMENTBOND Page 2 of 2 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 day of 3 S%�4 T .20�. 4 PRINCIPAL: Stabile&Winn,Inc. ATTEST: BY: Jerry Henderson,Vice-President ;tnes ng a etary Name and Title Address: P O Box 79380 Saginaw,TX 76179 as to Principal SURETY: Great American Insurance Company of New York ATTEST: BY: _ Signature Tracy Tucker,Attorney-in-Fact (Surety) Secretary Name and Title Address: P O Box 2285 Ft Worth,TX 76113 rte- Witness as to Surety Telephone Number: 817/336-8520 5 6 Note: If signed by an officer of the Surety, there must be on file a certifier) extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 �. .�� _ i� "�„/ .r -. _ , — �-. _ ; _ - f _ ... - � _ - . — .,� - . � .. .: �,�: ;. ..,a � p „i �� v �� ry =� � � m. � e� _ �., �' 006119-1 MAINTENANCE BOND Pagel of 3 1 SECTION 00 6119 Bond#CA 1990198 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Stabile&Winn.Inc. ,known as 9 "Principal"herein and Great American Insurance Company of New York ,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,Two million,Eight hundred thirty-five thousand,Nine hundred sixty-eight 14 dollars and ninety cents($2,835,968.90), lawful money of the United States,to be paid in Fort 15 Worth,Tarrant County,Texas,for payment of which sum well and truly be made unto the City 16 and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the day of AkAg 1al ,20-n,which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 22 materials,equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 24 the"Work") as provided for in said contract and designated as 2014 CIP Year 3—Contract 3, 25 City Project No.02694; 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 therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH 2014 CEP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 006119-2 MAINTENANCE BOND Page 2 of 3 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 2014 CIP Year 3--Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 006119-3 MAINTENANCE BOND Page 3 of 3 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 5 day of 3 SILV T. 20 4 5 PRINCIPAL: 6 Stabile&Winn,Inc. 7 8 9 B 10 tore 11 ATT 12 13 Jerry Henderson,Vice-President 14 r ecretary Name and Title 1 16 Address: P O Box 79380 17 Saginaw,TX 76179 18 19 20 fitness as to Principal 21 SURETY: 22 Great American Insurance Company of 23 New York 24 25 E 26 Signature 27 28 Tracy Tucker,Attorney-in-Fact 29 ATTEST: Name and Title 30 31 Address: P O Box 2285 32 (Surety)Secretary Ft Worth TX 76113 - 33 34 35 'Witness as to Surety Telephone Number: 817/336-8520 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,20I 1 a:. . .� , . . . J� -- \/ I y -- .� v .� ..: .: _ .... ' f n�s� ���' �.. .� ♦� V , `�� �� �� •'\`\ ^.\\ GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FIVE No.0 14893 POWER OF ATTORNEY KNOW ALL MEN BYTHESE PRESENTS:That the GREATAMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name, place and stead to execute on behalf of the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TRACY TUCKER STEVEN TUCKER ALL OF ALL W.LAWRENCE BROWN BENNETT BROWN FORT WORTH, $100,000,000.00 KEVIN J.DUNN TEXAS This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREATAMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20TH day of FEBRUARY , 2017 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK 0 � e &a e. /64 Assistant Secretary Divisional Senior Vice President DAVID C.KITCHIN(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 20TH day of FEBRUARY 2017 ,before me personally appeared DAVID C.KITCHIN,tome known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. & 911A Kd1ol>it Nol�ly►PIIbIG 9hb dOhb I��ollnllnloll Apia 0618,70<ZO This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14,2009. RESOLVED: That the Divisional President the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof,•to prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment at any time. RESOLVED FURTHER.That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1,STEPHEN C. BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed this 155 day of J�P-nom► D CC Assistant Secretary S1 185L(06115) �.---x„ Great American Insurance Company of New York GREATAMERICAN Great American Alliance Insurance Company INSURANCE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 FAX: 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great American Insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: bondclaims@gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved,you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document. F.9667A(3/11) .4`CORO® CERTIFICATE OF LIABILITY INSURANCE 8�2/2oi7 ' 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 CONTACT NAME: Judy Branch Tucker Agency, Ltd. PHONE (817)336-8520 FAXAIC, o: (817)336-6501 P O Box 2285 ADDRESS:AOIjudy0tuckeragency.com INSURERS AFFORDING COVERAGE NAIC# Ft. Worth TX 76113 INSURER A:Ameri sure Mutual Insurance CO INSURED INSURER B:Amerisure Insurance Company Stabile & Winn Inc. INSURER C: Po Box 79380 INSURER D: INSURER E: Saginaw TX 76179-0380 INSURER F: COVERAGES CERTIFICATE NUMBER:17/18 All Lines 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. POLICY EFF POLICY EXP LTR TYPE OF INSURANCE 1 POLICY NUMBER MM/DD/YYYY) (MM/DDIYYYY1 LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 11000,000 DAMAGE TO RENT1715-- X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ 100,000 A CLAIMS-MADE x OCCUR Y Y CPP 2083085 05 6/28/2017 6/28/2018 MED EXP(Any one person) $ 51000 X XCU Included PERSONAL&ADV INJURY $ 1,000,000 X Contractual Liability GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICYFX PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1 000,000 B X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED Y Y CA 2055209 09 6/28/2017 6/28/2018 BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident Uninsured motorist combined $ 85,000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED I X I RETENTION$ 0 Y Y CU 2030254 13 6/28/2017 /28/2016 $ $ WORKERS COMPENSATION XI TORY LIMITS I PR WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N❑ N/A (Mandatory in NH) C 2030255 12 6/28/2017 /28/2018 E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below Y E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additlonal Remarks Schedule,If more space Is required) Project: 2014 CIP Year 3 - Contract 3 Additional insured as required by written contract applies to all policies except workers compensation. Coverage is primary and non-contributory if required by written contract. General liability additional insured includes ongoing & completed operations if required by written contract. Waiver of subrogation as required by written contract applies to all policies. General liability inclules blanket contractual liability-Railroads. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 200 Texas St Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE Tracy Tucker/JUDY ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(20100$)01 The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT - FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number Agency Number Policy Effective Date CPP20830850502 0775275 06/28/2017 Policy Expiration Date Date Account Number 06/28/2018 07/11/2017 12055058 Named Insured Agency Issuing Company STABILE & WINN, INC. TUCKER AGENCY, LTD. AMERISURE MUTUAL INSURANCE COMPANY I. a. SECTION II-WHO IS AN INSURED is amended to add as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business. b. The written contract or written agreement must (1) Require additional insured status for a time period during the term of this policy;and (2) Be executed prior to the"bodily Injury","property damage",or"personal and advertising injury/"leading to a claim under this policy. c. If,however: (1) "Your work"began under a letter of intent or work order;and (2) The letter of intent or work order led to a written contract or written agreement within 30 days of beginning such work; and (3) Your customer's customary contracts require persons or organizations to be named as additional insureds; we will provide additional Insured status as specified in this endorsement. 2. The Insurance provided under this endorsement is limited as follows: a. That person or organization is an additional insured only with respect to liability caused, in whole or in part, by: (1) Premises you: (a)Own; (b)Rent; (c)Lease;or (d)Occupy; (2) Ongoing operations performed by you or on your behalf. Ongoing operations does not apply to"bodily injury"or"property damage"occurring after: (a) All work to be performed by you or on your behalf for the additional Insured(s)at the site of the covered operations is complete,including related materials,parts or equipment(other than service, maintenance or repairs);or (b) That portion of"your work"out of which the injury or damage arises is put to its intended use by any person or organization other than another contractor working for a principal as a part of the same project. Includes copyrighted material of Insurance Services Office, Inc. CO 70 85 10 15 Pages 1 a1`3 (3) Completed operations coverage, but only If: (a) The written contract or written agreement requires completed operations coverage or'your work" coverage;and (b) This coverage part provides coverage for'bodily Injury"or"property damage'Included within the 'products-completed operations hazard". However,the Insurance afforded to such additional Insured only applies to the extent permitted by law. b. If the written contract or written agreement: (1) Requires"arising out of"language; or (2) Requires you to provide additional insured coverage to that person or organization by the use of either or both of the following: (a) Additional Insured—Owners, Lessees or Contractors—Scheduled Person Or Organization endorsement CG 2010 10 01;or (b) Additional Insured—Owners,Lessees or Contractors—Completed Operations endorsement CG 20 37 10 01; then the phrase"caused,In whole or In part, by"In paragraph 2.a.above is replaced by"arising out of'. C. If the written contract or written agreement requires you to provide additional insured coverage to that person or organization by the use of: (1) Additional Insured—Owners,Lessees or Contractors—Scheduled Person Or Organization endorsement CG 20 10 07 04 or CG 20 10 0413;or (2) Additional Insured—Owners, Lessees or Contractors—Completed Operations endorseme nit CG 20 37 07 04 or CG 20 37 0413; or (3) Both those endorsements with either of those edition dates;or (4) Either or both of the following: (a) Additional Insured—Owners,Lessees or Contractors—Scheduled Person Or Organization endorsement CG 2010 without an edition date specified;or (b) Additional Insured—Owners,Lessees or Contractors—Completed Operations endorsement CG 20 37 without an edition date specified; then paragraph 2.a.above applies. d. Premises, as respects paragraph 2.a.(1)above,include common or public areas about such premises If so required In the written contract or written agreement. e. Additional insured status provided under paragraphs 2.a.(1)(b)or 2.a.(1)(c)above does not extend beyond the end of a premises lease or rental agreement. f. The limits of insurance that apply to the additional insured are the least of those specified In the: (1) Written contract; (2) Written agreement;or (3) Declarations of this policy. The limits of Insurance are Inclusive of and not In addition to the limits of insurance shown In the Declarations. g. The insurance provided to the additional insured does not apply to"bodily injury","property damage",or "personal and advertising Injury"arising out of an architect's, engineer's,or surveyor's rendering of,or failure to render,any professional services,including but not limited to: (1) The preparing,approving, or failing to prepare or approve: (a)Maps; (b)Drawings; (c)Opinions; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 3 CG 70 85 10 15 (d)Reports; (e)Surveys; (f)Change orders; (g)Design specifications;and (2) Supervisory,inspection,or engineering services. h. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS,paragraph 4.Other Insurance is deleted and replaced with the following: 4. Other Insurance. Coverage provided bythis endorsement is excess over any other valid and collectible Insurance available to the additional insured whether. a.Primary; b.Excess; c.Contingent;or d.On any other basis; but If the written contractor written agreement requires primary and non-contributory coverage,this Insurance will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured,and we will not share with that other insurance. i. If the written contract orwritten agreement as outlined above requires additional Insured status by use of CG 20 10 11 85,then the coverage provided under this CG 70 85 endorsement does not apply except for paragraph 2.h.Other Insurance. Additional insured status is limited to that provided by CG 2010 1185 shown below and paragraph 2.h.Other Insurance shown above. ADDITIONAL INSURED-OWNERS,LESSEES OR CONTRACTORS(FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket where required by written contract or written agreement that the terms of CG 20 10 11 85 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED(Section II)is amended to include as an insured the person or organization shown In the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you. CG 20 10 1185 Copyright, Insurance Services Offlce, Inc., 1984 J. The insurance provided by this endorsement does not apply to any premises or work for which the person or organization is specifically listed as an additional Insured on another endorsement attached to this policy. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 10 15 Pages 3 of 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM UnderSECTION 1-COVERAGE A.BODILY INJURY AND PROPERTY DAMAGE LIABILITY,paragraph 2. EXCLUSIONS, provisions 1.through 6.of this endorsement amend the policy as follows: 1. LIQUOR LIABILITY Exclusion c.Liquor Liability is deleted. 2. NONOWNED WATERCRAFT Exclusion g.Aircraft,Auto or Watercraft,subparagraph(2)Is deleted and replaced with the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long;and (b) Not being used to carry persons or property fora charge. 3. PREMISES ALIENATED A. Exclusion).Damage to Property,subparagraph(2)is deleted. B. The following paragraph is deleted from Exclusion J.Damage to Property; Paragraph(2)of this exclusion does not apply If the premises are"your work"and were never occupied, rented or held for rental by you. 4. PROPERTY DAMAGE LIABILITY-ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j.Damage to Property,paragraphs(3),(4),and(6)do not apply to the use of elevators. B. Exclusion k.Damage to Your Product does not apply to: 1. The use of elevators;or 2. Liability assumed under a sidetrack agreement. S. PROPERTY DAMAGE LIABILITY-BORROWED EQUIPMENT A. Exclusion J.Damage to Property, paragraph(4)does not apply to"property damage"to borrowed equipment while at a jobsite and not being used to perform operations. B. With respect to anyone borrowed equipment item,provision 5.A.above does not apply to"property damage"that exceeds$25,000 per occurrence or$25,000 annual aggregate. 6. PRODUCT RECALL EXPENSE A. Exclusion n.Recall of Products,Work or Impaired Property does not apply to"product recall expenses" that you Incur for the"covered recall"of"your product". This exception to the exclusion does not apply to "product recall expenses"resulting from: 1. Failure of any products to accomplishtheir intended purpose; 2. Breach of warranties of fitness,quality,durability or performance; 3. Loss of customer approval or any cost incurred to regain customer approval; 4. Redistribution or replacement of"your producr",which has been recalled, by like products or substitutes; 5. Caprice or whim of the insured; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0712 Page 1 of 9 6. A condition likely to cause loss,about which any Insured knew or had reason to know at the inception of this Insurance; 7. Asbestos,including loss,damage or clean up resulting from asbestos or asbestos containing materials; 8. Recall of"your product(s)"that have no known or suspected defect solely because a known or suspected defect in another of'your product(s)"has been found. B. Under SECTION III-LIMITS OF INSURANCE, paragraph 3.is replaced in its entirety as follows and paragraph 8. is added: 3. The Products-Completed Operations Aggregate Limit is the most we will pay forthe sum of: a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of"bodily injury"and'property damage"included in the"products-completed operations hazard"and b. "Product recall expenses". 8. Subject to paragraph 5.above,$25,000 is the most we will pay for all"product recall expenses" arising out of the same defector deficiency. The insurance afforded by reason of provisions 1.through 6.of this endorsement is excess over any valid and collectible insurance (including any deductible)available to the insured whether primary,excess or contingent,and SECTION IV.,paragraph 4.Other Insurance is changed accordingly. 7. BLANKET CONTRACTUAL LIABILITY—RAILROADS When a written contractor written agreement requires Contractual Liability-Railroads,the definition of"insured contract"in Section V-Definitions is replaced by the following with respect to operations performed for,or. affecting,a railroad: 9. "Insured Contract"means: a. A contractfor a lease of premises.However,that portion of the contractfor a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an"insured contract"; b. A sidetrack agreement; C. Any easement or license agreement; d. An obligation,as required by ordinance,to Indemnify a municipality,except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contractor agreement pertaining to your business(Including an indemnification of a municipality in connection with work performedfora municipality)under which you assume the tort liability of another partyto pay for"bodily injury"or"property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contractor agreement. Paragraph f.does not include that part of any contract or agreement: (1) That indemnifies an architect,engineer or surveyorfor injury or damage arising out of: (a) Preparing,approving,or failing to prepare or approve,maps,shop drawings,opinions, reports,surveys,field orders,change orders or drawings and specifications;or (b) Giving directions or instructions,or failing to give them; (2) Under which the Insured,if an architect,engineer or surveyor,assumes liabilityfor an injury or damage arising out of the insured's rendering or fpilure to render professional services, including those listed in Paragraph(1)above and supervisory,inspection,architectural or engineering activities. 8. CONTRACTUAL LIABILITY-PERSONAL AND ADVERTISING INJURY Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 9 CG 70 63 0712 Under SECTION 1 -COVERAGE B.,paragraph 2.Exclusions,paragraph e.Contractual Liability is deleted. 9. SUPPLEMENTARY PAYMENTS UnderSECTION I-SUPPLEMENTARY PAYMENTS-COVERAGES AAND B,paragraph 1.b.is deleted and replaced with the following: 1. b. Up to$2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 10. BROADENED WHO IS AN INSURED SECTION II-WHO IS AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds,but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture,you are an insured. Your members,your partners,and their spouses are also insureds,but only with respect to the conduct of your business. c. A limited liability company,you are an insured. Your members are also insureds,but only with respect to the conduct of your business. Your managers are Insureds,but only with respect to their duties as your managers. d. An organization otherthan a partnership,joint venture or limited liability company,you are an insured, Your"executive officers"and directors are Insureds, but only with respectto their duties as your officers or directors. Your stockholders are also insureds,but only with respect to their liability as stockholders. Paragraphs(1)(a),(1)(b)and(1)(c)above do not apply to your"employees"who are: (1) Managers; (ii) Supervisors; (iii) Directors;or (Iv) officers; with respect to"bodily Injury'to a co"employee". 2. Each of the following is also an insured: a. Your "volunteer workers"only while performing duties related to the conduct of your business,or your"employees,"other than either your"executive officers,"(If you are an organization other than a partnership,joint venture or limited liability company)or your managers(If you are a limited liability company),but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However,none of these"employees"or"volunteer workers" are insured for: (1) 'Bodily injury"or"personal and advertising injury": (a) To you,to your partners or members(if you area partnership or joint venture),to your members(if you area limited liability company),to a co-"employee"whlle in the course of his or her employment or performing duties related to the conduct of your business,or to your other"volunteer workers"while performing duties refated to the conduct of your business; (b) To the spouse, child, parent,brother or sister of that co-"employee"or volunteerworker as a consequence of paragraph(1)(a)above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described-in paragraphs(1)(8)or(b)above;or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 11.of this endorsement. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0712 Page 3 of 9 (2) "Property damage"to property: (a) Owned, occupied or used by; (b) Rented to,In the care,custody or control of,or over which physical control is being exercised for any purpose by you, any of your"employees,"'volunteer workers",any partner or member(if you are a partnership or Joint venture),or any member(If you are a limited liability company). b. Any person(otherthan your"employee"or"volunteer worker"),or any organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die,but only; (1) With respect to liability arising out of the maintenance or use of that property;and (2) Until your legal representative has been appointed. d. Your legal representative If you die,but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries If: (1) They are legally incorporated entities;and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations,you must report them to us within 180 days of the inception of your original policy. Any person or organization,otherthan an architect,engineer or surveyor,required to be named as an additional insured in a"work contract",letter of intent or work order. However,such person or organization shall be an additional insured only with respect to covered"bodily Injury," "property damage,"and"personal and advertise ng injury"arising out of"your work"under that "work contract",letter of intent or work order. (2) We will provide additional insured coverage to such person or organization only: (a) for a period of 30 days after the effective date of the applicable"work contract",letter of Intent or work order;or (b) until the end of the policy term in effect at the inception of the applicable'work contract", letter of intent or work ober; whichever is earlier. (3) Coverage provided under this paragraph f.is excess over any other valid and collectible insurance available to the additional insured whether primary,excess,contingent,or on any other basis unless the"work contract",letter of intent or work order requires this Insurance be primary,in which case this insurance will be primary without contribution from such other insurance available to the additional Insured. (4) This paragraph f.does not apply if form CG 70 85,Texas Contractors Blanket Additional Insured Endorsement,is attached to the policy. g. Any person or organization to whom you are obligated by virtue of a written contract to provide Insurance such as is afforded by this policy, but only with respect to liability arising out of the maintenance or use of that part of any premises leased to you, including common or public areas about such premises if so required in the contract. However,no such person or organization Is an insured with respect to: (1) Any"occurrence"that takes place after you cease to occupy those premises;or (2) Structural alterations,new construction or demolition operations performed by or on behalf of such person or organization. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 9 CG 70 63 0712 h. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because It has Issued a permit with respect to operations performed by you or on your behalf. However,no state or political subdivision is an Insured with respect to: (1) "Bodily injury","property damage","personal and advertising injury"arising out of operations performed for the state or municipality;or (2) "Bodily injury"or"property damage"included within the"products-completed operations hazard." (. Any person or organization who Is the lessor of equipment leased to you,to whom you are obligated by virtue of a written contact to provide Insurance such as is afforded by this policy,but only with respect to their liability arising out of the maintenance,operation or use of such equipment by you or a subcontractoron your behalf with your permission and under your supervision. However,If you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured,the Insurance afforded to such person(s) or organization(s)only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No such person or organization,however,Is an insured with respect to any"occurrence"that takes place after the equipment tease expires. J. Any architect,engineer,or surveyor engaged by you but only with respect to liability arising out of your premises or"yourwork." However,if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional Insured,the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No architect,engineer,or surveyor,however,is an insured with respect to"bodily injury,""property damage,"or"personal and advertising Injury"arising out of the rendering of or the failure to render any professional services by or for you, Including: (1) The preparing,approving,or failing to prepare or approve maps,drawings, opinions,reports, surveys,change orders,designs or specifications;or (2) Supervisory,Inspection,or engineering services. This paragraph j.does not apply If form CG 7085, Texas Contractors Blanket Additional Insured Endorsement,Is attached to the policy. k. Any manager,owner, lessor,mortgagee,assignee or recelverof premises,including land leased to you, but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises or land leased to you. However,no such person or organization is an insured with respect to: (1) Any"occurrence"that takes place after you cease to occupy that premises,or cease to lease the land;or (2) Structural alteration,new construction or demolition operations performed by or on behalf of that person or organization. 3. Any organization you newly acquire or form,otherthan a partnership,joint venture or limited liability company and over which you maintain ownership or majority interest,will qualify as a Named Insured if there is no other similar insurance available to that organization. However: 8. Coverage under this provision is afforded only until the end of the policy period; b. Coverage A does not apply to"bodily injury"or"property damage"that occurred before you acquired or formed the organization; c. Coverage B does not apply to"personal and advertising Injury"arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to'product recall expense"arising out of any withdrawal or recall that occurred before you acquired or formed the organization. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0712 Page 5 of 9 4. Any person or organization(referred to below as vendor)with whom you agreed,because of a written contract or agreement to provide insurance is an insured,but only with respect to"bodily Injury"or "property damage'arising out of'your products"that are distributed or sold in the regular course of the vendor's business. However,no such person or organization Is an insured with respect to: a. "Bodily injury"or"property damage"for which the vendor is obligated to pay damages by reason of the assumption of liability Ina contractor agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you; C. Any physical or chemical change in'your product"made intentionally by the vendor; d. Repackaging,except when unpacked solely for the purpose of inspection,demonstration,testing,or the substitution of parts under instructions from the manufacturer,and then repackaged in the original container: e. Any failure to make such Inspections,adjustments,tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business,in connection with the distribution or sale of"your products"; f. Demonstration,installation,servicing or repair operations,except such operations performed at the vendors premises in connection with the sale of the"your product"; g. 'Your products"which,after distribution or sale by you, have been labeled or relabeled or used as a container,part or ingredient of any other thing or substance by or for the vendor. h. "Bodily injury"or"property damage"arising out of the sole negligence of the vendor for its own ads or omissions or those of Its employees or anyone else acting on its behalf. However,this exclusion does not apply to: (1) The exceptions contained in subparagraphs d.orf.;or (2) Such inspections,adjustments,tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business,In connection with the distribution or sale of the products. This insurance does not apply to any insured person or organization from which you have acquired"your products",or any Ingredient,part,or container, entering Into,accompanying or containing"your products" No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability companythat is not shown as a Named Insured In the Declarations, 11. INCIDENTAL MALPRACTICE LIABILITY As respects provision 10., SECTION II—WHO IS AN INSURED,paragraph 2.a.(1)(d)does not apply to any nurse,emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services,and your 'employee"does not have any other Insurance that would also cover claims arising under this provision, whether the other insurance is primary,excess,contingent or on any other basis. UnderSECTION III-LIMITS OF INSURANCE, provisions 12.through 14.of this endorsement amend the policy as follows: 12. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. 13. INCREASED MEDICAL PAYMENTS LIMITS AND REPORTING PERIOD A. The requirement under SECTION I—COVERAGE C MEDICAL PAYMENTS that expenses be Incurred and reported to us within one year of the date of the accident is changed to three years. B. SECTION III-LIMITS OF INSURANCE,paragraph 7.,the Medical Expense Limit,is subject to all the terms of SECTION III—LIMITS OF INSURANCE and is the greater of: Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 9 CG 70 63 0712 1. $10,000;or 2. The amount shown In the Declarations for Medical Expense Limit. C. This provision 13.does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14, DAMAGE TO PREMISES RENTED TO YOU—SPECIFIC PERILS A. The word fire is changed to"specific perils"where it appears In: 1. The last paragraph of SECTION 1—COVERAGE A,paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.1b. Excess Insurance. B. The Limits of Insurance shown In the Declarations will apply to all damage proximately caused by the same event,whether such damage results from a"specific peril"or any combination of"specific perils." C. The Damage To Premises Rented To You Limit described in SECTION III-LIMITS OF INSURANCE, paragraph 6.,is replaced by a new limit,which is the greater of: 1. $1,000,000;or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14.does not apply if the Damage To Premises Rented To You Limit of SECTION 1- COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. Under SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 15.through 17.of this endorsement amend the policy as follows: 15. KNOWLEDGE OF OCCURRENCE Under 2.Duties In The Event Of Occurrence, Offense,Claim,Or Suit, paragraph a. is deleted and replaced and paragraphs e.and f.are added as follows: a. You must see to It that we are notified as soon as practicable of an"occurrence"or an offense,regardless of the amount,which may result Ina claim. Knowledge of an"occurrence"or an offense by your 'employee(s)"shall not,in itself,constitute knowledge to you unless one of your partners,members, "executive officers,"directors,or managers has knowledge of the"occurrence"or offense. To the extent possible, notice should include: (1) How,when and where the"occurrence"or offense took place; (2) The names and addresses of any injured persons and witnesses;and (3) The nature and location of any injury or damage arising out of the"occurrence"or offense. e. If you report an"occurrence"to your workers compensation carrier that develops Into a liability claim for which coverage is provided by the Coverage Form,failure to report such an"occurrence"to us at the time of the"occurrence"shall not be deemed a violation of paragraphs a.,b.,and c.above. However,you shall give written notice of this"occurrence"to us as soon you become aware that this"occurrence"may be a liability claim ratherthan a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated"covered recall"that may result in"product recall expense": (1) Give us prompt notice of any discovery or notification that"your product"must be withdrawn or recalled. Include a description of"your product"and the reason for the withdrawal or recall; (2) Cease any further release,shipment,consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from deflects that could be a cause of loss under the insurance. 16. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6.Representations is deleted and replaced with the following: 6. Representations By accepting this policy,you agree: Includes copyrighted material of insurance Services Office, Inc. CG 70 63 0712 Page 7 of 9 a. The statements In the Declarations are accurate and complete; b. Those statements are based upon representations you made to us;and C. We have Issued this policy In reliance upon your representations. We will not deny coverage under this coverage part if you unintentionally fail to disclose all hazards existing as of the inception date of this policy.You must report to us any knowledge of an error or omission in the description of any premises or operations Intended to be covered by the Coverage Form as soon as practicable after Its discovery. However,this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 17. TRANSFER OF RIGHTS(BLANKET WAIVER OF SUBROGATION) Paragraph 8.Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring"suit"or transferthose rights to us and help us enforce them. However,If the Insured has waived rights to recoverthrough a written contract,or If'yourwork'was commenced under a letter of intent or work order,subject to a subsequent reduction to writing with customers whose customary contracts require a waiver,we waive any right of recovery we may have under this Coverage Form, 18. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Paragraph 2.b.of A.Cancellation ofthe COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9.When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except,that underthe provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder Is an elected official. b. If we elect not to renew this policy,we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us,written notice of nonrenewal,stating the reason for nonrenewal,at least 60 days before the expiration date. If notice Is mailed or delivered less than 60 days before the expiration date,this policywill remain In effect until the 61st day after the date on which the notice is mailed or delivered.Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. c. If notice Is mailed,proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 19. MOBILE EQUIPMENT REDEFINED Under SECTION V-DEFINITIONS,paragraph 12."Mobile equipment',paragraph f.(1)does not apply to self- propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. 20. DEFINITIONS 1. SECTION V—DEFINITIONS, paragraph 4.'Coverage territory"is replaced bythe following definition: "Coverage territory"means anywhere in the world with respect to liability arising out of"bodily Injury," "property damage,"or'personal and advertising injury,"including"personal and advertising Injury' offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined Ina settlement to which we agree or in a"suit"on the merits, In the United States of America(including its territories and possessions),Puerto Rico and Canada. Includes copyrighted material of Insurance Services Office, Inc. Page 8 of 9 CG 70 63 07 12 2. SECTION V—DEFINITIONS is amended by the addition of the following definitions: "Covered recall"means a recall made necessary because you or a government body has determined that a known or suspected defect,deficiency,inadequacy,or dangerous condition in"your product'has resulted or will result In'bodily injury"or"property damage". "Product Recall expenses"mean only reasonable and necessary extra costs,which result from or are related to the recall or withdrawal of'your product"for. a. Telephone and telegraphic communication,radio or television announcements,computertime and newspaper advertising; b. Stationery,envelopes,production of announcements and postage or facsimiles; c. Remuneration paid to regular employees for necessary overtime or authorized travel expense; d. Temporary hiring by you or by agents designated by you of persons,other than your regular employees,to perform necessary tasks; e. Rental of necessary additional warehouse or storage space; f. Packaging of or transportation or shipping of defective products to the location you designate;and g. Disposal of"your products"that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product;and (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid"bodily Injury"or"property damage". "Specific Perils'means fire;lightning;explosion;windstorm or hall;smoke;aircraft or vehicles; riot or civil commotion;vandalism;leakage from fire extinguishing equipment;weight of snow,Ice or sleet;or"water damage." "Water damage"means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. "Work contract"means a written agreement between you and one or more parties for work to be performed by you or on your behalf. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0712 Page 9 of 9 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE - THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached,we will not: 1. Cancel; 2. Nonrenew;or, 3. Materially change(reduce or restrict) this Coverage Form,except for nonpayment of premium, until we provide at least 30 days written notice of such cancellation, nonrenewal or material change.Written notice will be to the person or organization named in the Schedule.Such notice will be by certified mail with return receipt requested. This notification oFcancellation, nonrenewal or material change to the person or organization named in the Schedule is intended as a courtesy only.Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal;or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a.Cancellation; b. Nonrenewal;or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 0714 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided bythis endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. The premium for this endorsement is$.$200-00 1. BROAD FORM INSURED SECTION 11-LIABILITY COVERAGE,A.I.Who Is An Insured Is amended bythe addition of the following; d. Any organization you newly acquire or form,other than a partnership,joint venture or limited liability company,and over which you maintain ownership or a majority interest,will qualify as a Named Insured. However, (1) Coverage under this provision is afforded only until the end of the policy period; (2) Coverage does not apply to"accidents"or"loss"that occurred before you acquired or formed the organization;and (3) Coverage does not applyto an organization that is an"insured" under anyother policy or would be an "insured" but for its termination or the exhausting of Its limit of insurance. e. Any"employee"of yours using: (1) A covered"auto"you do not own, hire or borrow,or a covered'auto"not owned bythe"employee"or a member of his or her household,while performing duties related to the conduct of your business or your personal affairs; or (2) An"auto"hired or rented under a contract or agreement in that"employee's"name,with your permission,while performing duties related to the conduct of your business. However,your "employee"does not qualify as an insured underthis paragraph (2)while using a covered"auto" rented from you or from any member of the"employee's"household. f. Your members, if you are a limited liability company,while using a covered"auto"you do not own,hire or borrow and while performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom you agree in a written contract,written agreement or permit,to provide insurance such as is afforded under this policy, but only with respect to your covered"autos". This provision does not apply: (1) Unless the written contractor agreement is executed or the permit Is issued prior to the"bodily injury" or"property damage'; (2) To any person or organization included as an insured by an endorsement or In the Declarations;or (3) To any lessor of"autos"unless: (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The"auto" is leased without a driver;and Includes copyrighted material of Insurance Services Office, Inc. CA 711811 09 Page 1 of 5 (c) The lease had not expired. Leased"autos"covered under this provision will be considered covered"autos"you own and not covered "autos"you hire, h. Any legally incorporated organization or subsidiary in which you own more than 50%of the voting stock on the effective date of this endorsement. This provision does not apply to"bodily Injury"or'property damage"for which an"Insured"is also an insured under any other automobile policy or would be an insured under such a policy,but for its termination or the exhaustion of its limits of insurance, unless such policy was written to apply specifically In excess of this policy, 2. COVERAGE EXTENSIONS-SUPPLEMENTARYPAYMENTS Under Section II-LIABILITY COVERAGE,A2.a.Supplementary Payments, paragraphs (2)and(4)are deleted and replaced as follows: (2) Up to$2,500 for the cost of bail bonds(including bonds for related traffic law violations)required because of an"accident"we cover, We do not have to fu rnish these bonds. (4) All reasonable expenses incurred by the"insured"at our request,including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II-LIABILITY COVERAGE,B.EXCLUSIONS, paragraph 5. Fellow Employee is deleted and replaced bythe following: S. Fellow Employee "Bodily injury"to: a. Any fellow"employee"of the'insured"arising out of and in the course of the fellow'employee's" employment or while performing duties related to the conduct of your business. However,this exclusion does not apply to your"employees"that are officers,managers,supervisors or above. Coverage is excess over any other collectible insurance, b. The spouse, child, parent,brother or sister of that fellow"employee"as a consequence of paragraph a.above. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III-PHYSICAL DAMAGE COVERAGE,A.COVERAGE,the following is added: If any of your owned covered"autos"are covered for Physical Damage,we will provide Physical Damage coverage to"autos"that you or your"employees"hire or borrow,under your name or the'employee's" name,for the purpose of doing your work, We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto"shown in the Declarations, Item Three, Schedule of Covered Autos You Own,or on any endorsements amending this schedule. B. Under SECTION III-PHYSICAL DAMAGE COVERAGE,A.4.Coverage Extensions.paragraph b. Loss Of Use Expenses is deleted and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage,we will pay expenses for which an"insured"becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver,under a written rental contractor agreement. We will pay for loss of use expenses If caused by: (1) Other than collision, only if the Declarations indicate that Comprehensive Coverage is provided for any covered"auto": Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 5 CA 7118 11 09 (2) Specified Causes of Loss,only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered"auto";or (3) Collision,only If the Declarations indicate that Collision Coverage is provided for anycovered "auto'. However,the most we will pay for any expenses for loss of use is$30 per day,to a maximum of $2,000. C. Under SECTION IV—BUSINESS AUTO CONDITIONS,B.General Conditions,5.Other Insurance, paragraph b.is replaced bythe following: b. For Hired Auto Physical Damage,the following are deemed to be covered"autos"you own: 1. Any covered"auto"you lease,hire, rent or borrow;and 2. Any covered"auto"hired or rented by your"employees"under contract in that individual "employee's"name,with your permission,while performing duties related to the conduct of your business. However,any"auto"that is leased,hired, rented or borrowed with a driver is not a covered"auto", nor is any"auto"you hire from any of your"employees", partners(if you are a partnership),members (if you are a limited liability company),or members of their households. 5. LOAN OR LEASE GAP COVERAGE Under SECTION III—PHYSICAL DAMAGE COVERAGE,A.COVERAGE,the following is added: If a covered"auto"is owned or leased and if we provide Physical Damage Coverage on it,we will pay,in the event of a covered total"loss",any unpaid amount due on the lease or loan for a covered"auto", less (a) The amount paid under the Physical Damage Section of the policy;and: (b) Any: (1) Overdue lease or loan payments including penalties,interest or other charges resulting from overdue payments at the time of the"loss"; (2) Financial penalties imposed under a lease for excessive use,abnormal wear and tear or high mileage; (3) Costsfor extended warranties,Credit Life Insurance,Health,Accident or Disability Insurance purchased with the loan or lease; (4) Security deposits not refunded by a lessor; and (5) Carry-over balances from previous loans or leases. 6. RENTAL REIMBURSEMENT Under SECTION III-PHYSICAL DAMAGE COVERAGE,AA.Coverage Extensions, paragraph a. Transportation Expenses is deleted and replaced bythe following: a. Transportation Expenses (1) We will pay up to$75 per day to a maximum of$2,000 for transportation expense incurred by you because of covered"loss".We will pay only for those covered"autos"for which you carry Collision Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay for transportation expenses incurred during the period beginning 24 hours after the covered"loss" and ending, regardless of the policy's expiration,when the covered"auto"is returned to use or we payfor Its"loss". This coverage is in addition to the otherwise applicable coverage you have on a covered"auto". No deductibles apply to this coverage. Includes copyrighted material of Insurance Services office, Inc. CA 7118 11 09 Page 3 of 5 (2) This coverage does not apply while there is a spare or reserve"auto"available to you for your operation. 7. AIRBAGCOVERAGE Under SECTION III-PHYSICAL DAMAGE,B. EXCLUSIONS, paragraph 3. is deleted and replaced by the following: 3. We will not pay for"loss"caused by or resulting from any of the following unless caused by other"loss" that is covered by this insurance: (1) Wear and tear,freezing, mechanical or electrical breakdown.However,this exclusion does not Include the discharge of an airbag. (2) Blowouts,punctures or other road damage to tires. 8. GLASS REPAIR—WAIVER OF DEDUCTIBLE Section III—PHYSICAL DAMAGE COVERAGE,D.Deductible is amended to add the following: No deductible applies to glass damage if the glass is repaired ratherthan replaced. 9. COLLISION COVERAGE—WAIVER OF DEDUCTIBLE Under Section III-PHYSICAL DAMAGE COVERAGE,D.Deductible is amended to add the following: When there is a loss to your covered"auto"insured for Collision Coverage,no deductible will apply if the loss was caused by a collision with another"auto"Insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV-BUSINESS AUTO CONDITIONS,A.Loss Conditions,2.Duties In The Event Of Accident,Claim,Suit Or Loss,paragraph a.is deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an"accident",claim,"suit"or"loss". Knowledge of an"accident",claim,"suit"or"loss"by your"employees"shall not, in itself,constitute knowledge to you unless one of your partners, executive officers,directors, managers,or members(if you area limited liability company)has knowledge of the"accident",claim,"suit"or"loss". Notice should Include: (1) How,when and where the"accident"or"loss"occurred; (2) The"insured's"name and address;and (3) To the extent possible,the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV-BUSINESS AUTO CONDITIONS,A.Loss Conditions paragraph 5.Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another,those rights are transferred to us, That person or organization must do everything necessaryto secure our rights and must do nothing after"accident"or"loss"to impair them. However,if the"insured"has waived rights to recover through a written contract,or If your work was commenced under a letter of intent or work order,subject to a subsequent reduction in writing with customers whose customary contracts require a waiver,we waive any right of recovery we may have under this Coverage Form. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 5 CA 7118 1109 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV-BUSINESS AUTO CONDITIONS , B. General Conditions , paragraph 2. Concealment,Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the Inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. 13. BLANKET COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS When required by written contract or written agreement,the definition of"insured contract"is amended as follows: The exception contained in paragraph H.3. relating to construction or demolition operations on or within 50 feet of a railroad;and --Paragraph H.a. are deleted with respect to the use of a covered "auto"in operations for, or affecting, a railroad. Includes copyrighted material of Insurance Services Office, Inc. CA 71 1811 09 Page 5 of 5 POLICY NUMBER: CA 20552090901 COMMERCIAL AUTO CA 716510 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - PRIMARY COVERAGE This endorsement modifies insurance provided underthe BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement. This endorsement Identifies person(s)or orgarization(s)who are "insured"under the Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy,unless another date is shown below. Endorsement Effective: 06/28/2017 Countersigned By: Named Insured: ` STABILE & WINN, INC. 0 (Authorized Representative); (No entry may appear above. If so, information to complete this endorsement Is In the Declarations.) Section it—Liability Coverage,A. Coverage, 1 Who Is An Insured Is amended to add; Any Person or Organization with whom you have an"insured contract"which requires: I. that Person or Organization to be added as an"insured"under this policy, and il. this policy to be primary and non-contributory to any like Insurance available to the Person or Organization. Each such person or organization is an"insured"for Liability Coverage. They are an'insured"only if that person or organization is an"Insured"under in SECTION II of the Coverage Form. The contract between the Named Insured and the person or organization Is an "insured contract". Includes copyrighted material of the Insurance Services Office, Inc., with its permission. CA 71 65 10 07 Insurance Services Office., 1998. Page 1 aft THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE - THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached,we will not: 1. Cancel; 2. Nonrenew;or, 3. Materially change(reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 30 days written notice of such cancellation, nonrenewal or material change.Written notice will be to the person or organization named in the Schedule.Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the Schedule Is intended as a courtesy only.Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection underthis Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address CITY OF CORINTH, ITS OFFICERS, OFFICIALS, 3300 CORINTH PARKWAY EMPLOYEES, BOARDS AND COMMISSIONS AND VOLUNTEERS AS PER WRITTEN CONTRACT CORINTH, TX 76208 IL 70 66 0714 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A.of the Information Page. We have the right to recover our payments from anyone liable foran Injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily Injury arising out of the operations described In the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1 ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver 2. Operations: 3. Premium: The premium charge for this endorsement shall be 0.020 percent of the premium developed on payroll in connection with worts performed for the above person(s)or organization(s)arising out of the operations described. 4. Advance Premium: $2,270 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 6-28-2017 Policy No. WC 2030255-12 Endorsement No. Insured Stabile & Winn, Inc. Premium Insurance Company Amerisure Insurance Co Countersigned by WC420304B (Ed.64 4) ®Copyright 2014 National Council on Compensation Insurance,Ina All Rights Reserved. THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, EARLIER NOTICE OF CANCELLATION PROVIDED BY US Number of Days Notice 30- For 0.For any statutorily permitted reason other than nonpayment of premium,the number of days required for notice of cancellation is increased to the number of days shown in the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or Organ lzation The Name of Person or Organization is any person or organization holding a certificate of insurance issued for you, provided the certificate: 1. Refers to this policy; 2. States that notice of. a.Cancellation; b.Nonrenewal;or c.Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a.Cancellation; b.Nonrenewal; or c. Material change reducing or restricting coverage;and 4. Is on file at your agent or broker's office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of Insurance. IL 70 45 05 07 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION.DOCUNENTS Revision:FebFmy2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I —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............................................................................................................................l l 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 Article5—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 SPECIFICATION DOCUMENTS Revision:Febnwy 2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials,and Equipment..:........................................................................................20 6.04 Project Schedule........ ........................................................................... ... .............................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others.............................................................:......24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................:.........:.....................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 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................................ 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 Article 10-Changes in the Work;Claims;Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders..............................................................................:........................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time..............................................................'...46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work.................:......................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion.....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments..................................................................................................................:...52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment................................................................................................................. ...........56 14.08 Final Completion Delayed and Partial Retainage Release.........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work............................................................................................:................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures......................................................................... ................ . ...........61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnoyZ 2016 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 SPECIFICATION DOCUMENTS Revision:Febmay2,2016 VV 14 VV-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 context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any,and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line,electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnray2,2016 VV 1L W_I 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 SPECIFICATION DOCUMENTS Revision:FebtuayZ 2016 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 SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 W 11 W-. 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 Successfid 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 SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 GENERAL CONDITIONS' Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52.Project—The Work to be performed under the Contract Documents. ' 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmay 2,2016 v.. c"Z' GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults,tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day,not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m.and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febngry Z 2016 VV/LW_l 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 detemiination 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 SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 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 SPECIFICATION DOCUMENTS Revision:FebmayZ 2016 - 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 SPECIFICATION DOCUMENTS Revision:Fduwy 2,2016 "!L VV-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 SPECIFICATION DOCUMENTS Revision:FebnayZ 2016 'v is " GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way,and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted,and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnzyZ 2016 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 SPECIFICATION DOCUMENTS Revision:FeWayZ 2016 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 famished 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 SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 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 SPECIFICATION DOCUMENTS Revision:Fe6may2,2016 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy 2,2016 ­4' 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 SPECIFICATION DOCUMENTS Revision:Febnsay Z 2016 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febney2,2016 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 SPECIFICATION DOCUMENTS Revision:FebnrayZ 2016 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 SPECIFICATION DOCUMENTS Revision:FdxuaFyZ2016 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 fiunish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnray2,2016 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 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material 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. fa. 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 SPECIFICATION DOCUMENTS Revision:Fdxmy2,2016 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 012 5 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 SPECIFICATION DOCUMENTS Revision:Febniay2,2016 VV/L VV 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 SPECIFICATION DOCUMENTS Revision:FebnuffyZ 2016 vV/L vv-l GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehnary2.2016 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. Penaltyfor Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary2,2016 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit,shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 VV/L VV-' 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 SPECIFICATION DOCUMENTS Revision:Fdmwy2.2016 VV/L W-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711;or 2. http://www.window.state.tx.usitaxinfo/taxfonns/93-fonns.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 SPECIFICATION DOCUMENTS Revision:FebnoyZ2016 GENERAL CONDITIONS, Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 W \ GENERAL CONDITLIONS 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 andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMIENTS Revision:Febmay2,2016 VV/LW-i 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 SPECIFICATION DOCUMENTS Revision:Febng ry 2,2016 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents)or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 VV I 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 EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE 'OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdxuwyZ 2016 VV/L W'' GENERAL CONDITIONS Page 34 of 63 SPECIFICAL.L.Y 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 PANT BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor fiuther 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 SPECIFICATION DOCUMENTS Revision:Febmaryy 2,2016 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 SPECIFICATION DOCUMENTS Revision:Febmay2,2016 VV/L W-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 SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 V I GENERAL CONDITiIONSVV ' Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B.. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuffy 2,2016 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the.design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdmgffyZ 2016 VV/b VV-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 SPECIFICATION DOCUMENTS Revision:FebnM2,2016 VV/G VV l 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 SPECIFICATION DOCUMENTS Revision:Febngffy 2,2016 VV 1Z W-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 11.013, 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 11.013, 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 SPECIFICATION DOCUMENTS Revision:FebnrmyZ 2016 V--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 SPECIFICATION DOCUMENTS Revision:Febnray2,2016 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 11.0I.A.I or specifically"covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 I L W ! 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. f1. 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 SPECIFICATION DOCUMENTS Revision:Febnnyy Z 2016 GENERAL CONDITI'ONS' 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 SPECIFICATION DOCUMENTS Revision:Februay 2,2016 w"w" 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 12.0l.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 12.013.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.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, 11.01.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 11.0l.A.4 and 11.0l.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 SPECIFICATION DOCUMENTS Revision:Fdxumy2,2016 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 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.0I.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdm ay2,2016 GENERAL CONDIT'IONS' 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 SPECIFICATION DOCUMENTS Revision:Febway 2,2016 V I-- GENERAL V-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 SPECIFICATION DOCUMENTS Revision:Febnffy 2,2016 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 SPECIFICATION DOCUMENTS Revision:Febnwy2,2016 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 SPECIFICATION DOCUMENTS Revision:Fdxumy2,2016 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 SPECIFICATION DOCUMENTS Revision:Febr=yZ 2016 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 SPECIFICATION DOCUMENTS Revision:Fdmjay2,2016 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 SPECIFICATION DOCUMENTS Revision:Febn ay2,2016 GENERAL CONDITIONS' Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days,City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection,City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=yZ 2016 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 SPECIFICATION DOCUMENTS Revision:Febnuary2,2016 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 fixrnished 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 SPECIFICATION DOCUMENTS Revision:Febney2,2016 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City;or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily;or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of-its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:I'dwery 2,2016 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 SPECIFICATION DOCUMENTS Revision:FebnaryZ2016 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnoyZ 2016 v i'v 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 10.06.1) 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 SPECIFICATION DOCUMENTS Revision:Fdxmy Z 2016 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 SPECIFICATION DOCUMENTS Revision:Febnoy 2,2016 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUIENTS Revision:Febmay2,2016 007300-1 SUPPLEMENTARY CONDITIONS Page I of 5 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 April 5,2017: 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 SC-4.01A.2,"Availability of Lands" 47 48 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 3 as of April 5,2017 4 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Atmos 5 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 6 and do not bind the City. 7 8 SC-4.02A.,"Subsurface and Physical Conditions" 9 10 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 11 12 A Street Coring Report dated October 10,2016,prepared by Globe Engineers,Inc.,a consultant of the 13 City,providing additional information on paving types and subsurface materials for various streets. 14 15 The following are drawings of physical conditions in or relating to existing surface and subsurface 16 structures(except Underground Facilities)which are at or contiguous to the site of the Work:None 17 18 SC-4.06A.,"Hazardous Environmental Conditions at Site" 19 20 The following are reports and drawings of existing hazardous environmental conditions known to the City: 21 None 22 23 SC-5.03A.,"Certificates of Insurance" 24 25 The entities listed below are"additional insureds as their interest may appear"including their respective 26 officers,directors,agents and employees. 27 28 (1) City 29 (2) Consultant: None 30 (3) Other: None 31 32 SC-5.04A.,"Contractor's Insurance" 33 34 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 35 coverages for not less than the following amounts or greater where required by laws and regulations: 36 37 5.04A. Workers'Compensation,under Paragraph GC-5.04A. 38 39 Statutory limits 40 Employer's liability 41 S100,000 000 each accidentloccurrence 42 5100,000 Disease-each employee 43 $ 00,000 Disease-policy limit 44 45 SC-5.04B.,"Contractor's Insurance" 46 47 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 48 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 49 minimum limits of CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 $1,000,000 each occurrence 3 $2,000,000 aggregate limit 4 5 The policy must have an endorsement(Amendment- Aggregate Limits of Insurance)making the 6 General Aggregate Limits apply separately to each job site. 7 8 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 9 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 10 11 SC 5.04C.,"Contractor's Insurance" 12 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 13 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 14 15 (1) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", 16 defined as autos owned,hired and non-owned. 17 18 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 19 least: 20 21 $250,000 Bodily Injury per person/ 22 $500,000 Bodily Injury per accident/ 23 $100,000 Property Damage 24 25 SC-5.04D.,"Contractor's Insurance" 26 27 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 28 material deliveries to cross railroad properties and tracks None. 29 30 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 31 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains -32 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 33 Entry Agreement"with the particular railroad company or companies involved,and to this end the 34 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 35 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 36 to the Contractor's use of private and/or construction access roads crossing said railroad company's 37 properties. 38 39 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 40 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 41 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 42 occupy,or touch railroad property: 43 44 (1) General Aggregate: $Confirm Limits with Railroad 45 46 (2) Each Occurrence: $Confirm Limits with Railroad 47 48 Required for this Coniracl X Not required for this Contract 49 50 With respect to the above outlined insurance requirements,the following shall govern: 51 52 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 53 the name of the railroad company. However, if more than one grade separation or at-grade 54 crossing is affected by the Project at entirely separate locations on the line or lines of the same 55 railroad company,separate coverage may be required,each in the amount stated above. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 2 2. Where more than one railroad company is operating on the same right-of-way or where several 3 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 4 may be required to provide separate insurance policies in the name of each railroad company. 5 6 3. If, in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 7 railroad company's right-of-way at a location entirely separate from the grade separation or at- 8 grade crossing, insurance coverage for this work must be included in the policy covering the grade 9 separation. 10 11 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 12 way,all such other work may be covered in a single policy for that railroad,even though the work 13 may be at two or more separate locations. 14 15 No work or activities on a railroad company's property to be performed by the Contractor shall be 16 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 17 for each railroad company named,as required above. All such insurance must be approved by the City and 18 each affected Railroad Company prior to the Contractor's beginning work. 19 20 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 21 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 22 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 23 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 24 railroad company operating over tracks involved in the Project. 25 26 SC-6.04.,"Project Schedule" 27 28 Project schedule shall be tier 3 for the project. 29 30 SC-6.07.,"Wage Rates" 31 32 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 33 Appendixes: 34 CFW Horizontal Wage Rate Table 35 CFW Vertical Wage Rate Table 36 37 SC-6.09.,"Permits and Utilities" 38 39 SC-6.09A.,"Contractor obtained permits and licenses" 40 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 41 1. CFW Street Use Permit 42 2. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit 43 44 SC-6.09B."City obtained permits and licenses" 45 The following are known permits and/or licenses required by the Contract to be acquired by the City:None 46 47 SC-6.09C."Outstanding permits and licenses" 48 49 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of April 5, 50 2017: 51 52 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 1 2 3 SC-7.02.,"Coordination" 4 5 The individuals or entities listed below have contracts with the City for the performance of other work at 6 the Site:None 7 Vendor Scope of Work Coordination Authority 8 9 10 SC-8.01,"Communications to Contractor" 11 12 None 13 14 SC-9.01.,"City's Project Manager" 15 16 The City's Project Manager for this Contract is Robert Sauceda,PE,or his/her successor pursuant to 17 written notification from the Director of Water Department. 18 19 SC-13.03C.,"Tests and Inspections" 20 None 21 22 SC-16.01C.1,"Methods and Procedures" 23 None 24 25 26 END OF SECTION 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 22,2016 011100-1 SUMMARY OF WORK Page I 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. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, 18 lawns,fences,culverts,curbing,and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits,overhead pole lines,or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual,or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act,omission, neglect,or misconduct in the manner or method or 31 execution of the Work,or at any time due to defective work,material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight,and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 011100-3 SUMMARY OF WORK 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 012500-1 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 2014 CIP Year 3 Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 012500-2 SUBSTITUTION 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 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 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 01 31 19-1 PRECONSTRUCTION MEETING Page I of 3 1 SECTION 01 31 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 0132 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 J. Questions or Comments CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised August 17,2012 0131 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised August 17,2012 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28* 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH 2014 C1P Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication,delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule,during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 11. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Pagel 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 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 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 013216-3 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4of5 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. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 013216-5 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 013233-1 PRECONSTRUCTION VIDEO Page 1 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 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. 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 013300-1 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 013300-2 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 '/2 inches x 11 inches to 8 'h 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 CRY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 013300-3 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 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 1 I 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 April 5,2017: 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 SC-4.01A.2,"Availability of Lands" 47 48 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 3 as of April 5,2017 4 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Atmos 5 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 6 and do not bind the City. 7 8 SC-4.02A.,"Subsurface and Physical Conditions" 9 10 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 11 12 A Street Coring Report dated October 10,2016,prepared by Globe Engineers,Inc.,a consultant of the 13 City,providing additional information on paving types and subsurface materials for various streets. 14 15 The following are drawings of physical conditions in or relating to existing surface and subsurface 16 structures(except Underground Facilities)which are at or contiguous to the site of the Work:None 17 18 SC-4.06A.,"Hazardous Environmental Conditions at Site" 19 20 The following are reports and drawings of existing hazardous environmental conditions known to the City: 21 None 22 23 SC-5.03A.,"Certificates of Insurance" 24 25 The entities listed below are"additional insureds as their interest may appear"including their respective 26 officers,directors,agents and employees. 27 28 (1) City 29 (2) Consultant: None 30 (3) Other: None 31 32 SC-5.04A.,"Contractor's Insurance" 33 34 The limits of liability for the insurance required by Paragraph GC 5.04 shall provide the following 35 coverages for not less than the following amounts or greater where required by laws and regulations: 36 37 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 38 39 Statutory limits 40 Employer's liability 41 $100,000 each accident/occurrence 42 $100,000 Disease-each employee 43 $500,000 Disease-policy limit 44 45 SC-5.04B.,"Contractor's Insurance" 46 47 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 48 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 49 minimum limits of- CITY fCITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 S1,000,000 each occurrence 3 $2,000,000 aggregate limit 4 5 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 6 General Aggregate Limits apply separately to each job site. 7 8 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 9 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 10 11 SC 5.04C.,"Contractor's Insurance" 12 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 13 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 14 15 (l) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", 16 deftned as autos owned,hired and non-owned. 17 18 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 19 least: 20 21 $250,000 Bodily Injury per person/ 22 $500,000 Bodily Injury per accidentI 23 $100,000 Property Damage 24 25 SC-5.04D.,"Contractor's Insurance" 26 27 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 28 material deliveries to cross railroad properties and tracks None. 29 30 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 31 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains -32 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 33 Entry Agreement"with the particular railroad company or companies involved,and to this end the 34 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 35 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 36 to the Contractor's use of private and/or construction access roads crossing said railroad company's 37 properties. 38 39 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 40 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 41 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 42 occupy,or touch railroad property: 43 44 (l) General Aggregate: SConjiryu Limits with Railroad 45 46 (2) Each Occurrence: SCo�irnr 1 units ti>>ith Railroad 47 48 Required for this Cow act X Not required for this Contract 49 50 With respect to the above outlined insurance requirements,the following shall govern: 51 52 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 53 the name of the railroad company. However, if more than one grade separation or at-grade 54 crossing is affected by the Project at entirely separate locations on the line or lines of the same 55 railroad company,separate coverage may be required,each in the amount stated above. CITY OF FORT WORTH 2014 CIP Year 3 -Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 2 2. Where more than one railroad company is operating on the same right-of-way or where several 3 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 4 may be required to provide separate insurance policies in the name of each railroad company. 5 6 3. If, in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 7 railroad company's right-of-way at a location entirely separate from the grade separation or at- 8 grade crossing, insurance coverage for this work must be included in the policy covering the grade 9 separation. 10 11 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 12 way,all such other work may be covered in a single policy for that railroad,even though the work 13 may be at two or more separate locations. 14 15 No work or activities on a railroad company's property to be performed by the Contractor shall be 16 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 17 for each railroad company named,as required above. All such insurance must be approved by the City and 18 each affected Railroad Company prior to the Contractor's beginning work. 19 20 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 21 has been completed and the grade crossing, if any,is no longer used by the Contractor. In addition, 22 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 23 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 24 railroad company operating over tracks involved in the Project. 25 26 SC-6.04.,"Project Schedule" 27 28 Project schedule shall be tier 3 for the project. 29 30 SC-6.07.,"Wage Rates" 31 32 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 33 Appendixes: 34 CFW Horizontal Wage Rate Table 35 CFW Vertical Wage Rate Table 36 37 SC-6.09.,"Permits and Utilities" 38 39 SC-6.09A.,"Contractor obtained permits and licenses" 40 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 41 1. CFW Street Use Permit 42 2. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit 43 44 SC-6.09B."City obtained permits and licenses" 45 The following are known permits and/or licenses required by the Contract to be acquired by the City:None 46 47 SC-6.09C."Outstanding permits and licenses" 48 49 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of April 5, 50 2017: 51 52 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 1 2 3 SC-7.02.,"Coordination" 4 5 The individuals or entities listed below have contracts with the City for the performance of other work at 6 the Site:None 7 Vendor Scope of Work Coordination Authority 8 9 10 SC-8.01,"Communications to Contractor" 11 12 None 13 14 SC-9.01.,"City's Project Manager" 15 16 The City's Project Manager for this Contract is Robert Sauceda,PE,or his/her successor pursuant to 17 written notification from the Director of Water Department. 18 19 SC-13.03C.,"Tests and Inspections" 20 None 21 22 SC-16.01C.1,"Methods and Procedures" 23 None 24 25 26 END OF SECTION 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised January 22,2016 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 2014 C1P Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 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 SUBMITTALSANFORMATIONAL 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 013513-7 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: I 1 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 0135 13-6 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f. Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Army Corps of Engineers(USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required, meet all requirements set forth in each designated 22 permit. 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required, meet all requirements set forth in each designated 26 railroad permit. This includes,but is not limited to,provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust,capture and properly dispose of waste water. 44 b. If wet saw cutting is performed,capture and properly dispose of slurry. 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 G. Water Department Coordination 2 1. During the construction of this project, it will be necessary to deactivate,for a 3 period of time,existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed,obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required,coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition,the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis,prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction.The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 _ information: _ 29 a) Name of Project 30 b) City Project No(CPN) 31 c) Scope of Project(i.e.type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 I. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction,prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company(example: ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers,de-energize the lines,or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as"AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May 1 through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m.to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 29 with the National Weather Service,will issue the Air Pollution Watch by 3:00 30 p.m. on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m.whenever construction phasing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However,the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than 1 hour,or 36 b) If equipment is new and certified by EPA as "Low Emitting",or 37 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives,Drop Weight, Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage,24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 01 31 13 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety, Chapter 752. 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas - 27 Department of Transportation(TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines(more than 600 volts measured between 36 conductors or between a conductor and the ground)shall be in accordance with 37 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH 2014 CIP Year 3 -Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Page I of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes,but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives,Drop Weight,Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 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 3. Section 33 12 25—Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Coordination within Railroad permit areas 28 a. Measurement 29 1) Measurement for this Item will be by lump sum. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the lump sum price bid for Railroad Coordination. 33 c. The price bid shall include: 34 1) Mobilization 35 2) Inspection 36 3) Safety training 37 4) Additional Insurance 38 5) Insurance Certificates 39 6) Other requirements associated with general coordination with Railroad, 40 including additional employees required to protect the right-of-way and 41 property of the Railroad from damage arising out of and/or from the 42 construction of the Project. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0135 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORTWORTH Date- DOE NO.XXXX P=Jeat Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 015000-1 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 015000-3 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 ACTMTIES 31 A. Temporary Facilities CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 015526-1 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 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 SUBMITTALS/INFORMATIONAL 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 015526-3 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 015713-1 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 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 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 1 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 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0157 13-2 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 TXR150000 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0157 13-3 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 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 witk 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 [NOT USED] 18 1.5 SUBMITTALS[NOT USED] - 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED lots] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 01 58 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood,grade A-C(exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oli] 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 31 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0158 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH 2014 CIP Year 3--Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 USEDI 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 l 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE I CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page I of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 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 2OI4 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised November 22,2016 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[Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 2. Remobilization for suspension of Work as specifically required in the Contract 36 Documents 37 a. Measurement 38 1) Measurement for this Item shall be per each remobilization performed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"will be paid for at the unit 42 price per each"Specified Remobilization"in accordance with Contract 43 Documents. 44 c. The price shall include: 45 1) Demobilization as described in Section 1.1.A.2.a.1) 46 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH 2014 CFP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised November 22,2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby, idle time,or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time,or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price per each"Work Order Mobilization" in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section.1.1.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby, idle time,or lost profits associated this 23 Item. 24 • 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"will be paid for at the unit 31 price per each"Work Order Emergency Mobilization" in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby, idle time,or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised November 22,2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS [NOT USED] 6 PART 3- EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 9 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised November 22,2016 017123••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.l.b.I)—Item paid by lump sum price bid for"Construction Staking". 12 4. 1.2.A.2.a.1)—Item paid b, lump sum 13 5. 1.2.A.2.a.1)—Item paid by lump sum price bid for"Construction Survey". 14 6. 1.9A.3.a—Contractor responsible for preserving and maintaining staking. 15 7. 1.9.B.1.—Construction Survey performed by Contractor. 16 8. 1.9.B.2.d—Contractor responsible for replacing damaged control data. 17 9. 1.9.B.3.b—Contractor responsible for construction survey_ 18 10. 1.9.B.3.d—Contractor shall be responsible for verifying ing 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 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. Construction Staking 27 a. Measurement 28 ubsidiai.,to the. ., Items bid 29 1) Measurement for this item will be by lumRsum. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 item aFe subsidiar-y te the VaFiOUS Items bid and no other.eempefiseAieR will 33 be alley item will be paid for at the lump sum price bid for 34 "Construction Staking". 35 2. Construction Survey 36 a. Measurement 37 . 38 1) Measurement for this item will be by lump sum. 39 b. Payment CITY OF FORT WORTH 2014 CIP Year 3 6 Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 1 1) The work performed and the materials furnished in accordance with this 2 3 be allowed item will be paid for at the lump sum price bid for 4 "Construction Survey". 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals, if required, shall be in accordance with Section 0133 00. 9 B. All submittals shall be approved by the City prior to delivery. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS I l A. Certificates 12 1. Provide certificate certifying that elevations and locations of improvements are in 13 conformance or non-conformance with requirements of the Contract Documents. 14 a. Certificate must be sealed by a registered professional land surveyor in the 15 State of Texas. 16 B. Field Quality Control Submittals 17 1. Documentation verifying accuracy of field engineering work. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Construction Staking 22 1. Construction staking will be performed by the City. 23 2. Coordination 24 a. Contact City's Project Representative at least 2 weeks in advance for 25 scheduling of Construction Staking. 26 b. It is the Contractor's responsibility to coordinate staking such that construction 27 activities are not delayed or negatively impacted. 28 3. General 29 a. Contractor is responsible for preserving and maintaining stakes staking 30 € sbedby C-ity. 31 b. If in the opinion of the City,a sufficient number of stakes or markings have 32 been lost,destroyed or disturbed,by Contractor's neglect,such that the 33 contracted Work cannot take place,then the Contractor will be required to pay 34 the City for new staking with a 25 percent markup.The cost for staking will be 35 deducted from the payment due to the Contractor for the Project. 36 B. Construction Survey 37 1. Construction Survey will be performed by the G y Contractor. 38 2. Coordination 39 a. Contractor to verify that control data established in the design survey remains 40 intact. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 b. Coordinate with the City prior to field investigation to determine which 2 horizontal and vertical control data will be required for construction survey. 3 c. It is the Contractor's responsibility to coordinate Construction Survey such that 4 construction activities are not delayed or negatively impacted. 5 d. Netify City if&HY 60fitFel data needs te be F084eFed eF Feplaaed duei te damage 6 c . Contractor shall restore or replace all 7 necessary control data damaged during construction operations. 8 1) Gity Contractor shall perform replacements and/or restorations. 9 3. General 10 a. Construction survey will be performed in order to maintain complete and 11 accurate logs of control and survey work as it progresses for Project Records. 12 b. The Contractor will need to enSUFe 8effdinafien is maintaiiied with the Gity to 13 shall perform construction survey to obtain construction features, including but 14 not limited to the following: 15 1) All Utility Lines 16 a) Rim and flowline elevations and coordinates for each manhole or 17 junction structure 18 2) Water Lines 19 a) Top of pipe elevations and coordinates for waterlines at the following 20 locations: 21 (1) Every 250 linear feet 22 (2) Horizontal and vertical points of inflection, curvature,etc.(All 23 Fittings) 24 (3) Cathodic protection test stations 25 (4) Sampling stations 26 (5) Meter boxes/vaults(All sizes) 27 (6) Fire lines 28 (7) Fire hydrants 29 (8) Gate valves 30 (9) Plugs, stubouts, dead-end lines 31 (10) Air Release valves(Manhole rim and vent pipe) 32 (11) Blow off valves(Manhole rim and valve lid) 33 (12) Pressure plane valves 34 (13) Cleaning wyes 35 (14) Casing pipe(each end) 36 b) Storm Sewer 37 (1) Top of pipe elevations and coordinates at the following locations: 38 (a) Every 250 linear feet 39 (b) Horizontal and vertical points of inflection,curvature,etc. 40 c) Sanitary Sewer 41 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 42 the following locations: 43 (a) Every 250 linear feet 44 (b) Horizontal and vertical points of inflection,curvature,etc. 45 (c) Cleanouts 46 c. Construction survey will be performed in order to maintain complete and 47 accurate logs of control and survey work associated with meeting or exceeding 48 the line and grade required by these Specifications. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 d. The Contractor will need to eRSUFe eeer-dination is maintained with the City to 2 shall perform construction survey and to verify control data, including but not 3 limited to the following: 4 1) ' 5 use aFe aeeu Verification that established benchmarks and control are 6 accurate. 7 2) Beneh arksere used Use of Benchmarks to furnish and maintain all 8 reference lines and grades for tunneling 9 3) Use of lines and grades weFO used to establish the location of the pipe 10 4) Submit to the City copies of field notes, if requested,used to establish all 11 lines and grades and allow the City to check guidance system setup prior to 12 beginning each tunneling drive. 13 5) Provide access for the City,when requested,to verify the guidance system 14 and the line and grade of the carrier pipe on a daily basis. 15 6) The Contractor remains fully responsible for the accuracy of the work and 16 the correction of it,as required. 17 7) Monitor line and grade continuously during construction. 18 8) Record deviation with respect to design line and grade once at each pipe 19 joint and submit daily records to City. 20 9) If the installation does not meet the specified tolerances, immediately notify 21 the City and correct the installation in accordance with the Contract 22 Documents. 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 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 APPLICATION 32 3.5 REPAIR/RESTORATION [NOT USED] 33 3.6 RE-INSTALLATION [NOT USED] 34 3.7 FIELD [OR] SITE QUALITY CONTROL 35 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 36 City in accordance with this Specification. 37 B. Do not change or relocate stakes or control data without approval from the City. CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 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 8/31/2012 D.Johnson 10 CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 017423-1 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 SUBMITTALSANFORMATIONAL 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 017423-2 CLEANING Page 2 of 4 l 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 5. 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 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 2014 CIP Year 3 -Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 1 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 0177 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 01 78 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 017719-3 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Page I 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. Trac Controllers 10 b. Irrigation Controllers(to be operated by the City) I 1 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 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. 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 0133 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 017823-3 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 WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3 Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3 Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised December 20,2012 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - 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 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 [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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 [OR] 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 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 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 017839-4 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 10R] 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 2014 C1P Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 APPENDIX GC-4.02 Subsurface and Physical Conditions GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements G-1.00 Pavement Quantities by Street CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2014 CIP Year 3—Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02694 Revised July 1,2011 4 r GLOBE Engineers, Inc. Geotechnical♦Environmental*Materials Testing Project No. 16309 October 10, 2oi6 Tony Sholola City of Fort Worth i000 Throckmorton Street Fort Worth, TX STREET CORING PROJECT YEAR 3 CIP STREETS BATCH i FORT WORTH, TX This report presents the results of the Street Coring Project- Batchl. Total of nineteen (19) streets are identified in this group with total of 70 cores. List of streets with number of cores are attached. Each core includes the approximate depth of pavement plus approximately 8 % inches of subgrade. Subgrade has been tested for type of soil with plasticity index testing and analysis if applicable. We appreciate the opportunity to be of assistance on this project. Please feel free to contact us if you have any questions or if we can be of further service. Sincerely, Globe Engineers, Inc. Firm Registration No.F-4042 oF•TE, s BI SAREMI i %........................ o. 61151 rQ�✓ 1`PS`r�ONALENG� Fay Saremi,PE,PMP Principal/Senior Engineering Manager 7524 Sand Street,Fort Worth,TX 76118 Office:(8 17)284-5151 Fax:(8 17)284-5154 BATCH 1-- Page 1 GLOBE Engineers, Inc. Geotechnical♦ Environmental*Materials Testing I LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Northeast Parkway From Rondo Drive To Great Southwest Pkwy HOLE 1 LOCATION:40' E.of Rondo on NE Parkway EB 6.75" HMAC 8.50" Light Tannish Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:30.0/ PLA8.0/ PI: 12.0/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION:5133 NE Parkway EB 4.00" HMAC 2.00"Concrete(unable to perform compression test) 8.50" Light Tannish Brown CLAYEY SAND (SC) ATTERBURG LIMITS: LL:29.0/ PL:20.0/ 131:9.0/ SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION:5125 NE Parkway EB 7.00" HMAC 8.50" Dark Tannish Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:33.0/ PLA8.0/ 131:15.0/ SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION: 100'West of Urban Dr on NE Parkway EB 7.00" HMAC 8.5"Tannish Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:36.0/PL:18.0/ 131:18.0/ SHRKG: MUNSELL COLOR CHART: HOLE 5 LOCATION:5000 NE Parkway EB 6.00" HMAC 8.50" Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:35.0/ PL:18.0/ P1:17.0/ SHRKG: MUNSELL COLOR CHART: 7524 Sand Street,Fort Worth,TX 76118#Office:(8 i 7)284-5151 Fax(817)284-5154 —BATCH I— Page 2 ,0, GLOBE Engineers, Inc. Geotechnical♦Environmental*Materials Testing HOLE 6 LOCATION: 15'W. From Great SW Pkwy on NE Parkway 6.50"HMAC 8.50"Dark Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:39.0/ PL: 19.0/131:20.0/ SHRKG: MUNSELL COLOR CHART: HOLE 7 LOCATION:4920 NE Parkway 9.00" HMAC 8.50" Dark Brown SILTY CLAY(CL) ATTERBURG LIMITS: LL:44.0/ PL:20.0/ 131:22.0/SHRKG: MUNSELL COLOR CHART: HOLE 8 LOCATION:4929 NE Parkway 7.00" HMAC 8.50"Tannish Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:31.0/ PL:18.0/ 131:13.0/ SHRKG: MUNSELL COLOR CHART: Urban Drive From Northeast Pkwy To NE Loop 820 SB FR HOLE 1 LOCATION:2500 Urban Dr,44'South from Intersection 7.75" HMAC 8.5"Tannish Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:37.0/PL:18.0/P1:19.0/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION:2501 Urban Dr.NB 6.0" HMAC 8.50"Light Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:36.0/ PL:18.0/ PI:18.0/ SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: Urban Drive&NW Parkway SB 6.75" HMAC 8.50" Light Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:33.0/ PL:18.0/ P1:15.0/ SHRKG: MUNSELL COLOR CHART: 7524 Sand Soret,Fort Worth,TX 76118♦Office (8 17)284-5151 Fax:(8 17)284-5154 —BATCH 1-- Page 3 GLOBE Engineers, Inc. Geotechnical*Environmental*Materials Testing Weber Street From Maydell St.To Eva St. HOLE 1 LOCATION:3500 Weber St 1.50"HMAC 8.50"Tannish Brown SAND&GRAVEL Base(SM) ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION:3510 Weber ST 2.50" HMAC 8.50"Tannish Brown SAND&GRAVEL Base (SM) ATTERBURG LIMITS: LL:/PL:/ PI: /SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION:3600 Weber St 2.00" HMAC 5.00" Concrete(Broken) 8.50" Dark Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:37.5/ PL:18.0 / PI: 19.5/SHRKG: MUNSELL COLOR CHART: Weber Street From NE 37th St.To Beaumont St HOLE 1 LOCATION: 1701 Weber St. 4.50" HMAC 8.50" Dark Tannish Brown SAND &Gravel Base ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: NE 36t Street From Runnels St To Deen Rd. HOLE 1 LOCATION:2200 NE 36th St 2.00" HMAC 8.00"Concrete(3720 PSI) 8.50"Grayish Brown SAND (SM) ATTERBURG LIMITS: LL:/PL:/PI:/ SHRKG: MUNSELL COLOR CHART: 7524 Sand Street,Fort Worth,TX 76118♦Office (817)284-5151 ♦Fax:(817)284-5154 --BATCH I Page 4 l�'111 GLOBE Engineers, Inc. Geotechnical♦Environmental*Materials Testing Chestnut Ave. From NW Loraine St.to NW 30th St. HOLE 1 LOCATION:Chestnut Ave/30"St 7.00" HMAC 8.50"Grayish Dark Brown SILTY CLAY(CL) ATTERBURG LIMITS: LL:45.2/PL:19.0/PI: 26.2/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION:Chestnut Ave/Loraine St 11.00" HMAC 8.50" Dark Brown SILTY SAND(SM) ATTERBURG LIMITS: LL:21.6/PL: NA/PI:NA/SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: 2919 Chestnut Ave 5.00" HMAC 8.50" Grayish Brown SILTY SAND (SM) ATTERBURG LIMITS: LL:22.6/PL:NA/PI: NA/SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION: 2954 Chestnut Ave 7.00" HMAC 8.50" Dark Brown SILTY SAND (SM) ATTERBURG LIMITS: LL:20.8/PL:NA/PI: NA/SHRKG: MUNSELL COLOR CHART: HOLE 5 LOCATION:2906 Chestnut Ave 5.50" HMAC 8.50"Tannish/Dark Brown SAND &GRAVEL Base ATTERBURG LIMITS: LL:/PL:/PI: /SHRKG: MUNSELL COLOR CHART: NW 31th Street From Lincoln Ave to Gould Ave. HOLE 1 LOCATION: NW 31th &Lincoln (10'W on NW 31St) 6.00"HMAC 8.50" Dark Brown Sand/Gravel Base ATTERBURG LIMITS: LL:/PL:/PI:/ SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: NW 315`&Gould(10' E on NW 31St) 2.75" HMAC 7524 Sand Street,Fort Worth,TX 76118♦Office:(817)284-5151 Fax.(817)284-5154 —BATCH I-- Page 5 AGLOBE Engineers, Inc. la Geotechnical♦Environmental*Materials Testing 8.50"Tannish Brown Sand/Gravel Base ATTERBURG LIMITS: LL:/ PL:/PI:/SHRKG: MUNSELL COLOR CHART: N. Houston Street From NW 35th St to NW 36th St HOLE 1 LOCATION:North Houston/351'St 3.50"HMAC 8.50"Tannish Brown SILTY SAND(SM) ATTERBURG LIMITS: LL:21.4/PL:NA/PI: NA/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION:3507 N Houston 7.75"HMAC 8.50"Concrete(Broken) 6.00"Tannish Brown SAND&GRAVEL Base ATTERBURG LIMITS: LL:/PL: /PI:/SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: N Houston/36th St 2.00" HMAC 8.50" Tannish/Dark Brown SAND&GRAVEL Base ATTERBURG LIMITS: LL:/ PL:/PI:/SHRKG: MUNSELL COLOR CHART: N. Elm Street From NE 34th St to NE 35th St. HOLE 1 LOCATION: N.Elm St/34th St. 1.00"HMAC 6.00"Tannish Brown CLAYEY SAND(SC) 5.00"Tan&Dark Brown CLAYEY SAND(SC) ATTERBURG LIMITS: LL:25.0/PL: 18.0/PI:7.0/SHRKG: ATTERBURG LIMITS: LL:26.1/PL: 18.0/PI:8.1/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION:3510 N.Elm St. 1.50" HMAC 6.50"Tan CLAYEY SAND(SC) 5.00" Tan &Dark Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL:26.9/ PL: 18.0/PI:8.9/SHRKG: ATTERBURG LIMITS: LL:30.7 J PL: 18.0/PI:12.7/SHRKG: MUNSELL COLOR CHART: 7524 Sand Street,Fort Worth,TX 76118♦Office.(817)284-5151 ♦Fax:(817)284-5154 --BATCH 1--- Page 6 GLOBE Engineers, Inc. Geotechnlca! Environmental*Materials Testing HOLE 3 LOCATION: N. Elm St/35th St 3.50" HMAC 6.00" Tan/Dark Brown SILTY SAND (SM) 6.50" Tan j Reddish Brown SILTY SAND (SM) ATTERBURG LIMITS: LL: 23.7 j PL: NA/PI: NA/SHRKG: ATTERBURG LIMITS: LL: 21.3/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: N. Elm Street From NE 30th St.to E Long Ave. HOLE 1 LOCATION:3323 N. Elm St. 1.50" HMAC 8.5" Brown SANDY CLAY with Gravel(CL) ATTERBURG LIMITS: LL:30.1/PL: 18.0/PI:12.1/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION:3310 N.Elm St. 1.50" HMAC 8.50"Tan&Dark Brown SANDY CLAY with Gravel(CL) ATTERBURG LIMITS: LL:35.0/PL: 18.0/PI: 17.0/SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION:3300 N. Elm St 3.00" HMAC 8.50" Lt Brown SILTY CLAY(CL) ATTERBURG LIMITS: LL:43.6/PL: 20.0/PI:23.6/SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION:3210 N.Elm St. 2.50" HMAC 8.50"Tannish Gray SAND&GRAVEL)Base ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: HOLE 5 LOCATION:3201 N.Elm St 2.50" HMAC 8.50" Grayish Dark Brown CLAYEY SAND(SC) ATTERBURG LIMITS: LL:26.0/PL: 19.0/PI:7.0/SHRKG: MUNSELL COLOR CHART: HOLE 6 LOCATION:3113 N. Elm St 1.50" HMAC 7524 Sand Street,Fort Worth,TX 76118♦Office:(8 17)284-5151 Fax(8 17)284-5154 —BATCH I— Page 7 ,0, GLOBE Engineers, Inc. Geotechnical♦Environmental*Materials Testing 8.50"Lt Brown SAND&GRAVEL Base ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: HOLE 7 LOCATION:3101 N. Elm St. 1.75"H MAC 8.50"Lt Brown&Orange SAND&GRAVEL Base ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: Market Ave From NW 28th St to NW Loraine St HOLE 1 LOCATION: Market Ave/W Loraine St 2.25" HMAC 8.50" Dark Brown SAND&GRAVEL Base ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: 2810 Market Ave 2.00" HMAC 8.50" Dark Gray SAND&GRAVEL Base ATTERBURG LIMITS: LL:21.0/PL:NA/PI:NA/SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: Market Ave/28th St 2.00"HMAC 8.50"Tannish Brown SAND&Gravel Base ATTERBURG LIMITS: LL: 17.5/PL:NA/PI:NA/SHRKG: MUNSELL COLOR CHART: NW 28t Street From Rock Island St to McCandless St HOLE 1 LOCATION:3220 NW 28th St 1.50" HMAC 8.50" Dark Tannish Brown SAND&GRAVEL Base(SM) ATTERBURG LIMITS: LL:/PL:f PI:/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION:3210 NW 2e St 1.00" HMAC 8.50"Dark Tannish Brown SAND&GRAVEL Base(SM) ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: 7524 Sand Street,Fort Worth,TX 76118♦Office (8 17)284-5151 ♦Fax:(817)284-5154 —BATCH 1— Page 8 AaIGLOBE Engineers, Inc. Geotechnical♦Environmental*Materials Testing HOLE 3 LOCATION:3200 NW 28th St. 2.00" HMAC 8.50" Lt Tan SANDY CLAY(CL) ATTERBURG LIMITS: LL:33.9/PL:18.0/PI:15.9/SHRKG: MUNSELL COLOR CHART: NW 30 thStreet From Refugio Ave to Lincoln Ave. HOLE 1 LOCATION:20'E.Of Lincoln Ave/NW 30th St 8.00" HMAC 8.50" Brown SAND/GRAVEL Base(SM) ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: 20'W.of Refugio Ave/NW 30th St. 1.00" HMAC 8.50" Light Tan SAND(SM) ATTERBURG LIMITS: LL:20/PL:/ PI:/SHRKG: MUNSELL COLOR CHART: NW 31t Street From Rock Island St to McCandless St HOLE 1 LOCATION:3200 NW 31St St 3.25" HMAC 8.50" Grayish Brown SILTY SAND&Gravel(SM) ATTERBURG LIMITS: LL:22.5/PL: NA/PI:NA/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION:3208 NW 31St St. 3.75" HMAC 8.50" Dark Brown SAND/GRAVEL Base (SM) ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: 3220 NW 31st St. 3.00" HMAC 8.50" Brownish Gray SILTY SAND (SM) ATTERBURG LIMITS: LL: 23.4/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: 7524 Sand Street,Fort Worth,TX 76118♦Office:(8 17)284-5151 ♦Fax:(817)284-5154 -,—BATCH I Page 9 GLOBE Engineers, Inc. Geotechnical♦Environmental*Materials Testing NW 23th Street From Lincoln Ave to Columbus Ave. HOLE 1 LOCATION:20' E.of Columbus Ave/NW 23rd 2.25"HMAC. 8.50"Dark Brown SAND/GRAVEL Base(SM) ATTERBURG LIMITS: LL:/PL:/ PI:/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: 10'W.of Chestnut Ave/NW 23th St. 5.00" HMAC 8.50" Lt Brown CLAYEY SAND(SC) ATTERBURG LIMITS: LL:27.6/PL:18.0/PI:9.6/SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: 10' E of Pearl Ave/NW 23th 7.00"HMAC 13.75"Tan SANDY CLAY with Gravel(CL) ATTERBURG LIMITS: LL:36.7/PL:18.0/P1:18.7/SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION:10'E.of Market Ave/NW 23th 4.00"HMAC 8.50" Dark Brown and Tan SAND/GRAVEL Base(SM) ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: HOLE 5 LOCATION:20'E.of Gould Ave/NW 23th 1.00" HMAC F 8.50"Tannish Brown SAND/GRAVEL(SM) ATTERBURG LIMITS: LL: /PL:/ PI:/SHRKG: MUNSELL COLOR CHART: HOLE 6 LOCATION: 10'W.of Lincoln Ave/NW 23th 7.00"Concrete(Broken) 3.00"HMAC Tannish Brown SAND/GRAVEL Base(SM) ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: 7524 Sand Street,Fort Worth,TX 76118♦Office:(817)284-5151+Fax (817)284-5154 —BATCH 1--- Page 10 ,A GLOBE Engineers, Inc. Geotechnical♦ Environmental*Materials Testing NW 20 Street From Ephriham Ave to Grayson Ave HOLE 1 LOCATION: NW 24th& Ephriham Ave. 3.50" HMAC 8.50"Tan SAND/GRAVEL(SM) ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: NW 24th& McGown 3.75" HMAC 8.50" Light Tannish Brown SANDY CLAY(CL) ATTERBURG LIMITS: LL: 36.2/PL: 18.0 /PI:18.2/SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION:2424 NW 24th St. 3.50" HMAC 8.50"Tannish Brown CLAYEY SAND(SC) ATTERBURG LIMITS: LL:25.1/PL: 19.0/PI:6.1/SHRKG: MUNSELL COLOR CHART: NW 20 Street From Lydon Ave to Robinson St HOLE 1 LOCATION: 2912 NW 24th St 1.25" HMAC 8.50"Tannish Brown CLAYEY SAND with Gravel (SC) ATTERBURG LIMITS: LL: 28.9/PL: 19.0/ PI:9.9/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: 3011 NW 24th St 3.00" HMAC 8.50"Tannish Brown SANDY CLAY with Gravel(CL) ATTERBURG LIMITS: LL:32.9/PL: 18.0/PI:14.9/SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: NW 24th St/Lydon Ave. 1.25" HMAC i 8.50" Brown CLAYEY SAND with Gravel(SC) ATTERBURG LIMITS: LL: 25.9/PL: 18.5/PI:7.4/SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION: NW 24th St/Macie 10.75"Concrete(3,750 psi) 7524 Sand Street,Fort Worth,TX 76118♦Office-(817)284-5151 Fax:(817)284-5154 BATCH 1 Page 11 r���i► GLOBE Engineers, Inc. Geotechnical♦Environmental*Materials Testing 8.50" Grayish Brown CLAYEY SAND with Gravel (SC) ATTERBURG LIMITS: LL:28.9/PL: 19.0/PI:9.9/SHRKG: MUNSELL COLOR CHART: HOLE 5 LOCATION: NW 24'St/Robinson 13.00" HMAC 8.50" Grayish Brown CLAYEY SAND(SC) ATTERBURG LIMITS: LL: 25.1/PL: 18.5/PI:6.6/SHRKG: MUNSELL COLOR CHART: McKinley Ave From NW 23`d St to Azle Avenue HOLE 1 LOCATION:2301 McKinley Ave/NW 23r6 St. 5.25" HMAC 8.50"Tannish Brown SAND&GRAVEL Base ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION:2312 McKinley Ave 5.25" HMAC 5.50"Concrete(3,750 psi) 8.50"Tannish Brown SAND&GRAVEL Base ATTERBURG LIMITS: LL:40/PL:20/P1:20/SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION: 2321 McKinley Ave/NW24th 2.00" HMAC 7.00"Concrete(4,150 psi) 8.50" Lt Brown Sand&Gravel ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: HOLE 4 LOCATION:2407 McKinley Ave. 5.25" HMAC 8.50" Brownish Gray CLAYEY SAND(SC) ATTERBURG LIMITS: LL:27.0/PL:18.0/PI:8.0/SHRKG: MUNSELL COLOR CHART: HOLE 5 LOCATION:2423 McKinley Ave/25th St 5.25" HMAC 5.50"Concrete(3,750 psi) 8.50" Light Tannish Brown SILTY SAND with Gravel (SM) ATTERBURG LIM ITS: LL: 19.0/PL: NA/PI:NA/SHRKG: 7524 Sand Street,Fort Worth,TX 76118♦Office:(817)284-5151 ♦Fax:(8 17)284-5154 ---BATCH 1- Page 12 0-, GLOBE Engineers, Inc. Geotechnical♦Environmental*Materials Testing MUNSELL COLOR CHART: HOLE 6 LOCATION:McKinley /Azle 2.00" HMAC 7.00"Concrete(4,110 psi) 8.50" Lt Brown SAND&GRAVEL Base ATTERBURG LIMITS: LL:/PL:/PI:/SHRKG: MUNSELL COLOR CHART: McKinley Ave From NW 29th St to NW 30th Street HOLE 1 LOCATION: McKinley Ave/29th St 2.50" HMAC 8.50" Dark Brown SILTY SAND with Gravel(SM) ATTERBURG LIMITS: LL: 18.5/PL: NA/PI: NA/SHRKG: MUNSELL COLOR CHART: HOLE 2 LOCATION: McKinley/3075 St 2.00" HMAC 8.50" Dark Brown &Tan SILTY SAND with Gravel(SM) ATTERBURG LIMITS: LL: 15.6/PL:NA/PI:NA/SHRKG: MUNSELL COLOR CHART: HOLE 3 LOCATION:2961 McKinely Ave 2.50" HMAC 8.50"Tannish Brown CLAYEY SAND with Gravel(SC) ATTERBURG LIMITS: LL:26.7/PL:19.1/PI:7.6/SHRKG: MUNSELL COLOR CHART: 7524 Sand Street,Fort Worth,TX 76118♦Office:(817)284-5151 Fax:(817)284-5154 --BATCH 1-- Page 13 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is$50,000 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 12 % of the base bid value of the contract Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's.Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or; 3. Good Faith Effort documentation,or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of.the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated A faxed and/or emailed copy will not be accepted 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date,exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date,exclusive of the bid opening date. S. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M/WBE Office at(817)212-2674. Rev.2/10/15 ATTACHMENT 1A Page 1 of FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: check applicable block to describe Stabile & Winn, Inc. Offeror PROJECT NAME: MAN/DBE J/ NON-MM/DBE 2014 CI P Year 3 - Contract 3 May 18, 2017 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 12 % 2.89 % 02694 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 o_f.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 theMBE firm(s} listed intlis utilization schedule, conditioned upon execution of-:a contract with the City. Of'Fort Werth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid 'being considered.roman 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 -:sTier: 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,2"" tier. The prime contractor is responsible to :provide proof of payment- of all tiered subcontractors identified as a MBE and counting thoseAollars 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 hauhn�_services are utilized, the Offeror will Pse given credit as'long as the:,MBE Fisted owns and- operates zit least;-one fully licensed and operational truck to be used on the contract. 'The MBF 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 FORTWORT ATTACHMENT 1A Page 2 of* � Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., l linority__a dL on-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 IIA W Dollar Amount Telephone/Fax ' B B BM Work Purchased Email E E Contact Person E' Klutz Construction, LLGJ Inlets $21,900.00 P.O. Box 185 Kennedale, TX 76060 W✓ ❑ 817-561-5591 C: Green Scalping, LP 1 Block Sod $25,160.00 2401 Handley Ederville RD. Fort Worth,TX 76118 � ❑ 817-577-9299 A. Murillo Trucking 1 Trucking $5,000.00 3609 N. Elm Street Hauling Off-Site Fort Worth, TX 76106 0✓ ❑ 817-691-2154 Clemons Trucking 1 Trucking $5,000.00 7934 S. Lancaster Road Hauling Off-Site Dallas, TX 75241 0✓ ❑ 214-794-1645 `Larry Rambo Trucking 2 Haul In/Out $5,000.00 501 Allison Lane Sand $5,000.00 Fort Worth, TX 76140 ❑✓ F-1 Base $15,000.00 817-821-3704 *Provided by 817-551-9001 R&D Burns R&D Burns Brothers, Inc 1 Utility Work $842,581.00 P.O. Box 786 Burleson, TX 79097 ❑ ❑ ✓ $25,000.00 MBE 817-447-0292 Total Contract $867,581.00 Rev.2/10/15 FUR,.TW�R ATTACHMENT 1A Page 3 of 2�S Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Mnorj{y; hSl Hort-M > s. 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 SUBCONTRACTORISUPPLIER Company Name T n_ Detail Detail Address 1 Subcontracting Supplies Dollar Amount Telephone/Fax e B e Work Purchased Email r E E Contact Person E Martin Marietta 1 Spread Cement 3,750.00 1503 LBJ Freeway Suite 400 El Dallas, TX 75234 972-730-7069 HJG Trucking 1 Topsoil 17,500.00 701 Denair Fort Worth, TX 76111 El 817-834-7181 Barnsco 1 Reinforcement 71,500.00 P.O. Box 541087 Dallas, TX 75354 214-352-9091 True-Grit 1 Ready-Mix 570,800.00 12150 Business Hwy 287 Concrete North Fort Worth, TX 76179 Peachtree Construction 1 HMAC Paving 35,112.00 5801 Park Vista Cir Keller, TX 76244 817-741-4658 Fort Worth Surveying 1 Staking 28,500.00 107 East College Ave. Alvarado, TX 76009 817-790-5900 Rev.2/10/15 FOR�TWORTH ATTACHMENT 1A Page oaf S Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., andrs(=MBs. 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 M Work Purchased Email r E E B Contact Person .'E. Fort Worth Lite & 1 Barricade $15,000.00 Barricade Rentals 2809 N. Beach Street ❑ ❑ ✓ Ft.Worth, Texas 76111 817-586-6460 U.S. Lime Company 1 Hydrated Lime 44,200.00 13800 Montfort Drive Suite 330 ❑ ❑ � Dallas, TX 75240 (972) 385-1335 Metroplex Pavement 1 Striping 2,010.00 Markings 1303 Jelmak Ave. El F-1Grand Prairie, TX 75050 972-399-3500 W.O.E Construction 1 Joint Sealing 7,900.00 941 B - Avenue N Grand Prairie, TX 75050 ❑ ❑ 817-284-7401 ❑ ❑ Rev.2/10/15 FORT WORTH ATTACHMENT 1A ■ Page+ of+K s s Total Dollar Amount of MBE Subcontractors/Suppliers s82,060.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers s 1,638,853.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS s 1,720913.00 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 o ChangefAdWtion 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 haw the requested change/additionor deletion`will affect the committed MBB,:goai. If the detail explanation is not submitted, it will affect the final cgmpliance 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. ' 1 hod Ignature Printed Signature Vice President Title Contact Name/Title(if different) Stabile & Winn, Inc. 817-847-2086 / 817-847-2098 Company Name Telephone andlor Fax P.O. Box 79380 jerry.henderson@stabilewinn.com Address E-mail Address Saginaw, TX 76179 May 19, 2017 City/State/Zip 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 Stabile & Winn, Inc. Offeror PROJECT NAME: MM/DBE X I NON-M&V/DBE 2014 CI Year 3 - Contract 3 May 18, 2017 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 12 % 2.89 % 102694 1f:the:0ffbr6r did t meet or exceed-the-MBE;,tubc6n subcontract og goalJorthis-protect, the Offe-ror.mds complete-thlt, form. ...... If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, I 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 A ocumentationo and,rece-lved::by the: PLirchasing.Division no later than 2,00 pmi. on second City business day after bid opening, exclusive, :bid beingz-considered:non .specifications. ,of�bid-ope-ning date will result in the -responsive to bid 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 Utility Work (Water, Sewer) Ready-Mix Concrete Inlet Construction Rebar HMAC Paving Lime Material Block Sod Spread Cement Striping Topsoil Staking Barricades Joint Seal ATTACHMENT IC 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 04 /67 /2017 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 P°l "A-( H, 7_01"M - 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 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 facsimile (fax), exclusive of the day the bids are opened? Yes (if yes,attach list to include name of MBE firm,fax number and die 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? X Yes (if yes,attach email confirmation to include name of MBE firm,date and time.In addition,If an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No E 40 2_1Dl�- NOTE: The four methods identified above are acceptable for sol1-citing---b ids and each'selected Me-ethod- must be-appllea toAhe 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 tate Good Faith Effort requirement. NOTE: The Offeror must contact _the ,entire IM.BE -listspecific to each subcontracting and supplier opportunity to be in compliance with=questions 3-through 6. 7.) Did you provide plans and specifications to potential MBEs? !—Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? X Yes No Rev.2/10/15 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? X Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? X Yes (If yes,attach the information that was not valid In order for the M/WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. No MBE Quotes were received that were not accepted 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. 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 Offic . �E.�tZSZ`( �af M DERS o�..l tho gnature Printed Signature Vice President T106 Contact Name and Title(if different) Stabile & Winn, Inc. 817-847-2086 817-847-2098 Company Name Phone Number Fax Number P.O. Box 79380 jerry.henderson@stabilewinn.com Address Email Address Saginaw, TX 76179 May 19, 2017 City/State/Zip Date 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 Tra nsit-M ix $ 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 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter. $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheei, Backhoe,Derrick,D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXCI's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:01-31.2017 STANDARD PRODUCTS LIST Approval Sp.No. Clantification Manufacturer Model No. National Spec Size WASTEWATER Le 0573 KWAMIMMIM 74ada •PWtic ASUD1243 F'.24"diL 33 913 dk S-A W.M m da c w- ASTM D 1746 F.24"el 3305 ll tum NoGow4oftw r Oadr•Pbrdo ASn4 D 1241 Fm U•di. 9.396 330513 Souns.Rn t -Srkira Sled F.24*diL 09.)96 33913 ArAek t Ir 7atrld-Sbe3-Swl Fs14"d. v zallol 330513 Mskk Hass d Corn I Ws h-'A 73s.t F 1 1001 241d6'WD 330513 JAWMb Fres d Cow. VmaF 679 24. pry 330513 MuYdk F..s d_ Wa h-WdmBwAHmF 30014 14-Dia. 330513 M.W kF.— d Crier. b-wqft ISL 3324 AM 2c]);L )30513 Fars d Coven ir..b cmin 24"M 330713 MUMie A dC"- VW—FAAJ 1342 334/ 24.1RL 330513 M kds Fmr d Cows t.4{-44N 330513 MdrlsFmu dCovm Si hn414]N 33 OS 13 F3.rr Cmm Par-A-M I OTS 24"dk 330713 MdrkF—ACmm Ne4aab 24"dit I011M 330513 N4.Mk dCm- Pdwrrd Duels bm Mab* ASTM AS36 4"DiL 75.3 1 330513 MsdMr Farad vr. Sem•Gabda " 2-RIFS I 30"DIL ON3U06 130513 0•DIMH dCmc E4rt 3d.dr Wada V1432•dV1413 AASHTO 9706-04 3YOiL f 1.7110 330313 30'DIME dcdvar C MHl6S1FWN 6502 I 3Y D•r 07/19111 130513 30'IX d Cdre Sar Aotrs TQL/1F7�Y33-DC 3Y Dia 0/110/11 330313 30*DI MH RixdC— A.—M 220700 NM 30' 77 FAGO7D.A—bly 10/14713 330513 30`W?O1 RdCdac rd..w tLod.bk Ertlordalw Wada w0l Cas Ldddld'IM-Gals ASMOMAS&AMUMM 3Y Dia 33 0513 F.ru d Cmc. E,-A-Modem Psai 14'I)it 33051) Cuero. Nemah 21•D1L 330!13 dcw Wks ASTMA 41 2P Dia 33 0!13 F—d Cmc. W.Rwd las W R F MNP b'DiL 330513. dCua UWW fieriW b. WP 4'D. 03AW00 330113 Mddr Fh—d Cmc. Asea M2100 ASTM A 43 24.11k 04rml 33913 Idaandc Few d Coven saumm Ivdusi.hyvma Lit 300.241375 MRd0— ASIMAM 24,D6 /6 07797 1 33913 U%.&— W A.& a3L Add.U*.lWP•207 AnM D224OA3412MM 04T/6100 )30513 OSan lam! t4H RwoaCmaar Pdam No.3540"1 OYIN00 330S PM& rdr Dim.16L Aar- Or1oM 250.40 C-.*. A37M •44 •361 SSW lrmm 330 33 . Lad! 1s HDPE ' lim•a�o ver 5113.5 3305 13 MaMk rudrdW Caul-CPS W Madbah S 333910 Corms CaAt SPLb-649 t 4Y 333910 .ass Csons. wa0 C.M." Ce.W. ASTM C443 4Y 733910ltss.Cmaate Owal& Haw ASTM C 473 4Y 0446.0 333910 OE.r Sols i6am 7 Mn31-0016-WI ASIMC47S 4r MH 0947196 33 3910 Aee-Coassls Caaane Adds Im IY LD.MaMa wl 32"Cdr ASDAC4'7! N"wA7 doe Off50.6 1339 0 Auaa Caeaas 71r Toa Y'I.D M-d-6 l "Cem ASTM C474 4Y 197106 333910 IRM Old.fde Pndl- W"LD.Malde w124"Car ASTMC473 4l'Di-w 4'lie 0649110 33 39 10 Asnat eml.se agars US Rddmaad Cawft 76 4Y r 71' I 1/2699 3913 MsWak Fled IaL Fl-ds ASTM 3733 Nsadk a.a OVW106 1 333913 mmijamw.% LF Nmbal6e L7•II R4Mb5 04.3.1 E1.14 Malde IaL 3tdi—MSP EI.14 RaM6 APRd 1 EI-14 7✓rslde S Cm Sd MMA RAbS 3=3 EI-14 MRMk to bfiluLan ASIMD5813 900.6 Ga.adR.W, ybo Pd Row'Psdaa hesU. 05A00% 81.11 RaO.bs wan clam ASTM D63 20 RI-14 Mrbda P.Mb Cat 139.1 II4TEC3t i Ssds.2PLS0d210o 77/.2L-97 C far CaisdmAara6m Are 791 SI 52 AddRriosm Tm 3Sraalm Was Fivirdoiamr.i t SJ9 9.301 3oc APPURkM Oar Cad Paoerdan CSl.dsl SISdO SoM.E Sawa / 33-31-1304L13) ME Robs ' I Hobr ASTM D326V=S/ Amam W16MW7Mdddrt.d Amdai USA Fwm ft � ASTMD32SM7S4 N s A276 F477 S r lar c7w v 06ma El-9 R..f—W ' US R..AmM C-.-Pip, ATM C-76 E144 c— RddM.w w43 Cdaasle Pf.Co.W. ASTM C76 EI-04 Car Fi..Rak6Rrd Hyd,Cmdd0 cks M Tko SR.Rm PT/ ASTM C76 I st-M ubdrrad Haw .Pdmr ASTM C76 21-04 Com Pj,,RbhW Caaam Ph.tMdt Co.lL ASTM C76 /1 I 131110 Lm Pip Gills - Co. (Sear BeO-7rlawfabm Asa.a Cks AWWACIM C131 3"o ze 331110 Dae6L le. ' A.D..bI— CL Asais.TSIs AWWA O730,O151 4",Yt10" 331110 -DrWAm OS. d c— 1 AwWA ClAclsl 331110 Du d.L— MdWw Call I—Pip,Cn AW WA CISO,CI31 P"a 3(14!19$ pw 1 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:07d73017 STANDARD PRODUCTS LIST APProvg Spu No. Clawification Maanfaatorer Modd No. Nadonai Spec Sim 121MI1 3}II•l2 1t14PVCP—Pi JWtam PVC P.eaaa Pip AWV/A SM 1•Wa 13' 10/27714 33-11-12 11DR44 PVC A—Pipe R Aad" Sri PVC ft—Pipe AW WA 0900 4"IIry l2• H Dd4 im. 'oaeDuoele Yes AS'IMDi24i I r Ploeo lee. UAt r I". ASIMD 1241 t' W CSA S McCmedl ASTMD124t 33-31.20 PVC sewer' C—Tec labubies ASiM D 6" 4-dee 12" 33.31.20 PVCSawar Pip, Ce T"dPmd." ASMD)074 4' 15' 33-31-30 Pvcs—pim N ASTM D 3034•D 1714 4'&r 33.3130 PVC Sews PIN ASTMD 3034 4'-15• 33.3130 PVCSewa' Dhmmd Phdm SOR.26d SDR-35 ASIA F M.ASTM D 30M 4"Ib.15' 132r* 33-31-20 PVC Saw 4m"nY AS7A F779 4•mm 15- 0~ 33-31-20 CSewa la Steam •26 SM35 AS1MD3034 33.31-20 PVC6ew lite7' pwh i SW SOMW.1 SDA 2613! 3034 4"Dro 11• 33-31-20 PVC Eabudoa 7 Im I ASTM D 3034 1-,10- lull 'l0"1111111 73.31-20 PVCS— DYmmd I 'S"G-W SewerF679 Irm2r 33.1-20 PVCSc J•M lee.1M AsiMF679 09/11112 33.31-20 IPVC "elm Stam SDA-26 d SD114S ASTM F-679 Ir 0s-ams 33.31.20 PVCS-WWd Pipe Di4md WudaC I P346 ASTM F-679 042716 13-1-0 PVC SeasFddrya Hate I -26d3DA-35GWmtFeue A4TM D•3034D•17N m33-31.20 PVCSewaF' Plada T—k Iea 4b5immd PVC SawAldt A31A5D3034 1111719 E1002 iclow"MmepVC14pe Diemmd P626M camando I ASTM 1103N"4 11".48" I U".41" 4-IS- ed Ogen Erofile 09126191 E100.2 PVCSewa RibbedIamamV]" Cad"VIr li Cloaad P.Ak � ASTM F679 18".48' 09/2611 El W2 PVCS.- RMW Eetrmioo7crLtolt' ba. 1W.M pinus— ASTM F 679 I8•m4B• EI00.2 PVCS-,w ' Ribbed rn iI/10n0 100• Serer phm Doahk wd Ad—W S-Ta MP Dm"WO Corm d ASMF27M 2413W 11110n0 100- Po Sewer T'bwa Advrcad 3 Laffm HPLn WaB ASM F2764 306 to 6r 03/16/11 Srrl Rdef.,.d bee w C.TaA C—&.68"Pd" ASTM F2562 24'm 72• Cated ie pba ' 0m'mfam T lte ASTM F 1216 0570319 .w 6 Plein pip, mvi wFtV.(.h Ndr41 Lina SPL Dan 017 ASTMF-1216D-M3 052916 Caedia Pba . oW3 maAatiaaT 'nVSA bEwTed-im ASTMF 1216 FdddFaem Cldlam' 3 ba. 111318 Fold dFotm' tWMmee Taelaote' fm. ladtdaem'NaP ASTM F-1304 F9W Farm Aawkr pim k Jec !Lino, 17/0/100 F.) Farm I "a PVC a ASTM F•1501 18"/1 1867 06D9I03 1 Feid aad Farm ' Mft Elf Md0od ASTMF-1504.F-)P7 m Ir diamine P01{S P1M - Pei ba 1 P(M Cap.,Pieawm Way.NJ.. Aao.vad P.vi—w McCome03 Melw Caa4aw:Yae P Tette Previ I TBS TrowNeu oamrlS Pal Cada A meed Pee,) c -4 7/ / MOM Adveeead yatems, Medd 51 0712/93 ) d 3 Peod.wad Spaea, i 04/17A74 Cacada watawata Nue maml 09nY10 tamW4 'isPaat Pipeline Swdh1wa. m4 <-2, OWtM10 S4 I lea rd Gw-dvpeen " Up <{ 1 Steel C4pnt Pa-rM 41 Pewalwa Uymi <laga I /31 D72511 E S dem s. I. SewarGard2tORS LA 0210-1.33 1711411 s 13t d T..Wd CadM Fnmb 2030 d 2100 Seth" 04A415 lemdarAaa7e tine bmtoa Pmmde 40ASTMa-117 D.-&l.t WATER 1- t EI-Il Cembiedm AcAdreValor GAl&—m he- Atd Vamm Vdve.Mede1935 A9TMA126Cka$ASTMA 1'd:2- E!.11 ICembbdee At etre Vane M Co. Avnd V—Vdvac Model No.A5, 1/2'.V Q 2' M-il Caddldr 'Aabue Vahe Vda dPeimaC APCD Y113 YUSC d 1147C t'ra3• F07/23M El-07 IDoet0e lmal7ldep Sar ' Prod=me. MW—WJdaF" AWWAC153lC110 E147 Dwt7e!rte Fiirit G nP' Pnalmts Co. MceNioal lait Fmb AWWACkl0 EI-0T Du.tlatmfi' McWanelf la I/dae UtOtea Divbiwa Medlk9ldet SSB CIa4a 350 AWWAC153.C110C111 EI-07 MIF" si Co. Chu 350 CAS3 M1fi AWWAC153 4"-28" Aav Cam 350 C_U3 MIF' AWWACI53 4•-Ir BI-07 owtikhl6u Reetvioaa Fudmr.BcJUd- Uel- Sdr14W AWWACtIMS3 4•EI-24 PVCJawtRwlfu Fad Mela tBocCAl- Usim1500Ctcw W AWWAC11UC153 4'.24"<P EI-07 I)uea7ehw)crier Rmtraub 0.Bk bo. 1 Dee Bolt Redramad Lim AWWACIII/C161CIS3 4•.12• 07!29!12 33-11.1! Dom! ldecbetid 10101 ReNm1 EHM Iee. Smialloo(f .Pipe) AWWACUIVIdC113 4`m42" 02/29/12 7}11-11 PVC amt R..Il F>jM ]m. Seria2000(fa PVC AWWACIIUC116/C153 4•b 4' 060514 BI.07 IMa1—d J.MRecipe Gleed+ SiM Co. 3iyma0ae•Iak AhaEriuu113obtRamaisa AWWACIIIIC153 8".24" Bdlbs syro (Dmmmd Lot 21 A Ruh Falia 10112110 BI-74 Iataior Remdoedlmpt5 StB Tet0-d godueb Tae 900) ASTMF-1624 rMir OKn&m6 El d7 MseEamd laetF' SlpMadrid Jed Fa&V AWWA 53 4".24" 1)07n6 33.11-11 '14.1.mlJoW Glyde Shr Pmdan.lm. PVC&. 'Sedr4000 ( I I I PIpa11d W24/2015 Page 2 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:01414017 STANDARD PRODUCTS LIST Approval Spec No. Clussi6eation _— _ Manutadww Medd No. N ItIonai_spoc Slee J3-11-05(QIMM V .Raliod W V wlm Geaa AMira A-Coad _ Selo Mll #14-20247 1171382 'Raiiaawdw Gw V*. Flex S dm2lXmd3eiu2536 AWWACSIS 3•edw _ _ tVllA9 .RwiYadW V Aamks Plow Camel _�.-... Sala 2320&7324 "MM 1 AR'WAC313 27 20-276' ..NDIINF _ R4uliN Wada Ow Vi" -_. Amwimldwr Coe0d Saia73lb(�l1-211217)_ AWWACSIS 16' IO24M0 81-26 'Itea3wW Go Val" Mmimt FW- _ .Saw 1700 •�] I AW WA C313 4'a Ill 1w3m4 w Cft VdV Aoaira Flow CoMd 4r d4rAPC7mo AWWACSIS 42".d6r 1 E1-26 RawltdW GM VaM Ammar AVK Aaaaria' VKRn16w Said GV AWWA C509_,. 4'.1' OIGM02 RI-26 R.A.0W OW Vi" - Aamicw AVK 20'8-2ww0a ... _.. _ _ -M Rm2iw Go"Val". 4'•lr • RI-26...,_ R.Mm Surd am.VIN. _.._ MAH --- - +—.. 0-W ai-76gpow swarf Gw Vale Ca _ 4'-Il" _ Rog"W94F Grp Valor M.A.C. _ 3-dw AZ361(SP 6647), AWIVA C513 16' Ota"I_ Raii.=WN Gk VA. Ndlwc. _ Saiw A2360 f.Ir.2'(SD 670F AW WA CS33 _ 16`ad aReOa 05/1103 —� R-lim Was CbVal" __. _ Moeda co a 7t36'GSit _AWWAC313 OlA1N6 .X.Aw wwo Gab V.I. y Idd Co WMg Q•A4r C.515 _ AWWACSIS 43'wd49* OV11M El-26 IR.MMWtdm Gia Vi" Cbw Vd"C.. AWW fJ09 _ r-Ir MUM -� I W 0M V*" Cbw V.M Co. 16• GY 5O G AW W . 1P 1 -. IRdiwwad,Gw Vi" Cloy Vd"C.. Cl'w RW V.I.a(3DP216311 AWWACSIS 26'mdtaadia 11/29M I *--ial Wad,GO Val" CIowVain cod Cbw3'AMIC-513 AWWACSIS —37ud3Y.ma7 1VSW12 ?-- A.6.Wd,OieVi"_ CkwVi"C' ClowVal"Modei263! AWWAC515 2d'a4C u3 O"V91 _ I. Italliw sold Gw Vahe_.__..... Swclmw Val"A FNbp .._ A"ACSa.Atmw•ewArM r•12' EI- .R.1-i NOW Gla Vs1" .� US.Aga and Fwm6y Co _._ MtaaaW 730.n1Iwmm5F1.M 3-b1P 1 __• 6 33-12.20 'R.Mw3wMGia Valve I ET dada W t1 Gmvd"Aldwp 7 _ El•30 Swbd Vi" Hsr FwR Co. AWWA GSW 26• El-M Strd VaM M.A.C. _-. -' AWW -506 i _..aw3u 1111N➢ 1 81-30 Stud VaM� 4Dmo0t Vivo G. AW WAC-Sd/ 24'edltttw 06H2M I EI-30 V Val" Ywhmtic Vdvtad Wimic A..'-Boty Val" AWWA C-SG bW' D/N6107� El-M Fbb.Said BW.&v Yalva_ _- - MAS/Viva _ _ ._MAH SM.630 A 1450 AWWAC-704 Mr%411" _ _ 3/171%r Wry Samalbt Statim - _ I WwrAu 820 Wwr5awoSr3tom _.�_ 1w1a7 5.1.12 DjybmgdfnHy&W Vt1" ! 76w.3.1 96.1!560 ANM1VAG _. Milo E-1.11 Bandl•, Maim Dake Val" Sbg No.96-tSAt AWWAG502 09/50.87 11,142 Budpl Cbw .D-ims AWWAGS02 07/17191E-1-12 Brd l'ie Aa>.rim AVlC CaaurY -� � 2700 AWWA •501 _ Ow4a1 �I-11 Bold Fie _- Clow Caoaaegi DI035 D30/76.83036 AW WA 202 17rTR_ Vd" 1.DJ07t7FW - A A - -... -v- U1T __ EI.11 Br�a�_Pils-Fi _ _ T6e3i Va.CO®egr— _ No.13a76 AWWAC-502 ._.. 1O11U17 &1.12.... D Band F6. 1 y MoeOa Comorr ^_ .., A�23 CmNm 1 AWWA G5O2 Shap Dwwiq FH-12 011ls= E1.12 U Huns Phe doer __ _ MoeOa Caagwr i AJI]Swa Camufm 100 AWWA C-502 _ IOA9a1 )'vl-IS IbmlFWR US, t ShmDtaabeNo.%0250 AWWA Gml_ 09/16!1 1-I2 Bmrd Pke _ WYuma _ No.SK740M AWWA G502 OV12n6 33.1240 DyRwdpwuydu tlAWa tm250 OVUM Stride ___..-._ Sa M* "17 N11-C.W D.M. SW& _ O7MM 33.12.10 DmWt Sddt uda DR25Dabta DISd&. AWWA 1"-r SV .2r 10,2747 Qeb Muer Viw 51eDoeald 61 IOOMT A 610MF -314•ad V IW27187 Meer Viw -__.-.....__...__ Md)Wd ,� 46038.66068,6100M,610NDd and 6101M _ iw wdr KIM= CradT Saddle wilt Dwbk SSS JCM ba. H06Dwbtt Rad SS Sadie I"•Y'T m wl2' 017/11/12 1}17.73 T Sleevt Casted JcmkA ftk&lw. 411 Twd1e Sltm FSS AWWA C-M uyw3Pw/lr Oot OS71W11 T 'aw ...._ towersal- 3690AS{PlaNelA3690M1 --- 4'x td 16' 07!19/1 73-1223 T CwledS — ._ Romw . M240 AWWA P2, 137 Uo.J1'n/1P Oa @n9(11 33.11-35 S1w" R— SST SWL%.Seel 1 AW WAP2, b N'W21'Oat 07/M112 3}32-23 T -_ Raw ---- urmsowmsbd { AWWAC-113 U.b Ww/712' 0snani ._.._ Jgbl Pawssei 1132adjawlt-L-Cbs `. 4`.3(• Ot ►bluBm mb lid _DFWI'hdaly- _ DFW37G12-IEPAFFTW Bat 5/d 13Fw Pbidah, _ DFW39C•IZ4EPAFP7W �- Ot13ad6 iPW&Mwu9mw9Casmdmlid -... T— DFw Pbtda be t I)MM-14-IFJAFFM .--_ _..___. 1 -_.— ICmada Mora Bea__ BwAHm. 503781. 7111tI1D-9 _�.. Caeweu 3Amamt _ _ _-B-Allen CMB-It-DW l4161.R)A _ Baa AHm CM8638651317 LIDA �Polvtldrvlene Encasanent 33-11-]0(01!08/131 �---- �_ `� -i---- _ i607/i2105 E1.11 PoY44WOMBwmed -----flewd Facktebt Fdtm Fstawba - AWWAC103 1ml LLD _ 0inm Ei-13 i E—al Mgtmtaie Suftf' e,QW dAEPbd � Stadudlladwac I AWWA CI05 -4 -_1m311D 05!17/05 EI-13 ftymbSl.w Eoaaseot r Awbdrdw f &dltlotebl CM MBoRAGurc�'. AWWAC105 1200[1D 0185/93 510!-S IDebctadeetMwa 100013r CkkVd.t AWWA C350 1'•10' -Ow106 1 'Drive Vtrda121eebe _ H--Y W xWk DO.Vada/ AW WA CTOI CLn 1 3:4'•6' HO'3Es 'Fr'm hodaat fiR ' __- W 'Fdls[ M'Hew's¢C33FVC b td to 24" w w am® renew era re �`---- amu -�i7iq wwan`m9�'Wbae sp.c3utirt bspteAepdocaA m bdWW a put ddw Creztm Ctmaa Daamum dtm*m ddmTub"Spteaoadm miawd&the Pat Wwi Wa MpamoW,Strdwd spdo dwa ad dx Fm W.4 Wm Dww...Ws PteAaa Wtsd appmNddm yadh pro6aa w®Mhwdmd.npiamm adds l'a2okd 3paMptlm wbe4w wmr dr tFw'ide PlAm aemdeFon Wank Wam asmdwdSpe Piadwalitt, rm um ak m IYe Fm Waa1k Wam Pop od W2402015 Pap 3 2014 CIP Year 3 - Contract 3 City Project#02694 Street by Street Paving Improvements Quantity Determination Spreadsheet Paving Improvements Bid Item Description Specification Unit NE URBAN Total No. Section No PKWY DR 0241.0401 0241.0401 Remove Concrete Drive 0241 13 SF 10495 1040 11535 0241.1100 0241.1100 Remove Asphalt Pvmt 0241 15 SY 14059 0 14059 0241.1300 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 8719 953 9672 0241.1700 0241.1700 Pavement Pulverization 0241 15 SY 0 2307 2307 3123.0101 3123.0101 Unclassified Excavation by Plan 31 2316 CY 1545.4 0 1695.4 3211.0112 3211.0112 6" Flexible Base, Type A, GR-1 Traffic Control 32 11 23 SY 0 0 240 3211.0400 3211.0400 Hydrated Lime 3211 29 TN 322.8 0 322.81 3211.0502 3211.0502 8" Lime Treatment 38 lbs/SY 3211 29 SY 16990 0 16990 3213.0105 3213.0105 10" Conc Pvmt 3213 13 SY 14904 0 14904 3213.0205 3213.0205 10" Conc Pvmt HES 3213 13 SY 619 0 619 3212.0303 3212.0303 3"Asphalt Pvmt Type D 32 12 16 SY 0 2307 2307 3213.0401 3213.0401 6"Concrete Driveway 32 13 20 SF 0 1040 1040 3216.0101 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 0 953 953 3217.5001 3217.5001 Curb Address Painting 32 17 25 EA 26 3 29 3291.0100 3291.0100 Topsoil 3291 19 CY 681.2 122.1 803.3 3292.0100 3292.0100 Block Sod Placement 32 92 13 SY 6131 1099 7230 3305.0107 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 15 0 15 3305.0108 3305.0108 Miscellaneous Structure Adjustment Meters 33 05 14 EA 13 0 13 3305.0111 3305.0111 Valve Box Adjustment 33 05 14 EA 20 5 25 3346.0008 3346.0008 4"Pie Underdrain, Type 8 33 46 00 LF 3 0 3 9999.0000 9999.0000 10'Curb Inlet Top 33 49 20 EA 3 0 3 9999.0000 9999.0000 20'Curb Inlet Top 33 49 20 EA 1 0 1 9999.0000 9999.0000 10" Concrete Driveway SF 10495 0 10495 9999.0000 9999.0000 Remove/Salvage/Restore Grate Inlet EA 1 0 1 9999.0000 9999.0000 Miscellaneous Utility Adjustment(Irrigation) LS 0 0 1 9999.0000 9999.0000 Construction Staking LS 0 0 1 9999.0000 9999.0000 Construction Allowance Paving) LS 0 0 1