Loading...
HomeMy WebLinkAboutContract 49737 FORT WORTH 3-L PROJECT MANUAL FOR THE CONSTRUCTION OF Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main Part 1 City Project No.01226 Betsy Price David Cooke Mayor City Manager Kara L. Shuror Interim Water Department Director Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department 2017 James DeOtte Engineering,Inc. r l,ll\ r IN 4 5 6 9 Offh 1 W RECORD 9 f�41f RECEIVED o • r OCT 3 2011 CITYOFFORTWOnTH 0 CITYSECRETARY 8 � 9Sb � Z FORT WORTH City of Fort Worth Standard Construction Specification Documents wo �„ 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 0011 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 00 45 41 Small Business Enterprise 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 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 0132 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures .R 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey (MODIFIED) 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised February 2,2016 City Project No.01226 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS w Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 33 -Utilities 33 01 31 Closed Circuit Television(CCTV)Inspection/Contractor Observation Log 33 39 60 Liner System for Sanitary Sewer Structures 33 99 99 Wastewater Stop Logs Division 99—Additional Specifications 99 99 00 Construction Allowance Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj ectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20- '"� %20Construction%2ODocuments/Specifications Division 02 -Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment « Division 03-Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) .., 03 34 16 Concrete Base Material for Trench Repair Division 31 -Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 25 00 Erosion and Sediment Control 31 37 00 Riprap Division 32-Exterior Improvements 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 3292 13 Hydro-Mulching, Seeding,and Sodding Division 33 -Utilities 33 01 30 Sewer and Manhole Testing .t. 33 01 31 Closed Circuit Television(CCTV)Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation,Embedment, and Backfill 3305 13 Frame,Cover and Grade Rings 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel"Casing Pipe 33 05 23 Hand Tunneling CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Mon Revised February 2,20I6 City Project No.01226 w 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 14 Buried Steel Pipe and Fittings 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 31 50 Sanitary Sewer Service Connections and Service Line 3339 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 49 10 Cast-in-Place Manholes and Junction Boxes Appendix GC-4.01 Availability of Lands 1. Recorded Easements(available on Buzzsaw): https://t)roiectpoint.buzzsaw.com/client/fortworthgov/lnfrastructure Projects/01226 - Sanitary Sewer Main 257,Upper and Middle Village Creek Parallel Relief Main,Part 1/Bid Documents Package 2. Novikoff, Sewell,Pickard,Moeller and Cate Properties site requirements 3. Sanders Property site requirements GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities 1. Barnett Gathering V Party Line Crossing Agreement 2. Tarrant County Utility Permit 3. Construction Limitations on Oncor Electric Delivery Company Right of Way GR-01 60 00 Product Requirements 1. City of Fort Worth Water Department's Standard Product List w 2. Wager 1800 Odor Control Sewer Valve Schedule Quick Reference Guide for Contractors Schedule Guidance Document w� END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised February 2,2016 City Project No.01226 M&C Review Page I of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA Fu�H COUNCIL ACTION: Approved on 9/26/2017 - Ordinance No. 22946-09-2017 7 Resolution No 4852- 09-2017 DATE: 9/26/2017 REFERENCE NO.: C-28412 LOG NAME: 60M257P1- SJLOUIS CODE: C TYPE: NON-CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Contract with S.J. Louis Construction of Texas Ltd., in the Amount of$8,125,899.00 for Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 1, Provide for Project Costs, Materials Testing and Contingencies for a Total Project Amount of$8,870,607.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution expressing official intent to Reimburse Expenditures with proceeds of future debt for the Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 1 Project; 2. Adopt the attached appropriation ordinance increasing estimated appropriations in the Water and Sewer DPN Fund in the amount of$8,870,607.00; and 3. Authorize execution of a contract with S.J. Louis Construction of Texas Ltd., Inc., in the amount of $8,125,899.00 for Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 1. (City Project No. 01226) DISCUSSION: Due to growth in the southeast part of Fort Worth and the wholesale customer cities of Burleson and Crowley, additional wastewater capacity is required to meet the anticipated demand. The proposed sanitary sewer main will begin north of Everman-Kennedale-Burleson Road and east of Anglin Drive and end South of Shelby Road. The alignment generally follows Village Creek for approximately 11,300 linear feet. This project was advertised for bids on June 8, 2017 and June 15, 2017 in the Fort Worth Star- Telegram. On July 27, 2017 the following bids were received: Bidder Amount Time of Completion S.J Louis Construction of Texas, Ltd. $8,125,899.00 450 Calendar Days Thalle Construction Company $8,491,950.40 Oscar Renda Contracting, Inc. 1$9,198,289.50 Circle C Construction Company $9,281,410.00 Mountain Cascade of Texas, LLC 1$9,299,192.00 Ark Construction Services $9,976,343.00 Bar Constructors, Inc. 1$10,406,353.60 http://apps.cfwnet.org/council_packet/mc review.asp?ID=25122&councildate=9/26/2017 9/27/2017 M&C Review Page 2 of 3 In addition to the contract amount, $582,190.00 is required for project management, material testing and inspection and $162,518.00 is provided for project contingency. This project is 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 2017-2021 Five Year Capital Improvement Plan on January 24, 2017, Mayor and Council Communication (M&C G-18927). 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 Statement, 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 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. 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. Construction is anticipated to commence in November 2017 and be completed by February 2019. The overall project budget is estimated to be $12,103,166.00. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project will have no impact on the Water Department's Operating Budget when complete. M/WBE OFFICE—S.J. Louis Construction of Texas, Ltd., is in compliance with City's BDE Ordinance by committing to five percent MBE participation. The City's MBE goal on this project is five percent. The project is located in COUNCIL DISTRICT 8. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water& Sewer DPN Fund for this project. The Water& Sewer DPN Fund includes authority of$100,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer, the balance will be $91,129,393.00. Funding for the Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main, Part 1 Project as depicted in the table below. http://apps.cfwnet.org/council_packet/mc review.asp?ID=25122&councildate=9/26/2017 9/27/2017 M&C Review Page 3 of 3 Fund Existing Additional Project Total* Appropriations Appropriations 2016 Water and Sewer $1 168,700.00 $0.00 $1,168,700.00 Bond Fund 56005 F IF Clean Water SRF Fund $442,172.00 $0.00 $442,172.00 59602 -IF Sewer Capital Fund - $1,621,687.00F $0.00 $1,621,687.00 Legacy 59607 Water& Sewer DPN $0.00 $8,870,607.00 $8,870,607.00 Fund 56014 11 Project Total $3,232,559.00 $8,870,607.00 $12,103,166.00 * Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Kara Shuror(8819) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 601VI257P1 SJL 1295 Form.pdf 60M257P1 SJLOUIS Map.pdf 60M257P1-SJL0UIS-REIMB RESOLUTION.doc 60M257Pl-SJLOUIS 60 AO 17.docx http://apps.cfwnet.org/council_packet/mc review.asp?ID=25122&councildate=9/26/2017 9/27/2017 N CJ ."d Cs N vl i71 N eI� O a 6 3 � � — C? c - 3 � 3 0 0 0 Q p Q 00 codco Z m m m 0o m m 0 0 0 W } W > N >- Hm — e4H m C a9/o W m W m W m TT T ++ — a+ J a+ — 4 a = Q a a = Oj to Y a 4. QLMLL Q O d Ln � d - - Crn y - - aYai Q aYai p - - p IY p 14 r-I N to tD LL LL LL LM ®® ®' CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos.1-4 and 6 if there are interested parties. 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. 12017-248761 S.J.Louis Construction of Texas,Ltd. Mansfield,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 08/11/2017 being filed. ed: nowled City of Fort Worth Date Ackv �( 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 01226 Sanitary Sewer Main 257 Upper and Middle Village Creek 5 Parallel Relief Main Part 1 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling intermediary S.J.Louis,LLC Wilmington.DE United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and cored ERICA ELAINE GARZA Opp' Ve �-Notary Public,State of Texas Comm.Expires 03 01-2420 Notary ID 130760853 Adam H.Lunsford,Vice President Sign of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said Adam H.Lunsford ,this the 111th day of August 20__1-7 __,to certify which,witness my hand and seal of office. �• c �(� Erica E.Garza Notary Signature of o cer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 0005 10-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. M&C insert shall be on blue paper.] .� 8 9 10 rr 11 12 13 14 15 w 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part l Revised July 1,2011 City Project No.01226 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO.1 SANITARY SEWERMAIN 257 UPPER AND MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIN PART I CTTY PROJECT NO.01226 ADDENDUM RELEASE DATE: June 21,2017 ORMINAL BID OPENING DATE: June 29,201.7 -- REVISED BID OPENING DATE: July 27,2017 INFORMATION TO BIDDERS: �. The Plans and Project Manual for the above mentioned project are revised and amended as follows: PROJECT MANUAL SECTION 00 1113: INVITATION TO BIDDERS Revised bid opening data to"JU Y29 2017" in lieu of"JUNE 29,2017*. Please acknowledge receipt of the Addendum in the following looations: (1) In the space provided below (2) In SECTION 00 4100: BID FORM on Page 3 of 3 is Part 7 Bid Submittal.. (3) Indicate in upper case letters on the outside of the sealed bid envelope: '"RECEIVED&ACKNOWLEDGED ADDENDUM NO.I" Failure to acknowledge the receipt of Addendum No. I could cause the subject bidder to be considered "NON RESPONSIVE",resulting in disqualification. RECEIPT ACKNOWLEDGED: KARA.L.SHUROR INTERIM DIRECTOR By: By: 102 R KASAVIM P.R. Title: Adam H.Lunsford,Vice President PROJECT MANAGER 201402E M.257 Pt1 Addendum t-2017-06-21 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO.2 �. SANITARY SEWER MAIN 257 UPPER AND MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIN PART 1 CITY PROJECT NO. 01226 ADDENDUM RELEASE DATE: June 11,2017 ORIGINAL BID OPENING DATE: June 29,2017 REVISED BID RECEIVED DATE: July 27,2017 INFORMATION TO BIDDERS: The Plans and Project Manual for the above mentioned project are revised and amended as follows: PLANS A new set of plans has been posted in the Buzzsaw website,here is a list of what has changed: 1. Sheet 3: a. Project Specific Notes: i. Note 4 on schedule submittal have been updated. ii. Additional Notes 11 through 17 have been added. b. Bypass Pumping Notes: �* i. Additional flow monitoring results have added for M-295 and M-423*. Contractor should note that this Addendum will remove Bid Item 40 for Bypass Pumping and Note#12 will apply for this to be subsidiary to the project. .. 2. Sheet 14: Note on Ex. M-295"next upstream SSMH is 1,220 LF". 3. Sheet 16 through 20: Additional CSS backfill has been added to facilitate construction to be completed prior to the site restoration requirements between: a. Station 34+96.05 to station 41+40 i. This includes the 10"Barnett Gathering gas line crossing in that area. b. Station 44+25.51 to station 56+48.11 c. Station 60+54.35 to station 67+68.71 4. Sheet 25: Note on Ex. M-423* "next upstream SSMH is—800 LF". 5. Sheet 26: Manholes at Sta. 73+55 & 78+65.96 to be City Standard 5' dia.MH's in lieu of Type A manholes. 6. Sheet 27: Manhole at Sta. 82+77.94 to be a City Standard 5' dia.MH in lieu of a Type A M. manhole. 7. Sheet 28 Details(Sheet 1 of 3): a. Note: 8"minimum wall thickness for 84"diameter manholes with flat top slab. b. Note: All frames and covers to be 30" Sewer Cover HD composite manhole ring and cover or approved equal polymer cover. M-257 Ptl Addendum 2-2017-07-11 _. 8. Sheet 29: Additional Notes for Details D203 &D204: a. Note#1 has been updated to state,"Casing pipe for 60"FRP Class SN 72 carrier pipe OR TUNNEL LINER PLATE B.O.T.O.C. to have a minimum casing steel I.D. of 86"in lieu of 96". i. The note in the profile views has also been updated to reflect 86"on Sheets 15 and 21 through 25. b. Note#2 has been corrected to state, "Space between casing spacers shall be a maximum of 6eet"in lieu of 6 inches. 9. Sheet 30: New Odor Vent Detail for the 84"dia. MH's w/flat top slabs to be used on the 84"dia. MH's with flat top slabs at Sta.41+04.63, Sta. 67+68.71, Sta. 73+95.79,and Sta. 95+76.41. The vent is subsidiary to the cost of those structures. PROJECT MANUAL 1. Specification Section 00 4100 Bid Form: Section 4 for Time of Completion shall be 450 days in lieu of 270. 2. Specification Section 00 42 43 Proposal Form: An excel file of the revised Specification Section 00 42 43 Proposal Form has been posted to Buzzsaw and a copy include with this addendum. a. Bid Item No. 2 for 60"FRP quantity is now 5,653 LF in lieu of 7,714 LF. b. Bid Item No. 3 for 60"FRP w/CSS backfill quantity is now 3,459 LF in lieu of 1,378 ... LF. c. Bid Item No. *7A has been updated to state, "86"Casing..."in lieu of 96". d. Bid Item No. *713 has been updated to state, "86"Tunnel Liner Plate..."in lieu of 96". e. Tree Removal: Contractor should note that should they want to remove any additional trees not indicated on the plans that they need to follow the procedures in Specification Section 31 10 00 Site Clearing and in particular under Section 1.4.13.1. "Hold a preliminary site clearing meeting and include the Contractor,City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting." and under Section 303.13. "Following taping and prior to any removals or site clearing, the Contractor shall meet with the City,the Engineer and the Landowner, if necessary,to confirm trees to be saved." i. Bid Item No. 25 for 6"-12"Dia. Tree Removal quantity is now 382 EA in lieu of 229. ii. Bid Item No. 26 for 12"-18"Dia. Tree Removal quantity is now 51 EA in lieu of 31. iii. Bid Item No. 27 for 18-24"Dia. Tree Removal quantity is now 18 EA in lieu of 14. iv. Bid Item No. 28 for 24"and Larger Tree Removal quantity is now 16 EA in lieu of 13. v. Bid Item No. 29 for Tree Protection Temporary Construction Fence quantity is now 6 EA in lieu of 2. f. A duplicate Bid Item No. 35 for Topsoil has been removed. Topsoil for this project should incorporated into Bid Items No. 51 &52 site requirements as outlined in the Appendix GC-4.01. M-257 Ptl Addendum 2-2017-07-11 Addendum No.2 g. Bid Item No.40 for Bypass Pumping will not be used. Contractor should note that Bypass Pumping for this project will be subsidiary to the project per Plan Sheet 3 Bypass Pumping Note#12. h. New Bid Item No. 56 for 4"Sewer Service Reconnection for 2 Each has been added. ,r 3. Specification Section 00 45 40 MBE Specifications: There is a 5%goal. A replacement Sheet 1 of 2 is included with this addendum. 4. Specification Section 00 45 41 SBE Specifications: There is a 0%goal. This section can be -- removed. 5. Specification Section 00 52 43 Agreement: Section 3.2 for Final Acceptance shall be 450 days in lieu of 270. • 6. Appendix GC-4.01: a. There are two separate documents addressing property specific site requirements. b. The 3-page Samuel Robert Noble Foundation letter dated August 9,2010 applies to the .. Novikoff, Sewell,Pickard,Moeller,and Cate properties generally between—Sta. 35+00 to—Sta. 56+50. This has been included and labeled for clarity. These requirements are to be paid for by Bid Item No. 51. c. The 5-page Land Preparation and Restoration Requirements fax copy dated 06/14/2012 applies to the Sanders property generally between—Sta. 60+50 to—Sta. 67+50. This has been included and labeled for clarity. These requirements are to be paid for by Bid Item No. 52. CLARIFICATIONS 1. M-257 D-R shall be 33-inch diameter and 36-inch diameter will not be an allowable substitute size. 2. Type"A"manholes shall be used per City Standard Detail D211 with a rectangular 2' x 3' opening in the top of the pipe and a round opening at the top of the manhole. 3. CLSM shall be used for Steel Casing or Tunnel Liner Plate per City Standard Detail D204. ... 4. Contractors should note on Sheet 29 there are Additional Notes for Details D203 &D204 and that Note 4 states, "Location specific designs per Specification Section 33 05 21 or 33 05 22 will be submitted by the contractor with design calculation prepared by a licensed engineer." �. 5. The use of 4"thick mud slab under structures shall be used per the Geotechnical Reports recommendations if after excavation the time to place the structure foundation is prolonged for more than 24 hours. Otherwise, Contractor is to follow the Geotechnical Report's .. recommendations along with City Standard Details and Specifications. 6. Per Specification Section 00 21 13, Section 3.2.,"Each Bidder unless currently prequalified,must be prepared to submit to City within seven(7)calendar days prior to Bid opening,the .* documentation identified in Section 00 45 1.1,BIDDERS PREQUALIFICATIONS." Additionally, Specification Section 00 45 12 must be completed with the bid submittal for all Prime and Sub Contractors for the Major Work Type categories listed. 7. Bid Item No. 12 for 5' Manholes to be used on M-257 D-R on Sheets 26&27 at Sta. 73+55, 78+65.96, & 82+77.94. 8. Bid Item No. 13 for 5' Type A Manholes to be used on M-257 P on: �* a. Sheets 15 at Sta. 19+75.76&22+05.09 b. Sheets 16 at Sta. 29+75.14 c. Sheets 18 at Sta. 51+32.82 M-257 Ptl Addendum 2-2017-07-11 Addendum No.2 9, Bid Itaallo.33 for 4' Steal Tube Pence"be uW for the removal and replacement for e pipe rail fence around the Timberview Golf Club property as called out on the plans on Shears 2I to 23. 10. The Proposal Material Supplier Information Dorm in the Project Manual looated directly after Specification Section 00 42 43 will be completed and submitted at the time of the bid. 11. Contractors should note the modified Specification Section 017123 Construction Staking and Survey and the associated additional requirements as outlined in the accompany documents following that modified Specification, „ 12. The interior coating for this project shall be per specification Section 33 39 60 Liner System for Sanitary Sewer Structures. 13. Contractors should note the additional Specification Section 33 99 99 Wastewater Stop Logs and in particular Section 3.2 requires,"...a stainless-steel lifting device shall be supplied for each log width provided." Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below. (2) In SECTION 00 4100: BID FORINT on Page 3 of 3 in Part 7 Bid Submittal. (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 b disqualification. RECEIPT ACKNOWLEDGED: KARA L.SHUROR INTERIM DMECTOR 1004 R KASAiVICl3„P.B. Title; Adam H,Lunsford,Vice_President PROJECT MWAGER M-257 Al Addendum 2-2017-07-10 Addendum No.2 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO.3 SANITARY SEWER MAIN 257 ""' UPPER AND MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIN PART 1 .0 CITY PROJECT N0.01226 ADDENDUM RELEASE DATE: June 21,2017 ORIGINAL BID OPENING DATE: June 29,2017 REVISED BID RECEIVED DATE: July 27,2017 INFORMATION TO BIDDERS: The Plans and Project Manual for the above mentioned project are revised and amended as follows: PLANS New Sheets 16 thio 20 and Sheet 29 have been revised to ElftM City SA--w# amd.l> D003 f depth CSS backfill in lieu of D005 for deep trench CSS back$ll PROJECT MANUAL r 1. An updated excel file of the entire Bid Proposal Workbook has been posted to Buzzsaw, 2. Specification Section 00 42 43 Proposal Form: a. Bid Item No.3 for 60"FRP w/CSS backfill: i, The description has been added for CSS backfill pfD-005. H. The quantity is now 878 LF. *• b. New Bld Item Na 57 for 60"Fiberglass Sewer Pipe,CSS Backfill per D003 (Class SN- 72)for 2,381 LF has been added. 3. Specification Section 017123 Construction Staking and Survey. Under Section 1.3 A.I I.the .■ definition of Redline Survey shall also include: Contractor's surveyor shall be responsible for recovering and verifying all horizontal and vertical control as referenced on the plans. Field notes documenting this verification shall be provided to the City Inspector. Additionally,the contractor surveyor shall locate vertical control established at CP#150 W'iron rod at N 6910746.444,E 2350622.255, Elev 596.928 and insure that vertical control is consistent with the vertical control on this contractor's contract. M-257 PH Addendum 3-2017-07-21 4, Specification Section 33 99 99 Wastewater Stop Loge: a. Contractor should ignore the Section 5 Schedule table and refer to the structural.Plan Sheet details for the dimensions that need to be accommodated for the stop logy. b. Six(6)stop logs shall be provided per each individual rail. CLARIFICATION The Prc&ct area is generally bounded by these roadways: I. Everman/Kennedalc Road to the North. 2. Shelby Road to the South .. 3. Timberview Drive&Anglin Drive to the West. 4. Dick Price Road to the East. 3. Rofzrenoe overall layout Sheet 5. �. Ploase acknowledge receipt of tib+Addendum in the following locations: (1) In the space provided below. (2) In SECTION 00 4100: BID FORM on Page 3 of 3 in Part 7 Bid Submittal. (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 "NONRESPONSIVE",resulting in disqualification. RECEIPT ACKNOWLEDGED: KARA L.SHUROR INTERIM DIRECTOR By: 13y: IOA�XASAVICH,PE. Title: Adam H.Lunsford,Vice Pres ident PROJECT MANAGER -- M-257 Ptl Addendum 3-2017-07-21 Addendum No.3 an 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 s' 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Sanitary Sewer Main 257 Upper and Middle Village Creek 5 Parallel Relief Main Part 1, City Project No. 01226 will be received by the City of Fort Worth 6 Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street +•■ 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST, Thursday,June 29,2017,and bids will be opened publicly and read aloud 13 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 20 LF 78"Fiberglass Sewer Pipe(Class SN-72)by open cut 18 7,714 LF 60"Fiberglass Sewer Pipe (Class SN-72)by open cut 19 1,378 LF 60"Fiberglass Sewer Pipe,CSS Backfill(Class SN-72)by open cut 20 1,359 LF 60"Fiberglass Sewer Pipe(Class SN-72)with 96"Casing or Tunnel Liner 21 Plate by other than open cut 22 20 LF 36"Fiberglass Sewer Pipe(Class SN-72)by open cut 23 268 LF 33"Fiberglass Sewer Pipe(Class SN-72)by open cut 24 144 LF 33"Fiberglass Sewer Pipe, CSS Backfill(Class SN-72)by open cut 25 511 LF 33"Fiberglass Sewer Pipe(Class SN-72)with 60"Casing or Tunnel Liner 26 Plate by other than open cut ■• 27 38 LF 8" Sewer Pipe by open cut 28 29 PREQUALIFICATION 30 The improvements included in this project must be performed by a contractor who is pre- 31 qualified by the City at the time of bid opening. The procedures for qualification and pre- 32 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 33 34 DOCUMENT EXAMINATION AND PROCUREMENTS 35 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 36 of Fort Worth's Purchasing Division website at http://www.fortworth og v.org_/purchasing_/and 37 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 38 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 39 suppliers. The contractor is required to fill out and notarize the Certificate of Interested "^ 40 Parties Form 1295 and the form must be submitted to the Project Manager before the 41 contract will be presented to the City Council.The form can be obtained at 42 https://www.ethics.state.tx.us/tec/1295-Info.htm . 43 44 Copies of the Bidding and Contract Documents may be purchased from James DeOtte 45 Engineering,Inc. which is as follows at 2201 Dottie Lynn Parkway, Suite 119,Fort Worth,Texas �. 46 76120: 47 48 The cost of Bidding and Contract Documents is: CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 23,2015 City Project No.01226 001113-2 INVITATION TO BIDDERS Page 2 of 2 a� 1 Set of Bidding and Contract Documents with full size drawings: $100 per set 2 Set of Bidding and Contract Documents with half size(if available)drawings: No half size 3 available. '^ 4 5 6 PREBID CONFERENCE 7 A prebid conference may be held as described in Section_00 21 13 -INSTRUCTIONS TO 8 BIDDERS at the following location,date, and time: 9 DATE: June 21,2017 10 TIME: 10:00 A.M. 11 PLACE: 311 West 10th Street 12 Fort Worth,Texas 76102 �. 13 LOCATION: Traffic Engineering Conference Room A 14 15 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 16 City reserves the right to waive irregularities and to accept or reject bids. 17 18 INQUIRIES 19 All inquiries relative to this procurement should be addressed to the following: 20 Attn: John Kasavich,P.E.,City of Fort Worth 21 Email: John.Kasavich@fortworthtexas.gov 22 Phone: 817-392-8480 -� 23 AND/OR 24 Attn: Jim DeOtte,P.E.,James DeOtte Engineering,Inc. 25 Email: jimdeotte@deotte-eng.com _. 26 Phone: 817-446-6877 27 28 ADVERTISEMENT DATES 29 June 8,2017 30 June 15,2017 31 32 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised December 23,2015 City Project No.01226 a� 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 ■r 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 w 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 f�,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 "a 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://projecipoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%o2OPregualification/TPW%2OPaving 42 %20Contractor%2OPrequalification%2OProgram/PREOUALIFICATION%20REO 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 hLps://t)rojecipoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 48 %20Contractor%2OPrequalification%2OProgram/PREOUALIFICATION%20REO 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?12ublic CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised August 21,2015 City Project No.01226 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 �s 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 hgps:Hproieclpoint.buzzsaw.com/fortworthgov/Resources/02%20- 4 4 %20Construction%2ODocuments'Contractor%2OPrequalification/Water%2Oand%2 5 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre 6 gual%20requirements.doc?public 7 8 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 9 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 10 45 11, BIDDERS PREQUALIFICATIONS. 11 12 3.2.1. Submission of and/or questions related to prequalification should be addressed to 13 the City contact as provided in Paragraph 6.1. 14 15 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 16 bidder(s)for a project to submit such additional information as the City, in its sole *• 17 discretion may require, including but not limited to manpower and equipment records, 18 information about key personnel to be assigned to the project, and construction schedule, 19 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 20 deliver a quality product and successfully complete projects for the amount bid within 21 the stipulated time frame. Based upon the City's assessment of the submitted - 22 information, a recommendation regarding the award of a contract will be made to the 23 City Council. Failure to submit the additional information, if requested,may be grounds .. 24 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 25 notified in writing of a recommendation to the City Council. 26 27 3.4.In addition to prequalification, additional requirements for qualification may be required 28 within various sections of the Contract Documents. 29 30 Special qualification required for this project include the following: 5 recent references 31 of Contractor indicating successful application of coating product(s)of the same material 32 type as specified herein,applied by spray application within the municipal wastewater .. 33 environment. References shall include at least the following: owner name,City 34 inspector name and phone number,project name/number, size and linear footage of 35 sanitary sewer main,manhole diameter, structure dimensions and number of each, square lisp, 36 feet(or vertical feet)of product installed, contract costs, and contract duration. 37 Contractor must demonstrate a successful history of installing the product in structures of 38 similar size and scope. 39 40 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 41 42 4.1.Before submitting a Bid,each Bidder shall: 43 44 4.1.1. Examine and carefully study the Contract Documents and other related data 45 identified in the Bidding Documents(including "technical data"referred to in NAN 46 Paragraph 4.2.below).No information given by City or any representative of the 47 City other than that contained in the Contract Documents and officially 48 promulgated addenda thereto, shall be binding upon the City. .. 49 on CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised August 21,2015 City Project No.01226 on w 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 2 site conditions that may affect cost,progress,performance or furnishing of the 3 Work. 4 5 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 6 progress,performance or furnishing of the Work. 7 4.1.3. 8 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 9 contiguous to the Site and all drawings of physical conditions relating to existing 10 surface or subsurface structures at the Site(except Underground Facilities)that 11 have been identified in the Contract Documents as containing reliable"technical 12 data" and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 13 at the Site that have been identified in the Contract Documents as containing 14 reliable "technical data." 15 .r 16 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 17 the information which the City will furnish.All additional information and data 18 which the City will supply after promulgation of the formal Contract Documents 19 shall be issued in the form of written addenda and shall become part of the Contract 20 Documents just as though such addenda were actually written into the original 21 Contract Documents.No information given by the City other than that contained in 22 the Contract Documents and officially promulgated addenda thereto, shall be 23 binding upon the City. 24 25 4.1.6. Perform independent research, investigations,tests,borings,and such other means 26 as may be necessary to gain a complete knowledge of the conditions which will be 27 encountered during the construction of the project. On request,City may provide 28 each Bidder access to the site to conduct such examinations, investigations, 29 explorations,tests and studies as each Bidder deems necessary for submission of a 30 Bid. Bidder must fill all'holes and clean up and restore the site to its former 31 conditions upon completion of such explorations, investigations,tests and studies. 32 33 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 34 cost of doing the Work,time required for its completion,and obtain all information 35 required to make a proposal. Bidders shall rely exclusively and solely upon their 36 own estimates, investigation,research,tests,explorations,and other data which are 37 necessary for full and complete information upon which the proposal is to be based. .r 38 It is understood that the submission of a proposal is prima-facie evidence that the 39 Bidder has made the investigation, examinations and tests herein required. Claims 40 for additional compensation due to variations between conditions actually 41 encountered in construction and as indicated in the Contract Documents will not be " 42 allowed. 43 44 4.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or dW 45 between the Contract Documents and such other related documents. The Contractor 46 shall not take advantage of any gross error or omission in the Contract Documents, 47 and the City shall be permitted to make such corrections or interpretations as may «� 48 be deemed necessary for fulfillment of the intent of the Contract Documents. 49 50 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 51 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised August 21,2015 City Project No.01226 002113-4 INSTRUCTIONS TO BIDDERS ` Page 4 of 10 1 1 4.2.1. Those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings,if any,on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 r 7 4.2.2. Those drawings of physical conditions in or relating to existing surface and 8 subsurface structures(except Underground Facilities)which are at or contiguous to _ 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. Copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents,but the"technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any"technical data" or .• 17 any other data,interpretations,opinions or information. 18 19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 20 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means,methods,techniques, sequences or 23 procedures of construction(if any)that may be shown or indicated or expressly required 24 by the Contract Documents, (iii)that Bidder has given City written notice of all _ 25 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 27 etc.,have not been resolved through the interpretations by City as described in 28 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 33 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work,Etc. 38 39 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work — 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities,construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for _ 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised August 21,2015 City Project No.01226 00 002113-5 INSTRUCTIONS TO BIDDERS No Page 5 of 10 1 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- ,,r 3 of-way, easements,and/or permits are not obtained, the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. �w 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way,easements,and/or permits,and shall submit a schedule to the City of how am 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda "" 13 14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions r. 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. on 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 in 22 Address questions to: 23 24 City of Fort Worth 25 200 Texas Street on 26 Fort Worth,TX 76102 27 Attn: John Kasavich,P.E.,Water Department 28 Fax: 817-392-8195 as 29 Email: John.Kasavich@fortworthtexas.gov 30 Phone: 817-392-8480 31 no 32 6.1.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 33 City. 34 35 6.2.Addenda or clarifications may be posted via Buzzsaw at: 36 hos://projecipoint.buzzsaw.com/client/fortworthgov/Infrastructure Projects/01226 - 37 Sanitary Sewer Main 257,Upper and Middle Village Creek Parallel Relief Main,Part .. 38 1/Bid Documents Package 39 40 6.3.A prebid conference may be held at the time and place indicated in the Advertisement or 41 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 42 Project. Bidders are encouraged to attend and participate in the conference. City will 43 transmit to all prospective Bidders of record such Addenda as City considers necessary 44 in response to questions arising at the conference. Oral statements may not be relied 45 upon and will not be binding or legally effective. 46 .w s CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised August 21,2015 City Project No.01226 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7. Bid Security 2 3 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 4 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 5 the requirements of Paragraphs 5.01 of the General Conditions. 6 7 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 8 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 9 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 10 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 11 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 12 other Bidders whom City believes to have a reasonable chance of receiving the award 13 will be retained by City until final contract execution. 14 15 8. Contract Times 16 The number of days within which, or the dates by which,Milestones are to be achieved in •�. 17 accordance with the General Requirements and the Work is to be completed and ready for 18 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 19 attached Bid Form. 20 21 9. Liquidated Damages 22 Provisions for liquidated damages are set forth in the Agreement. 23 24 10. Substitute and "Or-Equal" Items 25 The Contract, if awarded,will be on the basis of materials and equipment described in the 26 Bidding Documents without consideration of possible substitute or"or-equal" items. 27 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 28 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 29 City,application for such acceptance will not be considered by City until after the Effective 30 Date of the Agreement. The procedure for submission of any such application by Contractor 31 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 32 Conditions and is supplemented in Section 0125 00 of the General Requirements. ,.. 33 34 11. Subcontractors,Suppliers and Others 35 36 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 37 12-2011 (as amended),the City has goals for the participation of minority business 38 and/or small business enterprises in City contracts. A copy of the Ordinance can be 39 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and 40 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 41 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 42 Venture Form as appropriate. The Forms including documentation must be received 43 by the City no later than 2:00 P.M. CST,on the second business days after the bid 44 opening date. The Bidder shall obtain a receipt from the City as evidence the 45 documentation was received.Failure to comply shall render the bid as non- 46 responsive. 47 48 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person » 49 or organization against whom Contractor has reasonable objection. 50 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised August 21,2015 City Project No.01226 ,� .rw 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 12. Bid Form 2 .� 3 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 4 obtained from the City. 5 w 6 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 7 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 8 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 9 price item listed therein. In the case of optional alternatives,the words "No Bid," 10 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 11 written in ink in both words and numerals,for which the Bidder proposes to do the 12 work contemplated or furnish materials required.All prices shall be written legibly. 13 In case of discrepancy between price in written words and the price in written 14 numerals,the price in written words shall govern. 15 �. 16 12.3. Bids by corporations shall be executed in the corporate name by the president or a 17 vice-president or other corporate officer accompanied by evidence of authority to 18 sign. The corporate seal shall be affixed. The corporate address and state of 19 incorporation shall be shown below the signature. 20 21 12.4. Bids by partnerships shall be executed in the partnership name and signed by a �s 22 partner,whose title must appear under the signature accompanied by evidence of 23 authority to sign. The official address of the partnership shall be shown below the 24 signature. 25 26 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 27 member and accompanied by evidence of authority to sign. The state of formation of 28 the firm and the official address of the firm shall be shown. 29 30 12.6. Bids by individuals shall show the Bidder's name and official address. 31 .. 32 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 33 indicated on the Bid Form. The official address of the joint venture shall be shown. 34 35 12.8. All names shall be typed or printed in ink below the signature. 36 37 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of w 38 which shall be filled in on the Bid Form. 39 40 12.10. Postal and e-mail addresses and telephone number for communications regarding the 41 Bid shall be shown. 42 43 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 44 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 45 to State Law Non Resident Bidder. 46 +r CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised August 21,2015 City Project No.01226 am 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 13. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 3 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, am 4 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 5 envelope,marked with the City Project Number,Project title,the name and address of 6 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 7 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 8 envelope with the notation"BID ENCLOSED" on the face of it. 9 10 14. Modification and Withdrawal of Bids 11 12 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 13 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 14 must be made in writing by an appropriate document duly executed in the manner 15 that a Bid must be executed and delivered to the place where Bids are to be submitted 16 at any time prior to the opening of Bids. After all Bids not requested for withdrawal .. 17 are opened and publicly read aloud,the Bids for which a withdrawal request has been 18 properly filed may,at the option of the City,be returned unopened. 19 20 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 21 time set for the closing of Bid receipt. 22 23 15. Opening of Bids 24 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 25 abstract of the amounts of the base Bids and major alternates(if any)will be made available 26 to Bidders after the opening of Bids. 27 28 16. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award '■" 30 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 31 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 32 33 17. Evaluation of Bids and Award of Contract 34 35 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 36 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 37 and to reject the Bid of any Bidder if City believes that it would not be in the best 38 interest of the Project to make an award to that Bidder, whether because the Bid is oft 39 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 40 meet any other pertinent standard or criteria established by City. City also reserves 41 the right to waive informalities not involving price,contract time or changes in the 42 Work with the Successful Bidder. Discrepancies between the multiplication of units 43 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 44 between the indicated sum of any column of figures and the correct sum thereof will 45 be resolved in favor of the correct sum. Discrepancies between words and figures 46 will be resolved in favor of the words. 47 r CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised August 21,2015 City Project No.01226 .. 0021 13-9 INSTRUCTIONS TO BIDDERS .� Page 9 of 10 1 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 2 among the Bidders,Bidder is an interested party to any litigation against City, 3 City or Bidder may have a claim against the other or be engaged in litigation, 4 Bidder is in arrears on any existing contract or has defaulted on a previous 5 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 6 Bidder has uncompleted work which in the judgment of the City will prevent or 7 hinder the prompt completion of additional work if awarded. 8 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 10 other persons and organizations proposed for those portions of the Work as to which 11 the identity of Subcontractors, Suppliers,and other persons and organizations must 12 be submitted as provided in the Contract Documents or upon the request of the City. 13 City also may consider the operating costs, maintenance requirements,performance 14 data and guarantees of major items of materials and equipment proposed for 15 incorporation in the Work when such data is required to be submitted prior to the 16 Notice of Award. 17 18 17.3. City may conduct such investigations as City deems necessary to assist in the 19 evaluation of any Bid and to establish the responsibility,qualifications,and financial 20 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 21 organizations to perform and furnish the Work in accordance with the Contract 22 Documents to City's satisfaction within the prescribed time. 23 24 17.4. Contractor shall perform with his own organization,work of a value not less than 25 35%of the value embraced on the Contract,unless otherwise approved by the City. 26 27 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 28 responsive Bidder whose evaluation by City indicates that the award will be in the 29 best interests of the City. 30 31 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 32 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 33 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 34 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a ,. 35 comparable contract in the state in which the nonresident's principal place of 36 business is located. 37 38 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 39 to be awarded,City will award the Contract within 90 days after the day of the Bid 40 opening unless extended in writing. No other act of City or others will constitute 41 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by "! 42 the City. 43 44 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 45 46 18. Signing of Agreement 47 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the �- 48 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 49 Contractor shall sign and deliver the required number of counterparts of the Agreement to 50 City with the required Bonds,Certificates of Insurance,and all other required documentation. .. 51 City shall thereafter deliver one fully signed counterpart to Contractor. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 .,, Revised August 21,2015 City Project No.01226 go 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 uw me 1 2 3 4 END OF SECTION oft CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised August 21,2015 City Project No.01226 am 003513 BID FORM Pie:i of 1 .. SECTION 00 3613 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 taw. 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. htp./Mnww.ethics.sta*.tK,us/forma/CiQ.Ddf h#g./Aitww.ethics.stole-.be.ugf—orm,s/C[S.vdfi ❑ CIO Form is on file with City Secretary Q CIO Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary Q CIS Form is being provided to the City Secretary BIDDER: S.J. Louis Construction of Texas, Ltd. By: Adam H. Lunsford 520 South 6th Avenue Signature: 0 Mansfield,TX 76063 Title: Vice President END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle village Creek Parallel Relief Main 257 "^ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Form Revised 20120327 City Project No.01226 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 286 134th Leg., Regular Session. OFFICEUSEONLY This questionnaire is being tiled in accordance with Chapter 176,Local Govemment Code,by a vendor who Dem Recomw has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.00B(a). By law this questionnaire must be filed with the records administrator of the WW govemmentel entity not later than the 7th business day atter the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Uxat Government Code. A vendor commits an offense M the vendor knowingly violates Section 176.006,Local Government Code.An offense under this section Is a misdemeanor. 1 Name of vendor who has a business reMonship with local governmental entity. .a NIA 2 r-1 Check this box if you are film an a ate to a previously filed ire. a law requires that Mean updated Y g Pd P �Y questionnaire.(The asci you plat completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which N/A you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the Information Is being disclosed. aw NIA Name of Officer 4 Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by section 176.003(a)(2XA} Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form ..�.. CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income,from the vendor? C -1 Yes C] No B. Is the vendor receiving or likely to receive taxable income,other than investment Income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes FX 1 No Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership Interest of one percent or more. -N/A 6 �^ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts NIAID as described in Section 176.003(a)(2)(8), excluding gifts described In Section 176.003(0). 7 � Adam go Lunsford,Vice President 07J29/2017 Sign tura v ven sing business with the governmental entity ^� Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11rJ012015 CONFLICT OF INTEREST QUESTIONNAIRE '® For vendor doing business with local governmental entity A complete copy ofChapter 176 of the Local Government Code may be found at httplMmw.statutes.legis.state.tx.ust Docs/LWhtm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government 03176.001(1-a1:"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an ..� agency of a federal,state,or local governmental entity; (8) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Load Govemment Code 6176.003(al(2)(A)and(Bl: (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor 9, ,.. (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income,that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; ._ or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (I) a contract between the local governmental entity and vendor has been executed;or (ti) the local governmental entity is considering entering into a contract with the vendor. Wall Gogern,owt Code 1176JM(s)and(0-11 (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local govemment officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government offioer of that local goverrimental entity,or a family member of the officer,one or more gifts with the aggmgaWvalus specified by Section 176.003(a)(2)(8),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local govemment officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. r Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11x30/2015 "` .� LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Dais Received in accordance with Chapter 176,Local Government Code. 1 Name of Local Government Officer N/A .. 2 Office Held N/A Name of vendor described by Sections 176.001(7)and 176.003(a),Local Government Code N/A a Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. N/A 5 List gifts accepted by the local government officer and any family member,if aggregate value of the gifts accepted from vendor named In item 3 exceeds$100 during the 12-month period described by Section 176.003(a)(2)(B). ® Date Gift Accepted N/A Description of Gift_j�jjg Date Gift Accepted N/A Description of Gift WA Date Gift Accepted N/A Description of Gift__MIA (attach additional forms as necessary) 6 AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. i admwrledge that the disclosure applies to each family member(as defined by Section 176.001(2),Local Government Code)of this local government office►. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(6).local Government Code. NJA Signature of local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me,by the said NIA this the NIA day of KJA —.2o N/A ,xo certify which,witness my hand and seal of office. -- N/A NIA NL& Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A"local government officer"is defined as a member of the governing body of a local governmental entity;a director,superintendent, administrator,president,or other person designated as the executive officer of a local governmental entity;or an agent of a local governmental entity who exercises discretion in the planning,recommending,selecting,or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m.on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003,Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3.Name of vendor described by Sections 176.001(7)and 176.003(a),Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A),Local Government Code;b)has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B),Local Government Code;or c)has a family relationship with the local government officer as defined by Section 176.001(2-a),Local Government Code. oft 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named In item 3. Describe the nature and extent of the employment or other business �. relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A),Local Government Code,and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a),Local Government Code. 5. List gifts accepted,If the aggregate value of the gifts accepted from vendor named In item 3 exceeds$100. List gifts accepted during the 12-month period(described by Section 176.003(a)(2)(B),Local Government Code)by the local government officer orfamily member of the officer from the vendor named in item 3 that in the aggregate exceed$100 ... in value. 6.Affidavit. Signature of local government officer. two Local Government Code S 176.001(2-a): "Family relationship'means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity,as those terms are defined by Subchapter . . B,Chapter 573,Government Code. Local Government Code 4170.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a -- family member of the officer that results in the officer or family member receiving taxable income, other than investment income,that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. On Form provided by Texas Ethics Commission www.ethics.state.U.us Revised 11/31/2015 00 41 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: Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main Part 1 City Project No.: 01226 Units/Sections: All 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 ,,, Form Revised 20150821 City Project#01226 004100 BID FORM Paps209 d. "coercive practice"means harming or tiveatening to harm,directly or indirectly, persona or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequallfication The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Tunneling-96"and smaller b. Sewer Interceptors,60-inches and smaller c. Liner System for Sanitary Sewer Structures(Warren) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 450 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 4100 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 4512 g. Conflict of Interest Affidavit, Section 00 3513 'If necessary,CIO or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders -. 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 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 ft extended amounts. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Form Revised 20150821 City Project 001228 —• DD 410D SO FoFtm S PapaSof9 3 f 2� gq9 -2L 6.3. Total Bid $ f�'!" `" f ► 7. Bid Submittal This Bid is submitted on July 27,2017 by the entity named below. Respectfull su mitted, Receipt is acknowledged of the Initial following Addenda: _ By: Addendum No. 1:06/21/2017 �,- gnature) Addendum No.2:07/1112017 c- Addendum No.3:07/21/2017 �- Adam H. Lunsford lAddendum No.4: (Printed Name) Title: Vice President Company: S.J.Louis Construction of Texas, Ltd. Corporate Seal: Address: 520 South 6th Avenue Mansfield,TX 76063 State of Incorporation: Texas Email: Adam H&SJlouis,com Phone: 817-477-0320 END OF SECTION 40 1.4 CITY OF FORT WORTH Sanitary Sewer Mail 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS part 1 ,� Fon"Revised 20150821 City Projed#01228 alaY SECTION 00 4243 PROPOSAL PWM UNIT PRICE BID Bidder's Annlication Boftx.m Uzi or Ow so 0=4111"Mspenrsrlms.m.N4 r U.1?doe adYeK ~' 1 9999.0001 78"Fiberglass Sewer Pipe(Class Sh-72) 33 31 13 LF 20 5456.00 $9,120.00 2 3331,47011 W Fibargian Sewn Pipe(Class SN-72) 333113 LF 5,553 5353.00 51,995,509:00 3 3331.4708 80"Flberglass Sawa Pipe,CSS BadM per DOM(Class SN-72) 33 31 13 LF 878 5392.0 $344,178.00 4 3331.4421 36"FuAwglass Sewer Pipe(Class SN-72) 33 31 13 IF 20 $249,00 54,980,0 5 9899.0002 33"Fbarons Sara Pipe(Class SN-72) 333111 IF 2w $233.00 562,444.00 6 0999.0008 33"Fipagiaes Sawn Pipe,CSS BaddFu(Clsss SN-72) 33 31 13 LF 144 5289.00 541.818,00 T 3331 Al IS Sr Sawar Pipe 33 11 10,3331 1'2;33 3120 LF 38 $60.00 $2,280.00 '7A 9889 0004 SW CUM By Other Than Open Cut 330521 LF 1,3591 No pfd No Bid "7B 9999.0005 88"Tunnal Ora Plate By Other Than Open Cut 330522 LF 1,359 '8A 3305.1208 WCasing By Other Then Open Cut 330521 LF 511 No Sidt.16Me Bid '8H 3305.1205 80"Turmal Ltnar Plate By Other Than Open Cut 330622 LF 511 'Contractar to provide Unit Prft"ld Value tar only one of to pips nutorial alternates nor Items 7 b 8 00 NOT PROVIDE UNIT PR10EMID VALUES FOR EACH ALTERNATE 9 33305..3017 SW Sewer Carrier Pipe(FRP Class SN-72) 330524 LF 1359 S43 OO 3592,32400 1Q 9999.WW 33"Saver Carrier Pipe(FRP Class SN-72) 330524 LF 511 SMO $151,255.00 11 3339.1001 4'Manhole(Including Oatley d"PVC badtwaler valva) 33 3910,3139 20 EA 2 54,800.00 59,800.00 12 3339.1101 6 Manhole 33 3910,333970 EA 3 58,700.00 $20,10.0 13 3339.1105 5'Type A Manhole 333910,3339210 EA 4 39,800 00 539,200,00 14 19M.Ow 84"Ura.Mertnde 33 3910,33$9 20 EA 12 513.$0000 $163,200.00 15 3936.2001 Sanitary Sewer Junction Structure(Ste 10+21.68) 333910,333920 LS 1 $2'8,0000 $206.000.00 16 3339.2001 Sarktary Sewn Junction Struc turn(Sta,114+52 76) 33 3910,333920 LE 1 1158,000,00 $156,000,00 17 3399.1 L103 4 Extra Depth Manhole 33 3910,33 39 20 VF 18 SIW 0 51,80,0 18 3339.1103 S Extra Depth Manhole 33 3910,33 39 20 VF 87 $158.00 $13,746.00 ..` 19 9999.00W 84^E*a Depth Manhole 33 3910,3339 20 VF 182 5489.00 470,218.00 20 IOM,0009 33"Sewer Abandonment Plug 024114 EA 2 11.000.00 52.000,00 21 0241,0500 ROrnomFence 024113 LF 3,180 $1.00 53,180,00 22 0241.201 Sanitary Lha Grouting 024114 CY 54 $180.00 58,840,00 23 0241.2202 Remove V Sewer Manhole 024114 EA 2 s$004.0 $4,000.00 24 0330.0001 Cohcreta Encase Sewer P pe 03 30 00 CY 24 IlleaW $3,840-00 25 3110-0102 t3'L17 D)ametar Tree Removal 31 1000 EA 3n 990.00 $34,30,00 26 13110.0103 12"-18 O ameter Trac Removal 31 IOW EA 51 $130 OG $4,W0.00 27 3110.0104 113'-24" Diamete Tree Removal 311000 E4 1s 118000 13,240.00 28 3110.0105 24"and larger Tree Removal 31 1000 EA 16, $43000 ss,moo 29 9999 0010 Tum Prptection Temporary Construction Fens 312500 EA 6 5300.00 51,800. 20 3125:0101 $WPP a sena 31 2500 LS 1 621,000.OD $21,000. 91 3137,0103 Large Stone Rlprap.grouted(12"-18") 3137 00 BY 300 59000 127,00010 32 1=1.0123 8'Chain Link,Akrrrintm 32 31 13 LF 1.250 $3.00 $3,750.00 33 13231,0141 4 Steed Tube Fens 32 31 13 LF 1,480 $13:00 41191MOD 34 3231.0211 Barbed Wire Fence,Meal Posts 323126 LF I 45DI $4.00 $1,800.00 35 9999.0011 Proparty Matti Gate 32 3128 EA 15 $1,500,0 524,000.00 38 3292.0400 Seedmg,Hydromulch(Sanmxis) 329213 BY 94.908 $0.50 $47,454.00 - '30 3301.0001 Pre-CCTV Inspection 330131 LF 11,227 $2.00 524,454.00 38 3301.0002 Pos1CCTV inspection 330131 LF 11,452 $1.00 $11.452.00 39 13301.0101 Manhole VacuernTesting 330130 EA 23 510.00 52.300,0 40 NCT U I .. fit 13306.0104 Gmund Water Cor1Vo1 330510 LS i $1:OC 31.0 ct7 Y s>:t-noN w aa� PROPOSALFxORM UNIT PRICE BID Biddaes Annlication PM]Mftmwxwmlft >+ grater trot sal-� ung of eia tlar Paan ea V*X No men= Q-1. 42 3305.0109 Trench Safety 330510 LF 8,582 $0,50 54,741.00 43 3305.0110 UtMy Markers 330625 LS 1 52,000.0D $2,000.00 44 3305.0112 Carraata Collar(4'Die.) 330517 EA 2 $50000 St,000,00 45 3305,0112 Concrete Collar(5 Dia.) 330517 EA 7 $SW000 $4,200.00 48 3305.0112 Concreea Collar(a4"Dia.) 330517 EA 12 $700001 $8.400.00 47 3305,0115 Vac Am Ex=vaaon 330530 EA 4 $1,000.00 $4,000.00 3339.0001 Manhole Uner(5'Dia Ws)(Warren Ernrkorxnanfal 5301-14 Epoxy 33-3960 VF 129 $220.00 528.380.00 Corrosion Protection Or Approved Equal) 49 3334,0001 Mamie Uner(W'Die:MH's)(Warren l rwWa mentat 5301 14 Epoxy 33 39 80 VF 234 5310.00 872,540.00 Comrsiw Protedkm Or Approved Equal) �,. 30 3939.0002 Stuattra User(www Eavim mMal 5301-14 Epoxy Corroalorl 333980 SF 4,200 81400 558,800.00 Protedion Or Approved EwW) 51 wwuuiz mes mm Appendix LS i $1.00 $1,00 52 9994.0013Sanders Properly aka requirements Appendix LS 1 S10a 81.00 53 4894.0014 Gwwktrrdion Staking 017123 LS 1 520,000.00 $20,000.00 54 99993015 C•onstn cklon Survey 0171 23 LS 1 $5,000.00 55,000.00 55 9499.0018 Camkudion Alb4mce 89.99 00 LS 1 $180.000.00 5150,000.00 58 3331.3311 4"Sewer Service,Reconnection 3331 M EA 2 52,500.00 $5,000.00 Mi .r 57 3331 4709 SM Fftrl$ass Sewer Pipe,CSS SaUsfill per D003(Class SN-72) 3331 13 LF 2881 .ice Teta)Old ..•• .r r 1s n.r PROPOSAL MATERIAL SUPPLIER INFORMATION FORM FRP PIPE The pipe supplier information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. �-RC�c Sl T-H orm7.<o.J 4 6,t,0142 1 t'z w T-ti 4 Name of Manufacturer LLC r'`S not ss{ Type of Pipe Gem Ct3 Home Office Address of Manufacturer Location of plant in which pipe and fittings are to be manufactured —� 11043�3 61Q Fft3t�G par, .}to 1 SECTION 00 43 13 Bill BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) S.J.Louis Construction of Texas, Ltd. hereinafter called the Principal,and(Surety Name) Liberty Mutual Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid and No/100 Dollars ($ 5% GAB .00), the payment of which sum will be well and truly made and the said Principal and the said Surety,bind ourselves, our heirs,executors,administrators,successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main Part 1 4" NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to 0" the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in 4" accordance with the proposal or fails to Satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal,this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between 4" Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 216t day of jui~Y. ,2017. By: S.J.Louis Conittruction of Texas, Ltd. -I. Ixin�.,A of11, ,--e Pre-sident (Signature and Titie of Principal) "By: Dcerty bual Insurance CD4an Igna ure of Attorney-of-Fact) .a `Attach Power of Attorney(Surety)for Attorney-in-f=act impressed Surety Seat Only END OF SECTION as .n CITY OF FORT WORTH Sanitary Sewer Mem 257 Upper and Mlddle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS part 1 Form Revised 2011 D527 City Proied 101220 LIMITED PARTNERSHIP ACKNOWLEDGMENT State of Texas 'y 99. �. County of Tom. J( On this �7'�"' day of 'sr , ©17,before me personally appeared Adam H. Lunsfemd to me/mown who being by me duly sworn, that he/she is the Vice D39d,d of the S.J. Louis Construction ofTexas,Ltd.the Limited Partnership described in and which executed the foregoing instrument,and that he/she signed his/her none thereto by order of the Board of Governors of said Limited Partnership. b MCA ELAINE GARZA .a• Vie,; Notary Public,State of Texas tary Public Tatrmt County, Texas Comrn,Expires 0$•01-2020 My commission expires 08/01/2020 MON, Notary ID 130760853 ACKNOWLEDGMENT OF CORPORATE SURETY State of T 4" ss. County of DOU On this 24st day of Ju4y ,2b 17,before me appeared V.Delene Marshall to M flea*bwwn wb&being by me drily sworn;did say that(s)he is the Attorney-in-Fact of Liberty Mutual Insurance Companya corporation,that the seal affixed to the foregoing instrument is thecorporate seat of said corporation and that said instrument am was executed in behalf of said corporation by authority of its Board ofDirectors;and that said V.DeLeft Marshall acknowledged said instrument to be the free act and deed of said corporation. "-' & HUNTER N ft ftj ftbdTvm Notary Public Dallas County, Texas tihrEar !" �t� 1 My commission expires t><3N2/.—21 'r► s�i�'' 9"7 ID 125322= THIS POWER OF ATTORNEY IS NOT VAUD UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named i"r%and they have no aulhority to bind the Company except in the manner and to the extu heiaW stinted. Certi14ce%e No.7767462 Liberty Mwualf lesafata C.ogwy ... The OW Cavity!tame Company A*dom Insurance Company POWER OF ATTORNEY .. KNOWN ALL PERSONS BY THESE PRESENTS;That The Ohio Casualty insurance Comparhy is a corporation duly organized under the laws of the State of New Mangisttir'e,that Liberty Mutual Insurance Company Is a corporation duty organized under the Idws of the State of Massachusetts, and West American hrsurance Company is a corporaft duly organized under the laws of the State of tndlem(herein collectyvety called the"Companieal,pursuant to and by authority herein set".does hereby name,constitute and appoint, Don E.ComeN•!Wly A.ff9gtmqN Picardo,J.Rayne: trinie Hunter Tbia McE idlOMW all of o city of t-ahtae ,state of TX eadt Widish&*lf two be more then one teamed,Its true-and koful aftlow IA cornice,exeoft sit,aoknowWP n. and deliver.for and on its behalf as awaty and as its act and dead,sly and all undertakitlgs,bonds.recagMxances and other surely obBgaf ms,in pursuance of these presents and shall be as bintling upon the Companies as If they have been duly signed by the president and attested by the sacretary of the.Companies in their ow proper persons. IN WITNESS WEREOR this Power of Atomey has been subscribed by an authorized ofioer or official of the Companies and the coMorele seals of the Companies have been affixed thereto the Lft day of Mit ., 2017 -tv iAlSjF i r XNSE,Q ,NSUR?� z The Ohio Casualty Insurance Company ' o tst9 191 h99h Uberty Mtrtusi Insurance Company West Apwtan Insurance Company 1 * # # BY David M.C ,Assistant Secretary STATE OF PENNSYLVANIA ss = R COUNTY OF MONTGOMERY Cr On this 1thh day of.May 2 l7 before me personally appeared Devid M.Caney,who acknowlexiged himself to be the Assistant Secretary of Liberty Mutual insurance } L m Comoany.The Ohio Casualty Company,and West American Insurance Company. and that he,as such,being authorized so to do,execute the foregoing Instrument for the purposes p therein contained by signing on belhat of the corporations by himself as a duly authorized offloer. Wr 4) > IN WITNESS WHEOF,t have hereunto subscribed my name and affixed my notarial a"at King of Prussia.Pennsylvania,on the day and yearftral above w0ben. O RE m �5>► PAS., COMMONWEALTH OF PEhKNSYLVANIA >� wQ•4.t d ��,�C NtAarial3eat Tanrta Pastesa.Notary Pisbk By* C ` Lippe iwutoeTwp..A w"Ontety County Teresa Pestella,Notary Public ` MyC.nnxnilNen Eches March 2e.2D21 O 4RY L4 Morwr m ,PwwaytVwM Asandetlon d Nntenes 01 CL CThis Power of Attorney Is made and executed pursuant toandby authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,liberty,Mutual to y.64Insurance Cortpteety,and West American Insurance Company which resolutions are now in full force and effect reading asiatowr. so CM too G) ARTICLE IV—OFFICERS—Section Q PwrarofAttorney.Arpr oiflcer or otthm otficihal of the Corporation authorized for that purpose In writing by the Chairman or the President;and subject O t to such incitation as the Chairman or the President may prescribe,shah appoint such attomeysdr►•fact,astray be necessa y to act in behalf of the CArporalion to make,execute,sear, t E.C a Rowledge and delver as surely any and all undetialdetgs,boas,recognizatm and other suety obliapoow. Such ahcrneye i 9act sbb d to the aborts set forth h1 their respecM powers of aflormy,shat have.fur power to bind the Corporation by their donakire and execution of any such instruments and to attach thereto the seal of the Corpaat w. When so O rC execided,such instruments shall be as binding as If sigtved by the President and attested to by the 9eoratay.Any power or aufholity Wattled to any represent lin or dfomeyal*fact under > the provisiorrs of this article may be revoked at any time by the Board,the Chairman.the President or by the officer or ottacen glan"such power or aut ortb. ro ARTICLE ltlt—Execution of Co tracts—SECTION S.Surety Bonds and Undertakings.Any officer of the Compaxoy authorized far 1st purpose nr writ by the chairman or the L and sW*ed to suchlimltetim as the chabntwh or the president may prescribe.shall appoint suchatomeys•in-fad,as may be necessary ter act in Wielf of the Cornpany to make �r a t3 seal,acknowledge and ower as surety any and at wideirlakiligs,bonds,rewgnizaaces and other surly obligators. Such adomays-fro-bot subject to.the tirnblions set forth at their z w «����,, „����r,r of attorney;*0 have M powerto bind the Company by#I&signdhee and execution of any such instruments XW b altadh 1teOID ft*W Of the Company. When eo C c exaaded sich nu4vtrtants shall be as tdndrtg as H signed by the president and attested bythe secretary. p Certificate of Designation—The Prssidarht of the Company,acting pwuwt to the Bylaws of the Company.authorizes DoM M.Carey,Assi"A Secretsfy to appoint such atfonne*n- ~ fad as may be necessary to act on behalf of to Cohnpany to make,execute,tet,acknowledge and dekver as surety any and aril underlaldrga,bonds,recopnizances and other surety Obligations. Authorization—By unanimous consent of qhs Company's Board of Directors,the Comnpe M consents that facsimb or meolharkelly reprpgUcsd signature of any assistant secretary of the Company,wherever appearing upon a certilled copy aany power of atomey Issued by dhe Company lo connertim with surety bands,shat be valld and birhalttg upon the Company with the same force and e(isct as though manually affbteci. 1. Rom C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casually Insurance Companx Uberly MuWa{ Insurance Company, and Vlast American Wsurance Company do hereby oortdy oral to anginal paver of attomey all which Noe lomprig is a hod,true and cares copy of the Power of Attorney executed by said Compan'as,Is In full form and affect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day Of 1 41) 5 - r�-(Y INS�yr 4Ja11taSUfr4�. �pt1INS' ! .. o 19121991 t B • gni-Secretary ^` ,af,S,.`kw���yA 6Ja � ,tri' Y 4 '+TnM.t' �• 1 • * # t LMs_izera_oezw7 Liberty. MuttuaL _.._ SURETY TEXAS TEXAS IMPORTANT"NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja; You may call toll-free for information or to Ust�ed puede llamar al numero de telefono gratis make a complaint at para informacion o para someter una queja al •. 1-877-751-2+640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd.,Ste, 400 King of Prussia,PA 19406-2755 King of Prussia, PA 1940€-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages,rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of insurance Puede escribir al Departamento de Seguros .► Consumer Protection(111AA) de Texas Consumer Protection(1 I 1-IA) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin,TX 78714-9091 +** FAX: (312)490-1007 FAX#(512)490-1007 Web. http,jbfflM tdi-texa gov Web: hip:(/u�._w,,l .texas.aov E-mail: ConsumerProtectionn•(@tc texas E-mail: Consumctftotectio tdi.texas.gov PREhf UM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your Si tiena una disputa eoncerniente a su prima o a premium or about a claim you should first un reelamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento(TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a. part or condition of the attached y no se convierte en parte o condition del document. documento adjunto. NP 70 68 09 01 !SAS-15292 96!15 UNANIMOUS CONSENT TO ACTION IN LIEU OF ANNUAL MEETING OF THE MEMBERS AND GOVERNORS OF S. J. Louis, LLC August 22, 2016 The governors and members of S. J. Louis, LLC, by unanimous written consent, take the following action, as if a meeting had been properly called pursuant to notice and all governors and members entitled to vote on the matters presented herein had been present and voting in favor of such action. RESOLVED, that the following persons are hereby appointed or re-appointed to the offices of this Company set opposite their respective names to hold office until their respective successors are chosen and qualify: James L. Schueller President/Chief Manager Les V.Whitman Executive Vice President I General Manager David Dickerson Vice President/South Texas Area Manager Lucas Menebroker Vice President I Houston Area Manager Peter Stahl Vice President/Construction Manager Adam Lunsford Vice President!Construction Manager Justin Whitman Vice President/Construction Manager Donald Meyer Chief Financial Officer/Secretary/Treasurer Philips J. Vailakaill Secretary/Treasurer/General Counsel I Contracts Director Jim Smith Vice President of Equipment and Trucking There are no other officers of S. J. Louis, LLC. RESOLVED FURTHER, the Executive Vice President of the Company shall assume all duties of the President and Chief Manager in the event of the death or disability of the current President/Chief Manager, as defined in that Unanimous Consent dated January 1, 2005. RESOLVED FURTHER, that the President, Executive Vice President, and Chief Financial Officer are hereby authorized and empowered to sign all documents necessary for the performance of the business of S.J. Louis, LLC, the General " Partner of S.J. Louis Construction of Texas, Ltd.. RESOLVED FURTHER, Philips J. Vallakalil as Secretary, David Dickenson,Adam Lunsford, Justin Whitman, Lucas Menebroker, and Pete Stahl are authorized to sign Construction Contracts, Construction Bids, Construction Bonds, final pay estimates and all other documents necessary to construct and manage construction jobs for S.J. Louis Construction of Texas, Ltd. Page 1 of 2 SJ Louis LLC B-22-16 TX Consent RESOLVED FURTHER, Sam Montoya, and Curtis Ostrander are authorized to sign Construction Bids for S. J. Louis Construction of Texas Ltd. projects. RESOLVED FURTHER, that all prior signature authorizations are herein deleted, denied, and superseded by this Unanimous Consent to Action. - RESOLVED FURTHER, all acts pursuant thereto taken by members of the Board of Governors or by Officers of the Company since the last recorded-meeting, are hereby ratified and approved in all respects. IN WITNESS WHEREOF, the undersigned, constituting all of the governors and members of the Company entitled to vote on the matters presented herein, have executed this Unanimous Consent to Action In Lieu of Annual Meeting, effective August 22, 2016. BOARD OF GOVERNORS: �- /Jafnes Schueller, Governor Page 2 of 2 SJ Louis LLC 8-22-16 TX Consent 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-0f-state contractors whose owporate 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 Here or Stank,our principal place of business, are required to be Here percent lower than resident bidders by State Law, A copy of the statute is attached. Nonresident bidders in the State of State Here or , our principal place of business, are not required to underbid resident bidders. B principal place of business of our company or our parent company or majority owner is in the State of Texas. p BIDDER: S.J.Louis Construction of Texas, Ltd. By: Adam H. Lunsford Will, 520 South 6th Avenue 0 (Signature) Mansfield,TX 76063 Title: Vice President Date: July 27=2017 END OF SECTION C17Y OF FORT WORTH Sanlary Sewer Main 257 Upper and Middle Vie Creek Parallel Repot Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Form Ravieed 20110627 CIV Project*01220 004511-1 BIDDERS PREQUALIFICATIONS i Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s)listed with their Bid.Any contractor or subcontractor who is 7 not prequalified for the work type(s)listed must submit Section 00 45 13, Bidder +� 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and +� 11 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March w 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/lMennit/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: .u, 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 w 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 firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. •r 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 References shall include at least the following: owner name,City 40 inspector name and phone number,project name/number, size and linear — 41 footage of sanitary sewer main,manhole diameter, structure dimensions 42 and number of each, square feet(or vertical feet)of product installed, 43 contract costs,and contract duration. Contractor must demonstrate a 44 successful history of installing the product in structures of similar size 45 and scope. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 ,, w 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 (3) Submission of an equipment schedule which indicates equipment under 2 the control of the Contractor and which is related to the type of work for + 3 which the Contactor is seeking prequalification. The schedule must 4 include the manufacturer,model and general common description of 5 each piece of equipment. Abbreviations or means of describing w 6 equipment other than provided above will not be accepted. 7 8 3. Eligibility to Bid 9 a. The City shall be the sole judge as to a contractor's prequalification. 10 b. The City may reject, suspend,or modify any prequalification for failure by the 11 contractor to demonstrate acceptable financial ability or performance. 12 c. The City will issue a letter as to the status of the prequalification approval. 13 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 14 the prequalified work types until the expiration date stated in the letter. 15 r. 16 17 18 19 20 END OF SECTION 21 ■r ao CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 w Revised July 1;2011 City Project No.01226 004512 BID FORM Pape 1 or 1 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work types) listed. Major Work Type Contractor/Subcontractor Company Name �'rr qURii`i�vt.tiCrrl Expiration Date Tunneling.96"and smaller S.J. Louis Construction of Texas, Ltd. 4/30/2018 Sewer Interceptors,60-inches SA,Louis Construction of Texas, Ltd. 4/30/2018 and smaller Liner System for Sanitary DFW Infrastructure 1/31/1018 Sewer Structures (Warren) #REF! The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: °-� S.J. Louis Construction of Texas, Ltd. B . Adam H. Lunsford 520 South 6th Avenue e�A6� 0 (Signature) Mansfield,TX 76063 Title: Vice President Date: 07/27/2017 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creep Parallel Relief Main 267 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 �"" Form Revised 20120120 City Project 1012261 FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. .w Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or -- Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section .. 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring -Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches, and 350 LF or less .. Tunneling- 36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development, 24-inches and smaller Water Transmission,Urban/Renewal, 24-inches and smaller Water Transmission,Development,42-inches and smaller — Water Transmission,Urban/Renewal,42-inches and smaller .. Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller .. CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller .. CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Part 1 Revised December 20,2012 City Project No.01226 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of S MAJOR WORK CATEGORIES,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP,24-inches and smaller Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning ,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Part 1 Revised December 20,2012 City Project No.01226 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: .. 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO - AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to .. complete a contract? If so, state the name of the individual,other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her .. name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Part I Revised December 20,2012 City Project No.01226 P. so 004513-5 BIDDER PREQUALIFICATION APPLICATION ON Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer, director,or stockholder of your firm is an employee of the City, or shares the same household with a City employee,please list the name of the City employee and the relationship. In •�. addition, list any City employee who is the spouse, child, or parent of an owner,officer, stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Part 1 Revised December 20,2012 City Project No.01226 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization .. President Is partnership general, limited,or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which . grants this authority. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Part I Revised December 20,2012 City Project No.01226 �„ wr 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 w� 14. Equipment $ TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 AM 7 8 9 `" 10 11 12 13 14 ,. 15 16 17 18 19 20 21 22 23 24 25 +� 26 27 28 w 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, ,., you may show these 30 types and show the remainder as "various".The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model, and general common description of each. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Part 1 Revised December 20,2012 City Project No.01226 Oft 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 MW r BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force,necessary to verify said statement. being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder .. Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: .. Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Part 1 Revised December 20,2012 City Project No.01226 �4cI'Q�.Cp1AVV,FfBWW'tl, '��,001� Pagc 1 of t 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No.00671. Contractor further certifies that,pursuant to Texas Labor Code,Section 6 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 9 CONTRACTOR: ., 10 I I S.J.Louis Construction of Texan Ltd. By: Adam H.Lunsford 12 Company (Please Print) 13 14 520 South 6th Avenue Sigro re: l5 16 17 MM$W Taw 76083 Title: Vice President 18 CitylStip (P Pry) 19 .a, 20 21 THE STATE OF TEXAS § 222 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority,on this day personally appeared 26 Adam H. Lunsford known to me to be the person whose name is 27 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 28 the act and deed of Vice President for the purposes and 29 consideration therein expressed and in the capacity therein stated. aa1 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 27th day o€ 32 ttY ,2017 n � 33 34 ,...,,., ,.....ter....*.. ' 35 ♦���avpr��ir ERICA ELAINE GARZA - / 36 ad ' Notary Public.State of Texas Notary Public in and for the State of Texas fit , Comm,NotaEy it 0 Expires 01B5D20 38 END OF SECTION w 39 w w CITY OF FORT WORTH Ssr itW Sewer Maio 257 Upper and Middle Yil W Creek Parallel Relief Maio 257 STANDARD CONSTRUCTION SPWIFICAMON DMUM N S Part 1 Reritod July 1.2011 Cady Project No.01226 r� , 004540-1 Minority Business Enterprise Specifications Pagel 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 5%of the total bid value of the contract(Base bid applies to Parks 14 and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an 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 .rr 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 .�, 27 SUBMITTAL OF REOUIRED 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 35 36 37 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised June 9,2015 City Project No.01226 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR -- 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 w ow ow Am CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised June 9,2015 City Project No.01226 we `^ 005243-1 Agreement Page i of 5 1 SECTION 00 52 43 2 AGREEMENT f3 THIS AGREEMENT,authorized on 2 ► 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 S.J. Louis Construction of Texas, Ltd. , i 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 i 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 SANITARY SEWER MAIN 257 UPPER AND MIDDLE VILLAGE CREEK PARALLEL 17 RELIEF MAIN PART 1 18 City Project#01226 19 Sanitary Sewer Project Number: 59607-0700430-01226-001783 20 Article 3.CONTRACT TIME �w i 21 3.1 Time is of the essence. 22 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 23 Documents are of the essence to this Contract. 24 3.2 Final Acceptance. 25 The Work will be complete for Final Acceptance within 450 days after the date when the 26 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 27 3.3 Liquidated damages � i 28 Contractor recognizes that time is of the essence of this Agreement and that-City-will '29 suffer financial loss if the Work is not completed within the times specified in Paragraph 30 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the . 31 General Conditions. The Contractor also recognizes the delays, expense and difficulties 32 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 33 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 34 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 City Six Hundred Fifty Dollars ($650.00) for each day that expires after the time 36 specified in Paragraph.3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 ,.. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised January 6,2017 City Project No.01226 005243-2 Agreement Page 2 of 5 38 Article 4.CONTRACT PRICE 39 City agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of Eight Million One Hundred Twenty Five Dollars 41 ($ $8,125,899.00 ). Thousand Eight Hundred Ninety Nine&00/100-- 42 Article 5.CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between City and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form 49 1) Proposal Form 50 2) Vendor Compliance to State Law Non-Resident Bidder 51 3) Prequalification Statement 52 4) State and Federal documents(project specific) 53 b. Current Prevailing Wage Rate Table 54 c. Insurance ACORD Form(s) 55 d. Payment Bond 56 e. Performance Bond 57 f. Maintenance Bond 58 g. Power of Attorney for the Bonds 59 h. Worker's Compensation Affidavit 60 i. MBE and/or SBE Commitment Form 61 j. Form 1295 Certification No. 2017-248761 62 3. General Conditions. 63 4. Supplementary Conditions. 64 5. Specifications specifically made a part of the Contract Documents by attachment 65 or, if not attached, as incorporated by reference and described in the Table of 66 Contents of the Project's Contract Documents. 67 6. Drawings. .. 68 7. Addenda. 69 8. Documentation submitted by Contractor prior to Notice of Award. 70 9. The following which may be delivered or issued after the Effective Date of the 71 Agreement and,if issued,become an incorporated part of the Contract Documents: 72 a. Notice to Proceed. 73 b. Field Orders. 1 74 c. Change Orders. 75 d. Letter of Final Acceptance. i 76 77 i 1 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Crock Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised January 6,2017 City Project No.01226 f005243-3 Agreement _ Page 3 of 5 78 Article 6.INDEMNIFICATION 79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 80 expense, the city, its officers, servants and employees, from and against any and all 81 claims arising out of, or alleged to arise out of,the work and services to be performed 82 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 83 under this contract. This indemnification provision is specifically intended to operate 84 and be effective even if it is alleged or proven that all or some of the damages being 85 sought were caused, in.whole or in part, by any act, omission or negligence of the city. 86 This indemnity provision is intended to include, without limitation, indemnity for 87 costs, expenses and legal fees incurred by the city in defending against such claims and 88 causes of actions. 89 90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 91 the city,its officers,servants and employees,from and against any and all loss,damage 92 or destruction of property of the city,arising out of,or alleged to arise out of,the work 93 and services to be. performed by the contractor, its officers, agents, employees, 94 subcontractors, licensees or invitees under this contract. This indemnification 95 provision is specifically intended to operate and be effective even if it is alleged or 96 proven that all or some of the damages being sought were caused,in whole or in part, 97 by any act,omission or negligence of the city. '^ 98 99 Article 7.MISCELLANEOUS 100 7.1 Terms. i 101 Terns used in this Agreement which are defined in Article 1 of the General Conditions will 102 have the meanings indicated in the General Conditions. 103 7.2 Assignment of Contract. 104 This Agreement, including all of the Contract Documents may not be assigned by the 105 Contractor without the advanced express written consent of the City. 106 7.3 Successors and Assigns. 107 City and Contractor each binds itself, its partners, successors, assigns and legal 108 representatives to the other party hereto, in respect to all covenants, agreements and 109 obligations contained in the Contract Documents. 110 7.4 Severability. 111 Any provision or part of the Contract Documents held to be unconstitutional, void or 112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 113 remaining provisions shall continue to be valid and binding upon CITY and 114 CONTRACTOR. 115 7.5 Governing Law and Venue. 116 This Agreement, including all of the Contract Documents is performable in the State of 117 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 118 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised January 6,2017 City Project No.01226 Y .t 005243-4 Agreement ao Page 4 of 5 119 7.6 Other Provisions. 120 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 121 classified, promulgated and set out by the City, a copy of which is attached hereto and 122 made a part hereof the same as if it were copied verbatim herein. " 123 7.7 Authority to Sign. 124 Contractor shall attach evidence of authority to sign Agreement, if other than duly 125 authorized signatory of the Contractor. 126 127 w ..r w CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 trr STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised January 6,2017 City Project No.01226 w 005243-5 Agreement Page 5 of 5 128 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 129 counterparts. 130 131 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 132 '— Contractor: City of Fort S.J.Louis Construction of Texas,Ltd. J By: Jesus J. Chapa By: Assistant City Manager (S' ature) G _/ Date Adam H. Lunsford Attest: ? RT(Z, (Printed Name) City Se retary Q:: ,O (Seal) �.•1 Title: Vice President ~ .2 U• � Address: 520 South 6th Avenue M&C C— Date: f- 0-o►"1--a.�8�1. l City/State/Zip: Mansfield,Texas 76063 con act Compliance Manager: By signing,I acknowledge that I am the person August 28,2017 responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting requirements. n Jo . Kasavich,P.E. .. PROJECT MANAGER, Water Department A rovedtoFonmand Legality: i Douglas W.Black Assistant City Attorney 133 134 135 r—moi APPROVAL RECOMMENDED: 136 1 LOFFICIALRECORD 138 RETARY138139 H, TX Christopher Harder,P.E. 140 ASSISTANT DIRECTOR, 141 Water Department 142 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Crock Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised January 6,2017 City Project No.01226 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. CERTIFICATE OF INTERESTED PARTIES FORM 1.295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. 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. 12017-248761 S.J.Louis Construction of Texas,Ltd. Mansfield,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 08/1112017 being filed. City of Fort Worth Date Acknowledged: 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 01226 Sanitary Sewer Main 257 Upper and Middle Village Creek 5 Parallel Relief Main Part 1 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary S.J.Louis,LLC Wilmington,DE United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm.under en of penalty perjury,that the above disclosure is true and coned. , ERICA ELAINE GARZA 'kV ny PUd� _a=o. =Notary Public,State of Texas Q� Comm.Expires 08-01-2020 o���7 Notary 1D 130760853 Adam H.Lunsford,Vice President Signa�of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Swom to and subscribed before me,by the said Adam H.Lunsford this the 11th day of Alt.,g!Lst , 20 17 to certify which,witness my hand and seal of office. •� ? _� X`� ,l ( � Erica E.Garza Notary Signature of officer admhristering oath Printed name of officer administering oath Title of of w administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 " BOND NUMBER: 190034897 006113-1 PERFORMANCE BOND ISSUED IN EIGHT (8) COUNTERPARTS Page Iof2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, S.J. Louis Construction of Texas, Ltd. ,known as 8 "Principal"herein and__Liberty Mutual Insurance Company , a corporate 9 surety(sureties, if more than one)duly authorized to do business in the State of Texas,known as �. 10 "Surety"herein (whether one or more), are held and firmly bound unto the City of Fort Worth,a 11 municipal corporation created pursuant to the laws of Texas,known as"City"herein,in the penal Eight Million One Hundred Twenty Five Thousand Eight Hundre Ninety Nine&00/100-- 12 sum of, Dollars 13 ($ 8,125,899.00 ),lawful money of the United States,to be paid in Fort Worth, 14 Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 15 ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, •• 16 firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City .. 18 awarded the; day of S6e , 2017 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment 20 labor and other accessories defined by law, in the prosecution of the Work,including any Change 21 Orders, as provided for in said Contract designated as SANITARY SEWER MAIN 257 UPPER 22 AND MIDDLE VILLAGE CREK PARALLEL RELIEF MAIN PART 1, City Project#101226. 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders,under the Contract,according to the plans, .. 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void,otherwise to remain in full force and effect. w 29 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 31 Worth Division. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part Revised July 1,2011 City Project No.01226 0061 13-2 PERFORMANCE BOND Page 2 of 2 w 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 .w 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 0(0 1.11 day of 6 �1,cf, 2017 7 PRINCIPAL: 8 S.J. Louis Construction of Texas,Ltd. «s 9 10 11 BY: = 12 Signatu - 13 ATTEST: = 14 Z71 - d~ 15 Adam H. Lunsford, Vice President 16 (Principal)Secretary phihps J. Val l akal i 1 Name and Title 17 18 Address: 520 South 6th Avenue 19 Mansfield,TX 76063 20 21 22 Witness aN to Principal peter J. Stahl, Vice President 23 SURETY: _ 24 Liberty Mutual Ins>_xrance-Company 25 26 27 BY: i 28 Signature 29 _ +� 30 V. DeLene Marshall,Anofn -iu- act 31 Name and Title 32 33 Address: 175 Berkeley Street 34 Boston,MA 02116 35 36 37 yes;as to Surety Telephone Number: (214) 989-2445 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 +wr CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 s Revised July 1,2011 City Project No.01226 -^� BOND NUMBER: 190034897 006114-1 PAYMENTBOND ISSUED IN EIGHT (8) COUNTERPARTS Page Iof2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, S.J. Louis Construction of Texas, Ltd. known as 8 "Principal" herein, and Liberty Mutual Insurance Company , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City"herein, Eight Million One Hundred Twenty Five Thousand Eight Hundred Nine Nine&00/100-- 12 in the penal sum of Dollars 13 ($ 8,125,899.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these 16 presents: 17 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 18 day of i br/ , 2017 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, ww 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as SANITARY SEWER MAIN 257 UPPER AND MIDDLE a� 22 VILLAGE CREK PARALLEL RELIEF MAIN PART 1, City Project#01226. 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. irr 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised July 1,2011 City Project No.01226 s 0061 14-2 PAYMENT BOND 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 c2(0+ day of 3 SE�J�Cir►�c/ , 2017 4 PRINCIPAL: S.J. Louis Construction of Texas, Ltd. „r ATTEST: BY: A 4w, 4:-___ Sig ature Q Adam H. Lunsford. Vice Pr As eft,7: (Principal) Secretaryphi l;ps J. Va11 aka1;1 Name and Title _ Address: 520 South 6th Avenue - .. Mansfield.TX 76063 'Witness as o Principal peter J. Stahl, Vice President SURETY: Liberty Mutual Insurance Campany ATTEST: Signature V. DeLene Marshall,Attxm*y-Ir>.-Fact (Surety) Secretary Name and Title Address: 175 Berkeley Street Boston,MA 02116 .. Wit ss as to Surety Telephone Number: (214) 989-2445 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. ,■, 11 END OF SECTION 12 ..w CITY OF FORT WORTH Sanitary Scwcr Main 257 Upper and Middle Village Crcck Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part w Revised July 1,2011 City Project No.01226 BOND NUMBER: 190034897 006119-1 MAINTENANCE BOND Pagel of 3 ISSUED IN EIGHT (8) COUNTERPARTS 1 SECTION 00 6119 .. 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § am 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we S.J. Louis Construction of Texas, Ltd. ,known as 8 "Principal" herein and Liberty Mutual Insurance Company ,a corporate surety 9 (sureties, if more than one)duly authorized to do business in the State of Texas,known as 10 "Surety"herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, Eight Million One Hundred Twenty Five Thousand Eight Hundred Ninety Nine&00/100-- ON 12 in the sum of Dollars 13 ($ 8,125,899.00 ), lawful money of the United States,to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs,executors,administrators,successors and assigns,jointly r 16 and severally, firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded .. 19 the day ofS��f�»�r� , 2017 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 23 the"Work")as provided for in said contract and designated as SANITARY SEWER MAIN 257 24 UPPER AND MIDDLE VILLAGE CREK PARALLEL RELIEF MAIN PART 1,City Project 25 #01226; and 26 r 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 r.r 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. -35 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 we Revised July 1,2011 City Project No.01226 0061 19-2 MAINTENANCE BOND _ Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely .�r 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and . 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort .w 13 Worth Division; and 14 ,., 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 ■r CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 oft 0061 19-3 MAINTENANCE BOND Page 3 of 3 as 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this as 2 instrument by duly authorized agents and officers on this the day of 3 ST h-_rn 6 e,r ,2017 am 4 5 PRINCIPAL: 6 S.J. Louis Construction of Texas, Ltd. am 7 8 9 BY: so 10 gignalture 11 ATTEST: ' 12 = 13 Adan H. Lunsford, Vice Prudent, da 14 (Principal)Secretary Philips J. Vallakal;l Name and Title 15 16 Address: 520 South 6th Avenue .,, 17 Mansfield.TX 76063 _ 18 19 20 Witness as t6 Principal peter j. 'Stahl, Vice President 21 SURETY: 22 Liberty Mutual Insurance Copi ,�S 23 - .. 24 25 BY: 26 Signature 27 28 V. DeLene Marshall, Agorne-In Fatt 29 ATTEST: Name and Title - 30 31 Address: 175 Berkeley Street 32 (Surety) Secretary Boston,MA 02116 33 34 35 Wi ss as to Surety Telephone Number: (214) 989-2445 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. WA 41 w CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 w Revised July 1,2011 City Project No.01226 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7767557 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, j� Dan E.Cornell;Kelly A.Westbrook;Ricardo J.Reyna; Robbi Morales;Sophinie Hunter;Tina McEwan;V.DeLene Marshall all of the city of Dallas state of TX each indtviduaNy if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 16th day of May 2017 to ��Y INS(; �tNSUq ytNSUq,,. � Pi'�a�92 ,�s?�„�,.,,F�cr Q ,,:� ,;�v�� The Ohio Casualty Insurance Company y Liberty Mutual Insurance Company w p X919n > ` z o 1912 y 1991 West American In Company N STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary COUNTY OF MONTGOMERY C W On this 16th da O y of May 2017 ` m ,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v f. v m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such, being authorized so to do,execute the foregoing instrument for the purposes >,U)therein contained by signing on behalf of the corporations by himself as a duly authorized officer. LU C E > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. CCL y 50, PAS" COMMONWEALTH OF PENNSYLVANIA �Q oeyor+wEv��<< I Notarial Seal // �.G% (A 1- = y i Teresa Pastella,Notary Public By. It -_... OF Upper Marion Twp.,Montgomery County Teresa Pastella,Notary Public C acv My Commission Expires March 28,2021 r 0t0 LyP ARY p�,� •Member,Pennsylvania Asst�ciation of Notaries E iWi 0. This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual to p WInsurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: Its ` ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O e cto such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, y acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneysAn-fact,subject to the limitations set forth in their respective y powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so �a d executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under > the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t cm = ARTICLE XIII-Execution of Contracts--SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E o- W and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behaff of the Company to make,execute, -M seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their 4O 001T- respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. O co Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- ~ fad as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that famirrllle or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. t, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a fult,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this�dray of e,` ,2QL� Y IN 114 NS a 4JP�, f�4'�� �� 0 3919 0 } 1912 ; 1991 b By'r ~ � E�nee C.Llew WistartrtSecretary 192 of 300 LMS_12873_022017 0 Liberty Mutual SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una quej a: w� You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: w� 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia, PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de .� Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection(111-1 A) de Texas Consumer Protection (111-1 A) P. O. Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512) 490-1007 FAX# (512) 490-1007 Web: http://www.tdi.texas,gov Web: hap://www.tdi.texas.gov E-mail: ConsumerProtection c&tdi.texas.gov E-mail: ConsumerProtection(ktdi.texas.gov .s PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento (TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: .. POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP 70 68 09 01 LMS-15292 10/15 Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors Policy No. Eff. Date of Pol. I Exp. Date of Pol. Eff.Date of End. I Producer No. Add'I.Prem Return Prem. LO 6478376-03 111/11/20116 11/1/2017 111/11/2016 9122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: S.J. Louis Construction, Inc. Address (including ZIP Code): 1351 Broadway St.W Rockville, MN 56369 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an insured any person or organization who you are required to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to the additional insured person or organization applies only to "bodily injury', "property damage" or "personal and advertising injury" covered under Section I - Coverage A - Bodily Injury And Property Damage Liability and Section 1 -Coverage B -Personal And Advertising Injury Liability, but only with respect to liability for"bodily injury',"property damage"or"personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions; or .. 2. The acts or omissions of those acting on your behalf, and resulting directly from your ongoing operations or"your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement, performed for the additional insured person or organization. C. However, regardless of the provisions of Paragraphs A.and B.above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organization - in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury', "property damage" or"personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities. U-GL-1175-C CW(07/10) •— Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an'occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit'as soon as practicable; and 3. A request for defense and indemnity of the claim or"suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not . apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non-contributory. F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory with respect to any other policy upon which the additional insured is a Named Insured. In that event, we will not seek contribution from any other such insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same'occurrence", offense, claim or"suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. -r G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. All other terms and conditions of this policy remain unchanged. U-GL-1175-C CW(07/10) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Other Insurance Amendment — Primary And Non- Contributory ZURICH Policy No. Eff. Date of Pol. I Exp. Date of Pol. Eff.Date of End. I Producer No. AddT Prem Return Prem. LO 6478376-03 11/11/2016 11/1/2017 11/1/2016 9122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: --• Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U-GL-1327-B CW(04/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Contractors Liability Supplemental Coverages And ZURICH Conditions Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. I Producer No. AddT Prem Return Prem. LO 6478376-03 11/1/2016 11/1/2017 11/1/2016 9122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part NON-OWNED WATERCRAFT SCHEDULE Watercraft Length: feet (If no amount is shown above, 51 feet applies.) A. Non-owned Watercraft Liability Extended Coverage Paragraph (2)of Exclusion 2.g.Aircraft,Auto Or Watercraft under Section I—Coverage A—Bodily Injury And w Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: u (a) Less than the length shown in the Non-Owned Watercraft Schedule of this endorsement; and (b) Not being used to carry persons or property for a charge; B. Damage To Premises Rented Or Occupied By You 1. The last paragraph under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c.through n.do not apply to damage by"specific perils"to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage to Premises Rented To You Limit of Insurance applies to this coverage as described in Section III—Limits Of Insurance. 2. The paragraph directly following Paragraph (6) in Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage"to premises (other than damage by "specific perils"), including "property damage" to the contents of such premises, rented to you under a rental agreement for a period of 14 or fewer consecutive days. A separate Limit of Insurance applies to Damage to Premises Rented to You as described in Section III—Limits Of Insurance. 3. Paragraph 6.of Section III—Limits Of Insurance is replaced by the following: ., 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage" to any one premises while rented to you, or in the case of damage by one or more "specific perils" to any one premises, while rented to you or temporarily occupied by you with permission of the owner. 4. Paragraph a.of the"insured contract"definition under the Definitions Section is replaced by the following: U-GL-1060-E CW(04/13) Page 1 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner is not an"insured contract"; 5. Paragraph (ii) under Paragraph 4.b.(1) of the Other Insurance Condition under Section IV — Commercial General Liability Conditions is replaced by the following: (ii) That is property insurance providing coverage for "specific perils" for premises rented to you or temporarily occupied by you with permission of the owner; 6. The following definitions are added to the Definitions Section: "Specific perils" means fire, lightning, explosion, windstorm or hail, 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. C. Additional Insured—Lessor Of Leased Equipment—Automatic Status When Required In Lease Agreement With You 1. Section II —Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in a written contract or written agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s)or organization(s). However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. 2. With respect to the insurance afforded to these additional insureds,this insurance does not apply to any "occurrence"which takes place after the equipment lease expires. 3. With respect to the insurance afforded to these additional insureds,the following is added to Section 111—Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph C. shall not increase the applicable Limits of Insurance shown in the Declarations. D. Additional Insured—Managers Or Lessors Of Premises 1. Section II —Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) that you have agreed in a written contract or written agreement to name as an additional insured, but only with respect to liability arising out of the ownership, maintenance or use of that part of premises leased to you and subject to the following additional exclusions: This insurance does not apply to: a. Any"occurrence"which takes place after you cease to be a tenant in that premises. b. Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured manager or lessor of the premises leased to you. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and U-GL-1060-E CW(04/13) Page 2 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph D. shall not increase the applicable Limits of Insurance shown in the Declarations. E. Additional Insured—State Or Governmental Agency Or subdivision Or Political Subdivision—Permits Or Authorizations 1. Section II—Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision that you have agreed in a written contract or written agreement or that you are required by statute, ordinance or regulation to name as an additional insured, subject to the following provisions: a. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. b. This insurance does not apply to: (1) 'Bodily injury", "property damage"or"personal and advertising injury"arising out of operations performed for the federal government, state or municipality; or (2) 'Bodily injury"or"property damage included within the"products-completed operations hazard". However,the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds,the following is added to Section III—Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph E. shall not increase the applicable Limits of Insurance shown in the Declarations. F. Personal And Advertising Injury Coverage—Assumed Under Contract Or Agreement 1. Exclusion e. of Section I—Coverage B—Personal And Advertising Injury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (1) Liability for damages that the insured would have in the absence of the contract or agreement; or (2) Liability for"personal and advertising injury" if: U-GL-1060-E CW(04/13) Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 00 (a) The liability pertains to your business and is assumed in a contract or agreement that is an "insured contract"; and (b) The "personal and advertising injury" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability so assumed in such "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of"personal and advertising injury", provided: (i) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same contract or agreement; and (ii) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. For purposes of this"personal and advertising injury"coverage only: Paragraph d. and the second to last paragraph under Paragraph 2. of Supplementary Payments —Coverages A and B are replaced by the following: d. The allegations in the "suit" and the information we know about the "occurrence" or offense are such that no conflict appears to exist between the interests of the insured and the interest of the indemnitee; So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Such payments will not be deemed to be damages for "bodily injury", "property damage" or "personal and advertising injury" and will not reduce the limits of insurance. G. Insured Contract Amendment Paragraph f. and f.(1) through f.(3) of the "insured contract" definition under the Definitions Section is replaced by the following: f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another to pay for "bodily injury', "property damage" or "personal and advertising injury" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies a railroad for "bodily injury', "property damage" or "personal and advertising injury' arising out of construction or demolition operations within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road-beds,tunnel, underpass or crossing; (2) That indemnifies an architect, engineer or surveyor for 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, if that is the primary cause of the injury or damage; (3) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (2) above and supervisory, inspection, architectural or engineering activities; (4) That indemnifies a person or organization for"personal and advertising injury": (a) Arising out of advertising, publishing, broadcasting or telecasting done for you or on your behalf: or (b) To an "employee" of such person or organization that does advertising, publishing, broadcasting or telecasting for you or on your behalf: or (5) That indemnifies a labor leasing firm for"bodily injury"to"leased workers". U-GL-1060-E CW(04/13) Page 4 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. H. Medical Payments—Increased Reporting Period Paragraph a.of Section I—Coverage C—Medical Payments is replaced by the following: a. We will pay medical expenses as described below for"bodily injury"caused by an accident: (1) On premises you own or rent; (2) On ways next to premises you own or rent; or (3) Because of your operations; provided that: (a) The accident takes place in the"coverage territory"and during the policy period; (b) The expenses are incurred and reported to us within three years of the date of the accident; and (c) The injured person submits to examination, at our expense, by physicians of our choice as often as we reasonably require. I. Broad Bail Bond Coverage Paragraph 1.b. under Supplementary Payments—Coverages A And B is replaced by the following: b. The 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. J. Amendment—Duties In The Event of Occurrence,Offense,Claim or Suit The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV—Commercial General Liability Conditions: .. Notice of an "occurrence" or of an offense which may result in a claim under this insurance or notice of a claim or "suit" shall be given to us as soon as practicable after knowledge of the "occurrence", offense, claim or "suit" has been reported to your officer, manager, partner or an "employee" authorized by you to give or receive such notice. Knowledge by "employees" other than your officer, manager, partner or "employee" authorized by you to give or receive such notice of an "occurrence", offense, claim or"suit"does not imply that you also have such knowledge. In the event that an insured reports an "occurrence"to your workers compensation carrier and this "occurrence" later develops into a General Liability claim, covered by this Coverage Part, the insured's failure to report such "occurrence"to us at the time of the"occurrence" shall not be deemed to be a violation of this Condition. You must, however, give us notice as soon as practicable after being made aware that the particular claim is a General Liability rather than a Workers Compensation claim. K. Unintentional Failure To Disclose Or Describe Hazards Paragraph 6. Representations of Section IV — Commercial General Liability Conditions is replaced by the following: 6. Representations By accepting this policy, you agree: 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. Coverage will continue to apply if you unintentionally: (1) Fail to disclose all hazards existing at the inception of this policy; or (2) Make an error, omission or improper description of premises or other statement of information stated in this policy. You must notify us in writing as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to inception of this Coverage Part. L. Bodily Injury Redefined The"bodily injury"definition under the Definitions Section is replaced by the following: U-GL-1060-E CW(04/13) Page 5 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time. This includes mental anguish, mental injury, shock, fright or death resulting from bodily injury, sickness or disease. M. Two Or More Of Our Coverage Parts/Policies The following is added to Section III—Limits of Insurance: 1. Subject to Paragraph 2. or 3. above, whichever applies, if this Coverage Part and any other Commercial General Liability Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company affiliated with us apply to the same 'occurrence", only the highest available Each Occurrence Limit under any such Coverage Part or policy applies to such'occurrence". 2. Subject to Paragraph 2. above, if this Coverage Part and any other Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company affiliated with us apply to the same offense, only the highest available Personal And Advertising Injury Limit under any such Coverage Part or policy applies to such offense. 3. Under this Coverage Part and all other Zurich underwriting company Coverage Parts or policies to which Paragraphs 1. and 2. above combined apply, the most we will pay for all injury or damage because of "bodily injury"or"property damage""occurrences", "personal and advertising injury"offenses and medical expenses is: a. The single highest Coverage Part or policy General Aggregate Limit; or b. The single highest Coverage Part or policy Products-Completed Operations Aggregate Limit, whichever applies, whether such 'occurrence", offenses or medical expenses are covered by one or more than one Zurich underwriting company policy. 4. Any existing provisions under Paragraph 4. Other Insurance under Section IV—Commercial General Liability Conditions that may be contrary to the provisions of this endorsement are amended to comply with the changes in coverage as stipulated in Paragraphs 1., 2., and 3.above. This provision does not apply to any Coverage Part or policy issued by us or any other Zurich underwriting company affiliated with us specifically to apply as excess insurance over this Coverage Part. N. Your Work Redefined Paragraph a.(1)of the"your work"definition under the Definitions Section is replaced by the following: 22. "Your work": a. Means: (1) Work or operations performed by you or on your behalf, but does not include work or operations performed by another entity who joined with you to form a partnership or joint venture not shown as a Named Insured in the Declarations, which terminated or ended prior to the effective date of this policy; and All other terms and conditions of this policy remain unchanged. U-GL-1060-E CW(04/13) Page 6 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer Add'l.Prem Return Prem. LO 6478376 11/1/2016 11/1/2017 11/1/2016 09122000 $ $ a* THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ,. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part w a* The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement,which is executed before a loss,to waive your rights of recovery from oth- ers,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other oft operations in which the insured has no contractual interest. aaA am M 4M ow 00 No U-GL-925-B CW(12/01) Page l of l Notification to Others of Cancellation ZURICH -- FPolicy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. AddT Prem ReturnP6478374-03 111/11/20116 11/112017 11/11/2016 9122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium,we will mail or deliver a copy of such written notice of cancellation: �. 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE ,. Name and Address of Other Person(s)! Number of Days Notice: Organ ization(s): All other terms and conditions of this policy remain unchanged. U-CA-812-A CW(05/10) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. AW6 Blanket Notification to Others of Cancellation ZURICH or Non-Renewal Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. LO 6478376-03 11/1/2016 11/1/2017 11/1/2016 9122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: - Commercial General Liability Coverage Part A. If we cancel or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver . notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non-renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or r 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non-renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A.and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non-renewal date; 2. Negate the cancellation or non-renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B.of this endorsement. All other terms and conditions of this policy remain unchanged. U-GL-1521-A CW(10/12) — Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 43 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement adds the following to Part Six of the policy. PART SIX CONDITIONS Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non-renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non-renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you. Such list: a. Must be provided to us prior to cancellation or non-renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non-renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium;or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non-renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1 and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non-renewal date; b. Negate the cancellation or non-renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2.above. All other terms and conditions of this policy remain unchanged. 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 Policy No. Endorsement No. Insured S.J.Louis Construction,Inc. WC 6478377-03 Premium$ Insurance Company Zurich American Insurance Company WC 99 06 43 Page 1 of 1 (Ed.01-13) Includes copyright material of the National Council on Compensation Insurance,Inc.used with its permission. -- 0 2012 Copyright National Council on Compensation Insurance,Inc.All Rights Reserved. am STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjmy Z 2016 ft Nft STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 64 TABLE OF CONTENTS +f Page Article1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 .w Article 2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 .r� 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 ..1 3.06 Electronic Data............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points..................... 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 .r 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:Febnay Z 2016 ■�11 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 Aft 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 .r 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 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 w Article 8-City's Responsibilities.......................................................................:...........................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data36 ................................................................................................................................ 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 ".. 8.05 Change Orders................................................................................................. ..36 .......................... 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work 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 rr CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmmy 2,2016 w r 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.......................................................................... 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 ■r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=yZ 20I6 r! 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 rrs, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 0072 00-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1–DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents,the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, .. correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and ... Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor .. during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid­-The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11.Buaasaw–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:Febmary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and . chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. �- 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth, Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, Or both, or other relief with respect to the terms of the -- Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor .. concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement(subject to the provisions .. of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febngry 2,2016 00 72 00-1 GENERAL CONDITIONS Page 3 of 63 25.Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works -- The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth,Texas, or his duly appointed representative,assistant, or agents. 32.Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope,extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. .� 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens­–Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed--A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniaty2,2016 00 72 00-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52.Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours – Hours beginning,at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed,including rights-of-way,permits,and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials,equipment,systems,standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy 2,2016 0072 00-1 GENERAL CONDITIONS *" Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. . 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to,.those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day,not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry Z 2016 007200-I GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating —� otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or .. b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS �. 2.01 Copies of Documents ._ City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. �. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS rn Revision:Febnjmy 2,2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. . No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. -- B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor,documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form,format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febma y2,2016 00 72 00-1 06 GENERAL CONDITIONS Page 9 of 63 wM 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 a. 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 «r 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 r� Revision:Febnjazy2,2016 0072 00-1 GENERAL CONDITIONS OR 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 govem 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:Febnmy 2,2016 0072 00-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract �.► Documents for record purposes. 3.06 Electronic Data ,.f 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 AM 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. so 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 govem. 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:Febromy Z 2016 00 72 00-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). .. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners,employees, agents, consultants, or subcontractors with respect to: .� 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such .. other data,interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or ` 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract ' Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary Z 2016 ww 0072 00-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or .. 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. ndicated.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 om CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS dM Revision:Febmaty 2,2016 00 72 00-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. $ 2. If City concludes that a change in the Contract Documents is required, a Change.Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25%will be charged against the Contractor, and the full amount will Mr. 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:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified ,., in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby(except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work;or(ii)specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe,or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS r. Revision:Febmaty2,2016 00 72 00-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed'oy 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:Febni&y2,2016 0072 00-1 GENERAL CONDITIONS Page 17 of 63 r 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:Fcbnjmy2,2016 0072 00-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. .. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or ... modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions,revisions, or modifications shall not be required where policy provisions are established by law or .. regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for -• Contractor's insurance. 5.04 Contractor's Insurance ... A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act(Texas Labor Code,Ch.406,as amended),and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier,or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: �* 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. ■» B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, ... products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other •r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis °- of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS .�w Revision:Febmaty2,2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor: Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor,transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind,and quality of materials and equipment. e, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniazy 2,2016 007200-1 an GENERAL CONDITIONS Page 21 of 63 am 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 .f 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 am time of bid,unless otherwise specified. 6.04 Project Schedule am A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. I. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 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. I. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion,be accomplished without compliance with some or all of the requirements for approval of proposed substitute ,.,. items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: ®„ a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS w Revision:Febngary 2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an iters of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy Z 2016 „ 00 72 00-1 GENERAL CONDITIONS Page 23 of 63 i c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means,method,technique,sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B.City may require Contractor „ to furnish additional data about the proposed substitute.City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal .� for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees)arising out of ,.� the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or ■. submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to .. reimburse City for the charges for making changes in the Contract Documents(or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy Z 2016 00 72 00-1 GENERAL CONDITIONS " Page 24 of 63 G. City Substitute Reimbursement: Costs(savings or charges)attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others ,,, A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall,upon request by City,allow an audit and/or examination of any books,records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A.Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 w 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F.Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers,and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract .. Documents. B. 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 31 st day after the date the City receives the information, as to whether -- good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated .. Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates,such amounts being subtracted from successive progress payments pending a final determination of the violation. mom CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ,. Revision:Febmary 2,2016 00 72 00-1 GENERAL CONDITIONS sm Page 26 of 63 .w 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:Febnjmy 2,2016 0072 00-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities .. A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. ,■, City shall pay all charges of utility owners for connections for providing permanent service to the Work. r. 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:Febmary 2,2016 007200-1 GENERAL CONDITIONS '^ Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of .. Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on .. the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code,Subchapter H,Sections 151.301-335 (as amended),the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption ... certificate to comply with State Comptroller's Ruling.007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, .. Subchapter H. B. Texas Tax permits and information may be obtained from: ,.. 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or 2. hqp://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas w* 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:Febngffy Z 2016 0072 00-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable,-brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials,rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such - costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded -• in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference.Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on , or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. .. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part,by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. " Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,20I6 , 00 72 00-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. _. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the.City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities,dimensions,specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February Z 2016 00 72 00-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract ... Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,20I6 , 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE 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:Febmaty 2,2016 00 72 00-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL, OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services . are required to carry out Contractor's responsibilities for construction means,methods,techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and -- design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating .• to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give �. Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- MR 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, ®F 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:February 2,2016 �II1 OU 72 UU-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:Febnay Z 2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities w 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 John R.Kasavich,P.E.,or his/her successor pursuant to written notification from the Director of Water Department. 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:Febnwy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed ,. factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK �. 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnzry 2,2016 y. 0072 00-1 ^^ GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i)ordered by City pursuant to Paragraph 10.0I.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. a. 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 w Revision:Febnaiy 2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 w�► 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:Febniary Z 20I6 00 72 00-1 GENERAL CONDITIONS Page 41 of 63 mM D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend ,,.. Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the ■. costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS duRevision:Febnay2.2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, ... if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of .. Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers,which are consumed in the performance of the Work, and cost,less market value, of such items used but not consumed which remain the property of .. Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. -. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the ... performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor,any Subcontractor,or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall .. include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmmy 2,2016 .► 00 72 00-1 on 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 11.0I.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. Contractors Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a .� Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City .■ an itemized cost breakdown together with supporting data. 11.02 Allowances wu 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 do Revision:Febnmy Z 2016 00 72 00-1 GENERAL CONDITIONS Page 44 of 63 M� 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 r 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, w, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if. 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. .. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. .t CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 0072 00-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations �. showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. .. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error,or to correct an error on the plans,the plans quantity will be increased or decreased by the amount involved in the change, and the 25%variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS w Revision:Febnimy 2,2016 00 7200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved(subject to the provisions " of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.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 12.0l.B.2, on the basis of the Cost of the Work(determined as provided in Paragraph 11.01)plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0I.A.4 and 11.01.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.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:Febnjmy 2,2016 y 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.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 11.0l.A.6, and 11.01.B; • d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent(5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. • B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and • other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. .w 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. rti CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS lift Revision:Febniary 2,2016 007200-1 GENERAL CONDITIONS am 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, too 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 .m 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 w 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:February Z 2016 r 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest.or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of .. or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others);or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time,or both,directly attributable to such uncovering, exposure,observation, inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents,City may order Contractor to stop the Work, or any portion thereof,until the ,., cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS so 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:Febn wy Z 2016 rr. 00 72 00-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such •• additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. .► E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work ., If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all «. court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued ■• incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work +.w 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. 44 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 ar CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjmy Z 2016 007200-1 GENERAL CONDITIONS +� Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work;and City shall be entitled ,. to an appropriate decrease in the Contract:Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment ..,, acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and r. 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:Febngffy 2,2016 r.. 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and ... resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on ... City's observations of the executed Work,and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject ._ to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance,the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or „ b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry Z 2016 007200-1 GENERAL CONDITIONS Page 54 of 63 4r 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:Febmazy 2,2016 yew 0072 00-1 sr GENERAL CONDITIONS Page 55 of 63 rr " 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. «w 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. M CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AM Revision:Febn wy Z 2016 007200-1 GENERAL CONDITIONS Page 56 of 63 r 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:Febnuffy2,2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily .. nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. r CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS r. Revision:Febnmy 2,2016 U0 72 0U-1 GENERAL CONDITIONS "^ Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example,but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents .. (including,but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 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. I. 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:Febmary 2,2016 ww 0072 00-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere,and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from .. completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance,Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided •. that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. •- 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work,or any portion thereof,may be accomplished or for the price paid .. therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees ..► provided for under the Contract Documents or any other obligations otherwise prescribed by law. +� C. Notwithstanding Paragraphs 15.023, 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 �w Revision:Febnraryy Z 2016 007200-1 GENERAL CONDITIONS Page 60 of 63 low 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 .ft 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 w 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. oft CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary Z 2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are ,. stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on .. such Work; 2. expenses sustained prior to the effective date of termination in performing services and famishing 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 10.06.13 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:Febniazy Z 2016 00 72 00-1 GENERAL CONDITIONS rr 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:Febnmy 2,2016 007200-I 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 DOCUMENTS Revision:Febnjmy Z 20I6 007300-1 SUPPLEMENTARY CONDITIONS Pagel of 5 1 SECTION 00 73 00 w 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS "o 5 6 Supplementary Conditions 7. .0 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. oft 12 13 Defined Terms 14 ,f 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 am 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 SC4.01A 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 SC4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of--way,and/or easements to be acquired 36 37 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 38 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 39 and do not bind the City. 40 41 If Contractor considers the final easements provided to differ materially from the representations on the 42 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 43 notify City in writing associated with the differing easement line locations. 44 45 �.a CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 ara Revised January 22,2016 City Project No.01226 .r 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 SC-4.01A.2,"Availability of Lands" 2 3 Utilities or obstructions to be removed,adjusted,and/or relocated ""' 4 5 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated: 6 +„ EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT am None 7 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, A. 8 and do not bind the City. 9 10 SC4.02A.,"Subsurface and Physical Conditions" 11 •m 12 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 13 14 A Geotechnical Engineering Report dated July 13,2010 prepared by CMJ Engineering,Inc.,a sub- 15 consultant of James DeOtte Engineering,Inc.,a consultant of the City,providing additional information on .. 16 site soil conditions. 17 18 The following are drawings of physical conditions in or relating to existing surface and subsurface .. 19 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 20 21 None 22 23 SC4.06A.,"Hazardous Environmental Conditions at Site" 24 25 The following are reports and drawings of existing hazardous environmental conditions known to the City: 26 27 None 28 29 SC-5.03A.,"Certificates of Insurance" 30 31 The entities listed below are"additional insureds as their interest may appear"including their respective 32 officers,directors,agents and employees. �.. 33 34 (1) City 35 (2) Consultant: James DeOtte Engineering,Inc. 36 (3) Other:None 37 38 SC-5.04A.,"Contractor's Insurance" 39 40 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 41 coverages for not less than the following amounts or greater where required by laws and regulations: 42 43 Mw CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised January 22,2016 City Project No.01226 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 2 3 Statutory limits 4 Employer's liability 5 $100,000 each accident/occurrence 6 $100,000 Disease-each employee 7 $500,000 Disease-policy limit 8 9 SC-5.04B.,"Contractor's Insurance" �.+► 10 11 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 12 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 13 minimum limits of: 14 15 $1,000,000 each occurrence 16 $2,000,000 aggregate limit .r. 17 18 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 19 General Aggregate Limits apply separately to each job site. 20 21 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 22 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 23 ss 24 SC 5.04C.,"Contractor's Insurance" 25 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 26 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 27 28 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 29 defined as autos owned,hired and non-owned. 30 .�, 31 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 32 least: 33 34 $250,000 Bodily Injury per person/ 35 $500,000 Bodily Injury per accident/ 36 $100,000 Property Damage 37 38 SC-5.04D.,"Contractor's Insurance" 39 40 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 41 material deliveries to cross railroad properties and tracks(None) 42 43 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 44 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 45 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 46 Entry Agreement"with the particular railroad company or companies involved,and to this end the 47 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 48 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate r" 49 to the Contractor's use of private and/or construction access roads crossing said railroad company's 50 properties. 51 52 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 53 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 54 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 55 occupy,or touch railroad property: CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised January 22,2016 City Project No.01226 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 ow 1 ' 2 (1) General Aggregate: 3 .. 4 (2) Each Occurrence: 5 6 _Required for this Contract X Not required for this Contract .. 7 8 With respect to the above outlined insurance requirements,the following shall govern: 9 10 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in ++� 11 the name of the railroad company. However, if more than one grade separation or at-grade 12 crossing is affected by the Project at entirely separate locations on the line or lines of the same 13 railroad company,separate coverage may be required,each in the amount stated above. r. 14 15 2. Where more than one railroad company is operating on the same right-of-way or where several 16 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 17 may be required to provide separate insurance policies in the name of each railroad company. .. 18 19 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 20 railroad company's right-of-way at a location entirely separate from the grade separation or at- 21 grade crossing,insurance coverage for this work must be included in the policy covering the grade 22 separation. 23 24 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- .. 25 way,all such other work may be covered in a single policy for that railroad,even though the work 26 may be at two or more separate locations. 27 28 No work or activities on a railroad company's property to be performed by the Contractor shall be 29 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 30 for each railroad company named,as required above. All such insurance must be approved by the City and 31 each affected Railroad Company prior to the Contractor's beginning work. ,.. 32 33 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 34 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 35 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 36 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 37 railroad company operating over tracks involved in the Project. 38 39 SC-6.04.,"Project Schedule" 40 41 Project schedule shall be tier 3 for the project. 42 43 SC-6.07.,"Wage Rates" 44 45 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 46 Appendixes: 47 48 <Buzzsaw location,Resources/02-Construction Documents/Specifications/Div 00-General Conditions> 49 w. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised January 22,2016 City Project No.01226 w r. 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 SC-6.09.,"Permits and Utilities" 2 e** 3 SC-6.09A.,"Contractor obtained permits and licenses" 4 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 5 6 Barnett Gathering 3'd Party Line Crossing Agreement 7 Tarrant County Utilities Company Permit 8 9 SC-6.09B."City obtained permits and licenses" w 10 The following are known permits and/or licenses required by the Contract to be acquired by the City: 11 12 None 13 14 SC-6.09C."Outstanding permits and licenses" 15 16 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of 0e 17 18 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 19 20 SC-7.02.,"Coordination" 21 22 The individuals or entities listed below have contracts with the City for the performance of other work at 23 the Site: 24 25 None 26 27 SC-8.01,"Communications to Contractor" 28 29 None 30 31 SC-9.01.,"City's Project Manager" 32 33 The City's Project Manager for this Contract is John R.Kasavich,P.E.,or his/her successor pursuant to 34 written notification from the Director of Water Department. 35 36 SC-13.03C.,"Tests and Inspections" 37 38 None 39 �s 40 SC-16.01C.1,"Methods and Procedures" 41 42 None 43 ®' 44 45 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I w. Revised January 22,2016 City Project No.01226 nr 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 011100 2 SUMMARY OF WORK ., 3 PART 1 - 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] .sr 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 r 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 oft 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 13 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 «.. Revised December 20,2012 City Project No.01226 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY ow 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". w� 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. w 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I we Revised July 1,2011 City Project No.01226 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 w, 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. 47 4. No additional contract time will be given for substitution. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 , ++ter 012500-3 SUBSTITUTION PROCEDURES A Page 3 of 4 1 5. Substitution will be rejected if: 2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. In the City's opinion,acceptance will require substantial revision of the original 5 design .. 6 d. In the City's opinion, substitution will not perform adequately the function 7 consistent with the design intent 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 .CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. In making request for substitution or in using an approved product,the Contractor 13 represents that the Contractor: 14 1. Has investigated proposed product, and has determined that it is adequate or 15 superior in all respects to that specified,and that it will perform function for which d* 16 it is intended 17 2. Will provide same guarantee for substitute item as for product specified 18 3. Will coordinate installation of accepted substitution into Work,to include building 19 modifications if necessary,making such changes as may be required for Work to be 20 complete in all respects 21 4. Waives all claims for additional costs related to substitution which subsequently 22 arise 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 0" Revision Log DATE NAME SUMMARY OF CHANGE 30 .r CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 im 012500-4 SUBSTITUTION PROCEDURES - Page 4 of 4 wo 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 am 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 r+* 013119-1 PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY a* 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 .., 39 e. Other City representatives CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 rr� Revised August 17,2012 City Project No.01226 as 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 am 1 f. Others as appropriate 2 4. Construction Schedule 3 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 4 provide at Preconstruction Meeting. 5 b. City will notify Contractor of any schedule changes upon Notice of 6 Preconstruction Meeting. 7 5. Preliminary Agenda may include: 8 a. Introduction of Project Personnel 9 b. General Description of Project 10 c. Status of night-of-way,utility clearances,easements or other pertinent permits 11 d. Contractor's work plan and schedule 12 e. Contract Time 13 f. Notice to Proceed 14 g. Construction Staking 15 h. Progress Payments 16 i. Extra Work and Change Order Procedures 17 j. Field Orders 18 k. Disposal Site Letter for Waste Material .. 19 1. Insurance Renewals 20 m. Payroll Certification 21 n. Material Certifications and Quality Control Testing 22 o. Public Safety and Convenience '^ 23 p. Documentation of Pre-Construction Conditions 24 q. Weekend Work Notification 25 r. Legal Holidays 26 s. Trench Safety Plans 27 t. Confined Space Entry Standards 28 u. Coordination with the City's representative for operations of existing water .�. 29 systems 30 v. Storm Water Pollution Prevention Plan 31 w. Coordination with other Contractors 32 x. Early Warning System 33 y. Contractor Evaluation 34 z. Special Conditions applicable to the project 35 aa. Damages Claims .. 36 bb. Submittal Procedures 37 cc. Substitution Procedures 38 dd. Correspondence Routing 39 ee. Record Drawings 40 ff. Temporary construction facilities 41 gg. M/WBE or MBE/SBE procedures 42 hh. Final Acceptance 43 ii. Final Payment 44 J. Questions or Comments CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised August 17,2012 City Project No.01226 am 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 ,.. Revised August I7,20I2 City Project No.01226 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 w 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 .R 39 b. Project Representative CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 on 013120-2 PROJECT MEETINGS Page 2 of 3 1 c. Other City representatives 2 4. Meeting Schedule 3 a. In general,the neighborhood meeting will occur within the 2 weeks following 4 the pre-construction conference. 5 b. In no case will construction be allowed to begin until this meeting is held. w 6 C. Progress Meetings 7 1. Formal project coordination meetings will be held periodically. Meetings will be 8 scheduled and administered by Project Representative. 9 2. Additional progress meetings to discuss specific topics will be conducted on an as- 10 needed basis. Such additional meetings shall include,but not be limited to: 11 a. Coordinating shutdowns 12 b. Installation of piping and equipment 13 c. Coordination between other construction projects 14 d. Resolution of construction issues 15 e. Equipment approval .. 16 3. The Project Representative will preside at progress meetings,prepare the notes of 17 the meeting and distribute copies of the same to all participants who so request by 18 fully completing the attendance form to be circulated at the beginning of each 19 meeting. 20 4. Attendance shall include: 21 a. Contractor's project manager 22 b. Contractor's superintendent 23 c. Any subcontractor or supplier representatives whom the Contractor may desire 24 to invite or the City may request 25 d. Engineer's representatives 26 e. City's representatives 27 f. Others, as requested by the Project Representative 28 5. Preliminary Agenda may include: 29 a. Review of Work progress since previous meeting 30 b. Field observations,problems,conflicts 31 c. Items which impede construction schedule 32 d. Review of off-site fabrication,delivery schedules 33 e. Review of construction interfacing and sequencing requirements with other -- 34 construction contracts 35 f. Corrective measures and procedures to regain projected schedule 36 g. Revisions to construction schedule 37 h. Progress,schedule,during succeeding Work period 38 i. Coordination of schedules 39 j. Review submittal schedules 40 k. Maintenance of quality standards 41 1. Pending changes and substitutions 42 m. Review proposed changes for: 43 1) Effect on construction schedule and on completion date 44 2) Effect on other contracts of the Project 45 n. Review Record Documents 46 o. Review monthly pay request 47 p. Review status of Requests for Information 48 6. Meeting Schedule CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 �., 013120-3 PROJECT MEETINGS Page 3 of 3 1 a. Progress meetings will be held periodically as determined by the Project 2 Representative. 3 1) Additional meetings may be held at the request of the: 4 a) City 5 b) Engineer - 6 c) Contractor 7 7. Meeting Location 8 a. The City will establish a meeting location. 9 1) To the extent practicable,meetings will be held at the Site. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] - 18 PART 2- PRODUCTS [NOT USED] 19 PART 3 - EXECUTION [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE w 22 war CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 an 013216-1 CONSTRUCTION PROGRESS SCHEDULE w Page I of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation,submittal,updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification I 1 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 w 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I r Revised July 1,2011 City Project No.01226 rr 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 �r 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMEN]['S 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 A 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised July 1,2011 City Project No.01226 ��,, 0132 16-3 CONSTRUCTION PROGRESS SCHEDULE mo 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 ■w 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 ,.0 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. 47 c. Acknowledge and agree that actual delays,affecting paths of activities 48 containing float time,will not have any effect upon contract completion times, 49 providing that the actual delay does not exceed the float time associated with 50 those activities. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 w Revised July 1,2011 City Project No.01226 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 E. Coordinating Schedule with Other Contract Schedules 2 1. Where work is to be performed under this Contract concurrently with or contingent 3 upon work performed on the same facilities or area under other contracts,the 4 Baseline Schedule shall be coordinated with the schedules of the other contracts. 5 a. Obtain the schedules of the other appropriate contracts from the City for the 6 preparation and updating of Baseline schedule and make the required changes 7 in his schedule when indicated by changes in corresponding schedules. _ 8 2. In case of interference between the operations of different contractors,the City will 9 determine the work priority of each contractor and the sequence of work necessary 10 to expedite the completion of the entire Project. _ 11 a. In such cases,the decision of the City shall be accepted as final. 12 b. The temporary delay of any work due to such circumstances shall not be •�• 13 considered as justification for claims for additional compensation. 14 1.5 SUBMITTALS 15 A. Baseline Schedule 16 1. Submit Schedule in native file format and pdf format as required in the City of Fort 17 Worth Schedule Guidance Document. •• 18 a. Native file format includes: 19 1) Primavera(P6 or Primavera Contractor) 20 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 21 bring in hard copy to the meeting for review and discussion. 22 B. Progress Schedule 23 1. Submit progress Schedule in native file format and pdf format as required in the 24 City of Fort Worth Schedule Guidance Document. 25 2. Submit progress Schedule monthly no later than the last day of the month. 26 C. Schedule Narrative 27 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 28 Schedule Guidance Document. •� 29 2. Submit schedule narrative monthly no later than the last day of the month. 30 D. Submittal Process 31 1. The City administers and manages schedules through Buzzsaw. 32 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 33 Guidance Document. 34 3. Once the project has been completed and Final Acceptance has been issued by the 35 City,no further progress schedules are required. 36 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE 40 A. The person preparing and revising the construction Progress Schedule shall be 41 experienced in the preparation of schedules of similar complexity. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 w, 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 B. Schedule and supporting documents addressed in this Specification shall be prepared, 2 updated and revised to accurately reflect the performance of the construction. w 3 C. Contractor is responsible for the quality of all submittals in this section meeting the 4 standard of care for the construction industry for similar projects. 5 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2- PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log an DATE NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 .. Revised July 1,2011 City Project No.01226 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 V" 2 PRECONSTRUCTION VIDEO u 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. •r 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 rr� Revised July 1,2011 City Project No.01226 e. 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 rr a. 4 sr . rr w CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART 1 - 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 +rr• 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 .R 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 w Revised December 20,2012 City Project No.01226 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 .w 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 '/2 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 47 2. The Project title and number CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 013300-3 SUBMITTALS Page 3 of 8 1 3. Contractor identification 2 4. The names of: 3 a. Contractor 4 b. Supplier 5 c. Manufacturer ..� 6 5. Identification of the product,with the Specification Section number,page and 7 paragraph(s) t.■ 8 6. Field dimensions,clearly identified as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, such as ASTM or Federal Specification numbers .. 11 9. Identification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of revisions on resubmittals 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 F. Shop Drawings 15 1. As specified in individual Work Sections includes,but is not necessarily limited to: 16 a. Custom-prepared data such as fabrication and erection/installation(working) 17 drawings 18 b. Scheduled information 19 c. Setting diagrams 20 d. Actual shopwork manufacturing instructions 21 e. Custom templates 22 f. Special wiring diagrams 23 g. Coordination drawings 24 h. Individual system or equipment inspection and test reports including: 25 1) Performance curves and certifications +■ 26 i. As applicable to the Work 27 2. Details 28 a. Relation of the various parts to the main members and lines of the structure "■ 29 b. Where correct fabrication of the Work depends upon field measurements 30 1) Provide such measurements and note on the drawings prior to submitting 31 for approval. r 32 G. Product Data 33 1. For submittals of product data for products included on the City's Standard Product w 34 List,clearly identify each item selected for use on the Project. 35 2. For submittals of product data for products not included on the City's Standard 36 Product List, submittal data may include,but is not necessarily limited to: 37 a. Standard prepared data for manufactured products (sometimes referred to as 38 catalog data) 39 1) Such as the manufacturer's product specification and installation 40 instructions -" 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing-in diagrams and templates *" 44 5) Catalog cuts 45 6) Product photographs 46 7) Standard wiring diagrams 47 8) Printed performance curves and operational-range diagrams CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 01 3300-4 SUBMITTALS Page 4 of 8 1 9) Production or quality control inspection and test reports and certifications 2 10) Mill reports 3 11) Product operating and maintenance instructions and recommended 4 spare-parts listing and printed product warranties 5 12) As applicable to the Work 6 H. Samples 7 1. As specified in individual Sections, include,but are not necessarily limited to: 8 a. Physical examples of the Work such as: 9 1) Sections of manufactured or fabricated Work 10 2) Small cuts or containers of materials 11 3) Complete units of repetitively used products color/texture/pattem swatches 12 and range sets " 13 4) Specimens for coordination of visual effect 14 5) Graphic symbols and units of Work to be used by the City for independent 15 inspection and testing, as applicable to the Work +■ 16 I. Do not start Work requiring a shop drawing,sample or product data nor any material to 17 be fabricated or installed prior to the approval or qualified approval of such item. 18 1. Fabrication performed, materials purchased or on-site construction accomplished .. 19 which does not conform to approved shop drawings and data is at the Contractor's 20 risk. 21 2. The City will not be liable for any expense or delay due to corrections or remedies r. 22 required to accomplish conformity. 23 3. Complete project Work,materials, fabrication,and installations in conformance .. 24 with approved shop drawings, applicable samples, and product data. 25 J. Submittal Distribution 26 1. Electronic Distribution 27 a. Confirm development of Project directory for electronic submittals to be 28 uploaded to City's Buzzsaw site,or another external FTP site approved by the 29 City. 30 b. Shop Drawings 31 1) Upload submittal to designated project directory and notify appropriate 32 City representatives via email of submittal posting. .. 33 2) Hard Copies 34 a) 3 copies for all submittals 35 ' b) If Contractor requires more than 1 hard copy of Shop Drawings 36 returned,Contractor shall submit more than the number of copies listed 37 above. 38 c. Product Data 39 1) Upload submittal to designated project directory and notify appropriate no 40 City representatives via email of submittal posting. 41 2) Hard Copies 42 a) 3 copies for all submittals OR 43 d. Samples 44 1) Distributed to the Project Representative 45 2. Hard Copy Distribution(if required in lieu of electronic distribution) ON 46 a. Shop Drawings 47 1) Distributed to the City 48 2) Copies 00 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 r 013300-5 SUBMITTALS r� Page 5 of 8 1 a) 8 copies for mechanical submittals 2 b) 7 copies for all other submittals 3 c) If Contractor requires more than 3 copies of Shop Drawings returned, 4 Contractor shall submit more than the number of copies listed above. 5 b. Product Data 6 1) Distributed to the City 7 2) Copies 8 a) 4 copies 9 c. Samples 10 1) Distributed to the Project Representative 11 2) Copies 12 a) Submit the number stated in the respective Specification Sections. 13 3. Distribute reproductions of approved shop drawings and copies of approved 14 product data and samples,where required,to the job site file and elsewhere as 15 directed by the City. r 16 a. Provide number of copies as directed by the City but not exceeding the number 17 previously specified. 18 K. Submittal Review 19 1. The review of shop drawings, data and samples will be for general conformance 20 with the design concept and Contract Documents. This is not to be construed as: .,, 21 a. Permitting any departure from the Contract requirements 22 b. Relieving the Contractor of responsibility for any errors, including details, 23 dimensions, and materials 24 c. Approving departures from details furnished by the City, except as otherwise 25. provided herein 26 2. The review and approval of shop drawings, samples or product data by the City 27 does not relieve the Contractor from his/her responsibility with regard to the 28 fulfillment of the terms of the Contract. 29 a. All risks of error and omission are assumed by the Contractor, and the City will w 30 have no responsibility therefore. 31 3. The Contractor remains responsible for details and accuracy,for coordinating the 32 Work with all other associated work and trades,for selecting fabrication processes, 33 for techniques of assembly and for performing Work in a safe manner. 34 4. If the shop drawings, data or samples as submitted describe variations and show a 35 departure from the Contract requirements which City finds to be in the interest of 36 the City and to be so minor as not to involve a change in Contract Price or time for 37 performance,the City may return the reviewed drawings without noting an 38 exception. 39 5. Submittals will be returned to the Contractor under 1 of the following codes: 40 a. Code 1 41 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 42 comments on the submittal. 43 a) When returned under this code the Contractor may release the 44 equipment and/or material for manufacture. 45 b. Code 2 46 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 47 the notations and comments IS NOT required by the Contractor. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I w Revised December 20,2012 City Project No.01226 013300-6 SUBMITTALS Page 6 of 8 1 a) The Contractor may release the equipment or materiai for manufacture; 2 however,all notations and comments must be incorporated into the 3 final product. 4 c. Code 3 5 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 6 assigned when notations and comments are extensive enough to require a +■+ 7 resubmittal of the package. 8 a) The Contractor may release the equipment or material for manufacture; 9 however, all notations and comments must be incorporated into the 10 final product. 11 b) This resubmittal is to address all comments,omissions and 12 non-conforming items that were noted. .. 13 c) Resubmittal is to be received by the City within 15 Calendar Days of 14 the date of the City's transmittal requiring the resubmittal. 15 d. Code 4 16 1) "NOT APPROVED" is assigned when the submittal does not meet the 17 intent of the Contract Documents. 18 a) The Contractor must resubmit the entire package revised to bring the 19 submittal into conformance. 20 b) It may be necessary to resubmit using a different manufacturer/vendor 21 to meet the Contract Documents. 22 6. Resubmittals 23 a. Handled in the same manner as first submittals 24 1) Corrections other than requested by the City 25 2) Marked with revision triangle or other similar method 26 a) At Contractor's risk if not marked 27 b. Submittals for each item will be reviewed no more than twice at the City's 28 expense. 29 1) All subsequent reviews will be performed at times convenient to the City 30 and at the Contractor's expense,based on the City's or City 31 Representative's then prevailing rates. 32 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 33 all such fees invoiced by the City. 34 c. The need for more than 1 resubmission or any other delay in obtaining City's 35 review of submittals,will not entitle the Contractor to an extension of Contract 36 Time. 37 7. Partial Submittals 38 a. City reserves the right to not review submittals deemed partial, at the City's 39 1 discretion. 40 b. Submittals deemed by the City to be not complete will be returned to the 41 Contractor,and will be considered"Not Approved" until resubmitted. 42 c. The City may at its option provide a list or mark the submittal directing the 43 Contractor to the areas that are incomplete. 44 8. If the Contractor considers any correction indicated on the shop drawings to 45 constitute a change to the Contract Documents,then written notice must be 46 provided thereof to the City at least 7 Calendar Days prior to release for 47 manufacture. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised December 20,2012 City Project No.01226 ,,, 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 .r 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 w 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] .r 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 P" 013300-8 SUBMITTALS Page 8 of 8 wr 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 rr CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 00 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control .r. 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract .. 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas "~ 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment —. 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: ® 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 on Revised December 20,2012 City Project No.01226 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A.Public Safety,Chapter 752. 20 High Voltage Overhead Lines. .. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between *� 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features low 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 an 4W 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de-energize the lines,or raise or 8 lower the lines do 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites w 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service,will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. .r 33 2) However,the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting",or 36 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives,Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 0131 13 46 G. Water Department Coordination CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time,existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. .�• 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required,coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. .. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front „® 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e. type of construction activity) 31 d) Actual construction duration within the block ow 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number on 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each ,r,. 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is dw 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to amp 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 ar 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: �^ 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service -. 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers(USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes,but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors . 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. .. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust,capture and properly dispose of waste water. ' 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] - 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED 1 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 .. no 0135 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 .,, 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 w 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 �, Revised December 20,2012 City Project No.01226 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 ... 1 EXHIBIT B 2 F,ORT WORTH Date: DOE NO.XXXX Prajeat[lame: NOTICE OF TEMPORARY WATER SERVICE INTEI MUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT PHIS 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 4 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised December 20,2012 City Project No.01226 ,, 014523-1 TESTING AND INSPECTION SERVICES Page I 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 .w 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. 39 2) Upload test reports to designated project directory and notify appropriate 40 City representatives via email of submittal posting. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 dw 1 3) Hard Copies 2 a) 1 copy for all submittals submitted to the Project Representative 3 b. Hard Copy Distribution(if required in lieu of electronic distribution) 4 1) Tests performed by City 5 a) Distribute 1 hard copy to the Contractor 6 2) Tests performed by the Contractor . 7 a) Distribute 3 hard copies to City's Project Representative 8 4. Provide City's Project Representative with trip tickets for each delivered load of 9 Concrete or Lime material including the following information: -- 10 a. Name of pit 11 b. Date of delivery 12 c. Material delivered 13 B. Inspection 14 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 15 perform work in accordance with the Contract Documents. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 .1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION [NOT USED] - 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 .. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 �, 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - 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 ■r 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 w CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 w Revised July 1,2011 City Project No.01226 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. F* 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised July 1,2011 City Project No.01226 ,�, 01 5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. �~ 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. W 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 w. 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I ,.M, Revised July 1,2011 City Project No.01226 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised July 1,2011 City Project No.01226 �,� me 01 5526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL w Page 1 of 3 l SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY dft 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 w 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit "M 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. .. 39 1) Allow a minimum of 5 working days for permit review. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I am Revised July 1,2011 City Project No.01226 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 .� 1 2) Contractor's responsibility to coordinate review of Traffic Control plans for 2 Street Use Permit, such that construction is not delayed. 3 C. Modification to Approved Traffic Control �. 4 1. Prior to installation traffic control: 5 a. Submit revised traffic control plans to City Department Transportation and 6 Public Works Department. 7 1) Revise Traffic Control plans in accordance with Section 34 71 13. 8 2) Allow minimum 5 working days for review of revised Traffic Control. 9 3) It is the Contractor's responsibility to coordinate review of Traffic Control 10 plans for Street Use Permit, such that construction is not delayed. 11 D. Removal of Street Sign „ 12 1. If it is determined that a street sign must be removed for construction,then contact 13 City Transportation and Public Works Department, Signs and Markings Division to 14 remove the sign. 15 E. Temporary Signage 16 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 17 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 18 Devices(MUTCD). 19 2. Install temporary sign before the removal of permanent sign. 20 3. When construction is complete,to the extent that the permanent sign can be 21 reinstalled, contact the City Transportation and Public Works Department, Signs 22 and Markings Division,to reinstall the permanent sign. 23 F. Traffic Control Standards 24 1. Traffic Control Standards can be found on the City's Buzzsaw website. 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 SUBM11TTALS [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] 34 PART 3- EXECUTION [NOT USED] 35 END OF SECTION CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Cteek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 r tNw A CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 4W Revised July 1,2011 City Project No.01226 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 s Revised July 1,2011 City Project No.01226 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 48 B. Modified SWPPP CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 «.. ev 01 5713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 2 in accordance with Section 0133 00. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] .s 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3- EXECUTION [NOT USED] .. 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 14 ori► CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE w. 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 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] ON 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] w 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] rir 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 40 Revised July 1,2011 City Project No.01226 0158 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 [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] .® 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] .. 30 END OF SECTION 31 s►. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 ,,, 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 MR A.. ar CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 ar Revised July 1,2011 City Project No.01226 016000-1 PRODUCT REQUIREMENTS Page I of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS _. 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 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] w. 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] r 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 sur Revised December 20,2012 City Project No.01226 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] . 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 7 w. w d+ CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 �,,, 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS .. 3 PART 1 - 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. 34 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 35 containers designed and constructed to protect the contents from physical or 36 environmental damage. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 .., Revised July 1,2011 City Project No.01226 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 , 1 5. Clearly and fully mark and identify as to manufacturer, item and installation 2 location. 3 6. Provide manufacturer's instructions for storage and handling. 4 B. Handling Requirements 5 1. Handle products or equipment in accordance with these Contract Documents and .- 6 manufacturer's recommendations and instructions. 7 C. Storage Requirements 8 1. Store materials in accordance with manufacturer's recommendations and 9 requirements of these Specifications. 10 2. Make necessary provisions for safe storage of materials and equipment. 11 a. Place loose soil materials and materials to be incorporated into Work to prevent 12 damage to any part of Work or existing facilities and to maintain free access at 13 all times to all parts of Work and to utility service company installations in 14 vicinity of Work. 15 3. Keep materials and equipment neatly and compactly stored in locations that will 16 cause minimum inconvenience to other contractors,public travel,adjoining owners, 17 tenants and occupants. 18 a. I Arrange storage to provide easy access for inspection. 19 4. Restrict storage to areas available on construction site for storage of material and 20 equipment as shown on Drawings, or approved by City's Project Representative. 21 5. Provide off-site storage and protection when on-site storage is not adequate. 22 a. Provide addresses of and access to off-site storage locations for inspection by 23 City's Project Representative. 24 6. Do not use lawns, grass plots or other private property for storage purposes without 25 written permission of owner or other person in possession or control of premises. 26 7. Store in manufacturers' unopened containers. 27 8. Neatly, safely and compactly stack materials delivered and stored along line of 28 Work to avoid inconvenience and damage to property owners and general public 29 and maintain at least 3 feet from fire hydrant. 30 9. Keep public and private driveways and street crossings open. 31 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to ... 32 satisfaction of City's Project Representative. 33 a. Total length which materials may be distributed along route of construction at 34 one time is 1,000 linear feet,unless otherwise approved in writing by City's 35 Project Representative. Oft CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised July 1,2011 City Project No.01226 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 I 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 ,,,, Revised July 1,2011 City Project No.01226 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE ... 1 r. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 ,�, 017000-1 MOBILIZATION AND REMOBILIZATION .. Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization sand 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: w 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 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised November 22,2016 City Project No.01226 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 r„ 1 3. Mobilizations and Demobilization for Miscellaneous Projects 2 a. Mobilization and Demobilization 3 1) Mobilization shall consist of the activities and cost ori a Work Order basis 4 necessary for: 5 a) Transportation of Contractor's personnel, equipment,and operating 6 supplies to the Site for the issued Work Order. 7 b) Establishment of necessary general facilities for the Contractor's 8 operation at the Site for the.issued Work Order 9 2) Demobilization shall consist of the activities and cost necessary for: 10 a) Transportation of Contractor's personnel, equipment, and operating 11 supplies from the Site including disassembly for each issued Work 12 Order 13 b) Site Clean-up for each issued Work Order 14 c) Removal of all buildings or other facilities assembled at the Site for 15 each Work Oder 16 b. Mobilization and Demobilization do not include activities for specific items of 17 work for which payment is provided elsewhere in the contract. 18 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 19 a. A Mobilization for Miscellaneous Projects when directed by the City and the 20 mobilization occurs within 24 hours of the issuance of the Work Order. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include,but are not necessarily limited to: 24 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 —General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 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) CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised November 22,2016 City Project No.01226 i 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 2) Remobilization as described in Section 1.1.A.2.a.2) 2 d. No payments will be made for standby, idle time, or lost profits associated this 3 Item. 4 3. Remobilization for suspension of Work as required by City 5 a. Measurement and Payment 6 1) This shall be submitted as a Contract Claim in accordance with Article 10 7 of Section 00 72 00. 8 2) No payments will be made for standby, idle time,or lost profits associated 9 with this Item. 10 4. Mobilizations and Demobilizations for Miscellaneous Projects 11 a. Measurement ,.� 12 1) Measurement for this Item shall be for each Mobilization and 13 Demobilization required by the Contract Documents 14 b. Payment 15 1) The Work performed and materials furnished in accordance with this Item 16 and measured as provided under"Measurement'will be paid for at the unit 17 price per each"Work Order Mobilization"in accordance with Contract 18 Documents. Demobilization shall be considered subsidiary to mobilization 19 and shall not be paid for separately. 20 c. The price shall include: 21 1) Mobilization as described in Section 1.1.A.3.a.1) 22 2) Demobilization as described in Section 1.1.A.3.a.2) 23 d. No payments will be made for standby, idle time, or lost profits associated this 24 Item. 25 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 26 a. Measurement 27 1) Measurement for this Item shall be for each Mobilization and ■* 28 Demobilization required by the Contract Documents 29 b. Payment 30 1) The Work performed and materials furnished in accordance with this Item -• 31 and measured as provided under"Measurement'will be paid for at the unit 32 price per each"Work Order Emergency Mobilization"in accordance with 33 Contract Documents. Demobilization shall be considered subsidiary to 34 mobilization and shall not be paid for separately. 35 c. The price shall include 36 1) Mobilization as described in Section 1.1.A.4.a) 37 2) Demobilization as described in Section 1.1.A.3.a.2) �. 38 d. No payments will be made for standby, idle time, or lost profits associated this 39 Item. 40 1.3 REFERENCES [NOT USED] 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] tw 42 1.5 SUBMITTALS [NOT USED] 43 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] ..r CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS. Part 1 Revised November 22,2016 City Project No.01226 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 +R 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [NOT USED] 8 END OF SECTION 9 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. sr 10 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised November 22,2016 City Project No.01226 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 1 SECTION 01 71 23 - 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 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. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will be 20 allowed. 21 2. Redline Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. ••� 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will be ,,. 27 allowed. 28 1.3 REFERENCES ., 29 A. Definitions 30 1. Redline Survey—The survey measurements made prior to or while construction is 31 in progress to control elevation,horizontal position,dimensions and configuration .. 32 of structures/improvements included in the Project Drawings. Measurements made 33 after the construction of the improvement feature is complete to provide position 34 coordinates for the features of a project. .r, 35 2. Construction Staking—The placement of stakes and markings to provide offsets 36 and elevations to cut and fill in order to locate on the ground the designed 37 structures/improvements included in the Project Drawings. Construction staking 38 shall include staking easements if indicated on the plans. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 30,2016 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1 3. Survey"Field Checks"—Measurements made after construction staking is 2 completed and before construction work begins to ensure that structures marked on 3 the ground are accurately located per Project Drawings. 4 B. Technical References 5 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw 6 website)—01 71 23.16.01_Attachment A_Survey Staking Standards. Specification 7 sheet(SpecRequirements.docx)and list of GPS fields and features 8 (GPSFieldsAndFeatures.xlsx). Template file for Redline Survey(Red Line 9 Coordinates.xlsx). —' 10 2. Texas Department of Transportation(TxDOT) Survey Manual,latest revision 11 3. Texas Society of Professional Land Surveyors (TSPS),Manual of Practice for Land 12 Surveying in the State of Texas,Category 5 13 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Submittals, if required, shall be in accordance with Section 01 33 00. 17 B. All submittals shall be received and reviewed by the City prior to delivery of work. 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS r 19 A. Certificates 20 1. Provide certificate certifying that elevations and locations of improvements are in ,,.. 21 conformance or non-conformance with requirements of the Contract Documents. 22 a. Certificate must be sealed by a registered professional land surveyor in the 23 State of Texas. 24 B. Field Quality Control Submittals 25 1. Documentation verifying accuracy of field engineering work. Includes coordinate 26 conversions if plans do not indicate grid or ground coordinates. 27 C. Field Quality Control Submittals 28 1. Submit"Cut-Sheets"conforming to the standard template provided by the City .. 29 (refer to 017123.16.01 —Attachment A—Survey Staking Standards)and 30 Construction Redline Spreadsheet. Contractor shall submit an updated Construction 31 Redline Spreadsheet with the second partial payment request each month. 32 1.7 CLOSEOUT SUBMITTALS 33 A. As-built including GPS data in the form of GIS shapefiles/feature classes(digital survey 34 files in format outlined in Part 2A.5.)and Completed Redline Spreadsheet 35 1. Contractor shall submit the proposed as-built and completed redline spreadsheet 1 36 week prior to scheduling the project final for City review and comment. Revisions, 37 if necessary, shall be made to the as-built and redline spreadsheet and resubmitted 38 to the City prior to scheduling the construction final. 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 30,2016 �,. 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 1.9 QUALITY ASSURANCE 2 A. Construction Staking 3 1. Construction staking will be performed by the Contractor. 4 2. Coordination 5 a. Contact City's Project Representative at least 2 weeks in advance for 6 scheduling of Construction Staking. 7 b. It is the Contractor's responsibility to coordinate staking such that 8 construction activities are not delayed or negatively impacted. 9 3. General 10 a. Contractor is responsible for preserving and maintaining stakes. If City 11 surveyors are required to re-stake for any reason,the Contractor will be 12 responsible for costs to perform staking. If in the opinion of the City,a 13 sufficient number of stakes or markings have been lost, destroyed disturbed or 14 omitted that the contracted Work cannot take place then the Contractor will be 15 required to stake or re-stake the deficient areas. 16 B. Redline Survey 17 1. Redline Survey will be performed by the Contractor. 18 2. Coordination 19 a. Contractor to verify that horizontal and vertical control data established in the �• 20 design survey and required for construction survey is available and in place. 21 b. It is the Contractor's responsibility to coordinate the Redline Survey such that 22 construction activities are not delayed or negatively impacted. ,■„ 23 1) Contractor shall perform replacements and/or restorations. 24 2) Contractor to coordinate to have City perform survey"Field Check",prior 25 to continuing with any construction staking or subsequent survey. 26 3. General 27 a. Construction survey will be performed in order to document survey work by 28 providing accurate and detailed cut sheets in the format provided by the City 29 Surveyor, as it progresses for Project Records. 30 b. The Contractor shall survey the elevation and location(and provide written 31 documentation to the City)construction features during the progress of the 32 construction including,but not limited to,the following: 33 1) Manholes 34 a) Rim and flowline elevations and coordinates for each manhole 35 2) Water Lines 36 a) Top of pipe elevations and coordinates for waterlines at the following 37 locations: 38 (1) Minimum every 25O linear feet, including 39 (2) Horizontal and vertical points of inflection,curvature, 40 etc. (All Fittings) 41 (3) Cathodic protection test stations ,. 42 (4) Sampling stations 43 (5) Meter boxes/vaults(All sizes) 44 (6) Fire lines 45 (7) Fire hydrants 46 (8) Gate valves 47 (9) Plugs, stub-outs, dead-end lines 48 (10) Air Release valves(Manhole rim and vent pipe) CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 30,2016 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 1 (11) Blow off valves(Manhole rim and valve lid) 2 (12) Pressure plane valves 3 (13) Cleaning wyes ... 4 (14) Casing pipe(each end) 5 6 b) Underground Vaults 7 (1) Rim and flowline elevations and coordinates for each 8 Underground Vault. 9 3) Sanitary Sewer 10 a) Top of pipe elevations and coordinates for sanitary sewer lines at the 11 following locations: 12 (1) Minimum every 250 linear feet, including 13 (2) Horizontal and vertical points of inflection,curvature, 14 etc. 15 (3) Cleanouts 16 b) Manholes and Junction Structures 17 (1) Rim and flowline elevations and coordinates for each 18 manhole and junction structure. 19 4) Stormwater „^ 20 a) Top of pipe elevations and coordinates for storm drain at the following 21 locations: 22 (1) Minimum every 250 linear feet, including 23 (2) Horizontal and vertical points of inflection,curvature, 24 etc. 25 c. For construction methods other than open cut,the Contractor shall perform 26 construction redline survey and verify control data including,but not limited 27 to,the following: 28 1) Verification that established benchmarks and control are accurate. 29 2) Use of Benchmarks to furnish and maintain all reference lines and grades 30 for tunneling. 31 3) Use of line and grades to establish the location of the pipe. 32 4) Submit to the City copies of field notes, if requested,used to establish all + 33 lines and grades and allow the City to check guidance system setup prior to 34 beginning each tunneling drive. 35 5) Provide access for the City, if requested,to verify the guidance system and .. 36 the line and grade of the carrier pipe. 37 6) The Contractor remains fully responsible for the accuracy of the work and 38 correction of it, as required. 39 7) Monitor line and grade continuously during construction. 40 8) Record deviation with respect to design line and grade once at each pipe 41 joint and submit daily records to the City 42 9) If the installation does not meet the specified tolerances(as outlined in 43 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 44 the installation in accordance with the Contract Documents. 45 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 46 1.11 FIELD [SITE] CONDITIONS [NOT USED] 47 1.12 WARRANTY CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 30,2016 �,, A 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 an 1 PART2- PRODUCTS 2 A. A redline survey will produce,but will not be limited to: 3 1. Recovery of relevant control points,points of curvature and points of intersection. 4 2. Establish temporary horizontal and vertical control elevations (benchmarks) 5 sufficiently permanent and located in a manner to be used throughout construction. 6 3. The location of planned facilities,easements and improvements. 7 a. Establishing final line and grade stakes for piers, floors, grade beams,parking 8 areas,utilities, streets,highways,tunnels,and other construction. 9 b. A record of revisions or corrections noted in an orderly manner for reference. 10 c. A drawing,when required by the client,indicating the horizontal and vertical 11 location of facilities,easements and improvements,as built. 12 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 13 construction staking projects. These cut sheets shall be on the standard city template �.. 14 which can be obtained from the Survey Superintendent(817-392-7925). 15 5. Digital survey files in the following formats shall be acceptable: 16 a. AutoCAD(.dwg) 17 b. Microstation(.dgn) 18 c. Text File(.txt) 19 d. ESRI Shapefile(.shp) 20 e. CSV file(.csv) 21 6. Survey files shall include vertical and horizontal data tied to original project 22 control and benchmarks, and shall include feature descriptions 23 PART 3 - EXECUTION ow 24 3.1 INSTALLERS 25 A. Tolerances: 26 1. The staked location of any improvement or facility should be as accurate as 27 practical and necessary. The degree of precision required is dependent on many 28 factors all of which must remain judgmental. The tolerances listed hereafter are 29 based on generalities and,under certain circumstances, shall yield to specific w 30 requirements. The surveyor shall assess any situation by review of the overall plans 31 and through consultation with responsible parties as to the need for specific 32 tolerances. 33 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft.vertical 34 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 35 1.0 ft. tolerance. 36 b. Horizontal alignment on a structure should not exceed 0.03ft. tolerance. 37 c. Paving or concrete for streets, curbs,gutters,parking areas,drives,alleys and 38 walkways shall be located within the confines of the site boundaries and, 39 occasionally,along a boundary or any other restrictive line. Away from any 40 restrictive line,these facilities should be staked with an accuracy producing no 41 more than 0.05ft. tolerance from their specified locations. ww CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 30,2016 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 d. Underground and overhead utilities, such as sewers,gas,water,telephone and 2 electric lines, shall be located horizontally within their prescribed areas or 3 easements. Within assigned areas,these utilities should be staked with an 4 accuracy producing no more than 0.1 ft tolerance from a specified location. 5 e. The accuracy required for the vertical location of utilities varies widely. Many 6 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 7 should be maintained.Underground and overhead utilities on planned profile, 8 but not depending on gravity flow for performance, should not exceed 0.1 ft. 9 tolerance. 10 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 11 specifications or in compliance to standards. The City reserves the right to request a 12 calibration report at any time and recommends regular maintenance schedule be �. 13 performed by a certified technician every 6 months. 14 1. Field measurements of angles and distances shall be done in such fashion as to 15 satisfy the closures and tolerances expressed in Part 3.1.A. , 16 2. Vertical locations shall be established from a pre-established benchmark and 17 checked by closing to a different bench mark on the same datum. 18 3. Construction survey field work shall correspond to the client's plans. Irregularities —� 19 or conflicts found shall be reported promptly to the City. 20 4. Revisions, corrections and other pertinent data shall be logged for future reference. 21 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 APPLICATION 25 3.5 REPAIR/RESTORATION 26 A. If the Contractor's work damages or destroys one or more of the control 27 monuments/points set by the City,the monuments shall be adequately referenced for 28 expedient restoration. 29 1. Notify City if any control data needs to be restored or replaced due to damage 30 caused during construction operations. 31 a. Contractor shall perform replacements and/or restorations. 32 b. The City may require at any time a survey"Field Check"of any monument or 33 benchmarks that are set be verified by the City surveyors before further -- 34 associated work can move forward. 35 3.6 RE-INSTALLATION [NOT USED] 36 3.7 FIELD [OR] SITE QUALITY CONTROL 37 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 38 City in accordance with this Specification. This includes easements, if noted on the 39 plans. 40 B. Do not change or relocate stakes or control data without approval from the City. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 30,2016 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 ire 1 3.8 SYSTEM STARTUP 2 A. Survey Checks 3 1. The City reserves the right to perform a Survey Check at any time deemed 4 necessary. 5 2. Checks by City personnel or Yd party contracted surveyor are not intended to 6 relieve the contractor of his/her responsibility for accuracy. 7 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] w 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added Instruction under 1.2;Added 1.3.A.and 1.2.13.;Modified 1.5.13.;Modified 1.6.A.;Removed 1.6.13.;Modified 1.9.A. 1.;Modified 1.9.A.3.a.;Removed 1.9.A.3.b. ;Modified 1.9.13.1.;Removed 1.9.B.3.b.2)a)(1);Modified 1.9.A.3.a.; 12/30/2016 F.Griffin Removed 1.9.A.3.b.;Modified 1.9.13.1.;Modified 1.9.B.2.a.;Modified 1.9.B.2.b.; r* Removed 1.9.B.2.c.and d.;Modified 1.9.B.3.a.;Modified 1.9.13.3.b.;Added PART 2—PRODUCTS;Added 3.1.A.;Added 3.1.B.;Added 3.5.A.;Modified 3.7.A.; Modified 3.7.13.;Added 3.8. in 16 w .w ..w w CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] w Revised December 30,2016 Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert—Conformal_Conic .. False_Easting: 1968500.00000000 False—Northing: 6561666.66666667 Central—Meridian: -98.50000000 Standard—Parallel-1: 32.13333333 Standard—Parallel-2: 33.96666667 Latitude—Of—Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS—North—American-1983 Datum: D_North_American_1983 Prime Meridian: Greenwich Angular Unit: Degree • Convert all data from ground to grid prior to delivery. • Data must be delivered in a shapefile or other ESRI-compatible format(.csv, .dwg/.dwf,etc.)with the correct data dictionary/tables. • Data should be converted to a Scale Factor of 1 upon delivery. Tolerances should be listed and followed appropriately. Field Type FEATURE TEXT(50) Contains the asset-type of the shot as a drop-down of the associated GPS Asset list X_COORD DOUBLE X-coordinate of the GPS shot Y_COORD DOUBLE Y-coordinate of the GPS shot Z_COORD DOUBLE Z-coordinate of the GPS shot , DATE—SHOT DATE Date the asset was shot X_NUM LONG INTEGER X-Number;City Water project number CP_NUM TEXT(10) City Project Number VAULT BOOLEAN Yes/No field disignating if the asset is in a vault COMMENTS TEXT(255) General comments field u z N X 'L r L ^; W L V •C L � GJ O �+ O �C V m a+ N N C O .w m W VI m X H vi X v � � N m p � � N iv U z 0 z to � O � O N O N C O i.+ � n u.i 1/f m 7 f0 m > d yam W Y � Ga c L Q f0 IA d�Paq N C Q i:. ap W u z _ m �. x �L 0 u � c f- c m 0 aQ N E LL 6A C� I C O m N W a+ 7 z u TM z �o x CA" a m N � O � N O O 'O �L V a eo m c m v N = r C L = N LL C O �o N W u z IA m x vi 4. m N C O � N O O V 'C cit a C7 �o c x j a, E p ., u to f0 Y -ts M ,r N V ar f0 N W 'd N QT �fi C � ;' O V p V Z a c7 ... j a YJ C J O LL 7 L 3 j � W V � 6J C Z 3 of N _ m C C N \21\ to LN O L O 3 a C7 I �o .F+ N c }_0 IA N �.i O o a 2 Q W :a o a s a +� F m u oo � u m .m Z �. u X CC N ) A ;- a m +�+ , 3 y o C u C M O N � N ® t4 d a+. p. 11'4 N !Z •C� G L 3 x a, tA �L y '4d N C O O u SRI a+ N FORT WORTH@ Section 017123.01 - Attachment A Survey Staking Standards Page 1 of 14 Revised August 2016 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://online man uals.txdot.goy/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Control Standards V. Water Staking w VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets Page 2 of 14 Revised August 2016 ,, I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817)392-7925 Survey Superintendent,direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER ' III. Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub (2"x2" min. square preferred) 6"tall Pin Flags (2.5"x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1"wide _. Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long Page 3 of 14 Revised August 2016 IV. Survey Equipment and Control Standards A. City Benchmarks . All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for'Interactive Maps' and click on the'Surveyors' link B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibrFtion report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence per year. C. Network/V.R.S.and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of .. at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines, and rough-grade only. No GPS staking for concrete,sanitary sewer,final grade,or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting,and Elevation (if applicable)of the point set. Control points can be set rebar, 'X' in concrete,or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point'or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North:0, East=O C. Geoid model used, Example: GEOID12A Page 4 of 14 Revised August 2016 Example Control Stakes y <c w rn ■. cn Q z rn d iw► Z_ :D Lj L C W CL 1016 EL.= 100.00' .. m l � I � r CA 5 ZW W 0 U 00 F- Z z _ .. � En _ z •�► -- m � m' o g � a o CP #1 N=5000.00 E=5000.00 FY V .. LL— Page 5 of 14 ® Revised August 2016 V. Water Staking Standards A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations if. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe(T/P)for 12"diameter pipes or smaller IV. Grade to flow line(F/L)for 16"and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10"and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should .� be set at a 25' interval if. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box if. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5'away from the edge of a driveway .. IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb If. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main if. RIM grades should only be provided if on plans ._ Page 6 of 14 Revised August 2016 as Example Water Stakes i o r� W OJO z z 7' o/s C WA- LA- ry LL- 4013 " _ 1 Z 01.00� .. 0 L O/S 17, WA = STA-1+72.81 I c-zm No 6 _ Q FEL_ m � �6 W ILY !1 :3:3 W+ �. caj F F F z 3 'r £� oLJ LL LLJ 0 W STAB+QO C-3 7$ <� -101 m � : J moZ r Page 7 of 14 Revised August 2016 VI. Sanitary Sewer Staking A. Centerline Staking—Straight Line Tangents ^� I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400'or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole,each line shall have a cut/fill and direction noted "— VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted �. C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only on the stake when provided in the plans Page 8 of 14 Revised August 2016 .. me .m Example Sanitary Sewer Stakes r� v 2205111 LL C Z A M" VI `+) !moi 12' 0/5 SS STA_3+7tft to C-311 C-3m a C^Ca _ .. W ; ". oi<U r 0/sLL OR go t d 7' S5 sTdr. 'w C- f+Q ell 44111 �- Z a U2 ofs ss tA_p+ �_� � � oil LL cr_ LLJ LL. 0 iL Ws Page 9 of 14 Revised August 2016 VII. Storm Sewer & Inlet Staking A. Centerline Staking—Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00'total length III. Recessed 10' Inlet=20.00' total length .. IV. Standard double 10' inlet= 26.67'total length V. Recessed double 10' inlet= 30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only on the stake when provided in the plans Page 10 of 14 Revised August 2016 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING } (SIDE FACING ) a NO FLAGGING REQUIRED oo IN LIEU OF PINK PAINTED LATH cn .n n m m o m z a 1 BACK z BACK I � (SIDE FAGNG N.CLW.) {5113E FACING R.GW.3 IDENTIFIES WHICH IDEN11RES VMICH POINT I END OF THE WING POINT 9i END OF THE%ING It BEING STAKED r BEING STAKED I 1p � a HLB FLEYAn[N II INLET STATION Hua F1EYAlION e j t (IF NOTED ON PLANS) t IDENTIFIES GRADE I TO TOP OF CURB T/c 0 C7 IDENTIFIES GRADE FL TO FLG4/UNE DISTANCES FOR INLETS _ STANDARD 10' - 16' RECESSED 10' - 20' T STANDARD DOUBLE 1a' — 26.67 HUB WITH TACK ————----—.. RESED D CESDUBLE 1 a _36_67 I I BACK OF INLET F1 AAAR N I �� O 1 b� MARdLE QI ;f I BACK OF CJJRB BACK OF CURB ——————_—— :WING" .'Q 't.• t.:. .i' '4A N FLOYLINE FACE OF INLET FACE OF INLET FLDWUNE ECG£OF PAVEMENT EDGE OF PAVE}dENT EDGE 4F PAVEMENT EDGE# PA'VEMENT Page 11 of 14 Revised August 2016 VIII. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves Ill. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb & Gutter Stakes FRONT (SIQE FACING q-) 0 o FRONT IDFNnRES END FRONT (SDE FACING¢J P�IMGENT e/ FRONT C 1171 (SIDE FACING CL) wNnnEs START POINT OF DURVATIIRE PC (SIDE FACING E) w a wo SO g PT BACK Z to IDFNnFIES OFFSET IS TO O r Y (SIDE FACING R.O,W.) / �FACECURB OF CUPHF�C TIF o o y 1 u III I POINT Nr , 's $ a/c III I u III I III I IDENTIFIES ORADE IS b p TIC TO TOP OF V06 NO o III HUB ELEVATION o + n mGRADE s aiS0 O P NO FAGGING REQUIRED l I IN LIEU OF PINK PAINTED LATH . , Iq491 / � .. � TOP OF CURB --- �� '4 BACK OF CURB — — — �If�^ cv)RP FACE OF CURB, I I -- -- QSL� ---�- P �� JIM FLO KI NE EDGE OF PAVEMENT Page 12 of 14 Revised August 2016 Example Curb & Gutter Stakes at Intersection O { z Zdd LL- �Id O/� sr�,•¢teo ME W O v 4w ■!p �W� ,O L ,D L � � dft a 3� 0 O xmvisb wt pe 6O ffmAO R-- so � a euro Jo W" o f mwaw w"m i o M A Page 13 of 14 ,� Revised August 2016 IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example:C01234) ... E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank Excel template can be obtained from the city survey superintendent Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR U SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. OFFSET PROP. STAKED PT# STATION DESCRIPTION -CUT + FILL -LT/+RT GRADE ELEV. Page 14 of 14 Revised August 2016 s■ 01 7423-1 CLEANING w Page 1 of 4 1 SECTION 0174 23 2 CLEANING so 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 w 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 rr 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 .r 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] •� 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. .wr CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] .. 3 PART2 - 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 1 alternate manner approved by City and regulatory agencies. 33 6. Handle materials in a controlled manner with as few handlings as possible. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 �,,. www 017423-3 CLEANING Page 3 of 4 1 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 2 this project. 3 8. Remove all signs of temporary construction and activities incidental to construction 4 of required permanent Work. 5 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 6 have the cleaning completed at the expense of the Contractor. 7 10. Do not burn on-site. 8 B. Intermediate Cleaning during Construction 9 1. Keep Work areas clean so as not to hinder health, safety or convenience of 10 personnel in existing facility operations. 11 2. At maximum weekly intervals,dispose of waste materials,debris and rubbish. 12 3. Confine construction debris daily in strategically located container(s): 13 a. Cover to prevent blowing by wind 14 b. Store debris away from construction or operational activities 15 c. Haul from site at a minimum of once per week 16 4. Vacuum clean interior areas when ready to receive finish painting. 17 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 18 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 19 may become airborne or transported by flowing water during the storm. 20 C. Interior Final Cleaning 21 1. Remove grease,mastic,adhesives, dust,dirt, stains, fingerprints,labels and other 22 foreign materials from sight-exposed surfaces. 23 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 24 3. Wash and shine glazing and mirrors. 25 4. Polish glossy surfaces to a clear shine. 26 5. Ventilating systems 27 a. Clean permanent filters and replace disposable filters if units were operated 28 during construction. 29 b. Clean ducts,blowers and coils if units were operated without filters during 30 construction. 31 6. Replace all buried out lamps. 32 7. Broom clean process area floors. 33 8. Mop office and control room floors. 34 D. Exterior(Site or Right of Way)Final Cleaning 35 1. Remove trash and debris containers from site. 36 a. Re-seed areas disturbed by location of trash and debris containers in accordance 37 with Section 32 92 13. 38 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 39 that may hinder or disrupt the flow of traffic along the roadway. 40 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, 41 junction boxes and inlets. 42 4. If no longer required for maintenance of erosion facilities, and upon approval by 43 City,remove erosion control from site. .. 44 5. Clean signs, lights, signals,etc. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 sw Revised July 1,2011 City Project No.01226 017423-4 CLEANING Page 4 of 4 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] OM 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] ^' 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 aw 017719-1 CLOSEOUT REQUIREMENTS Page 1 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 .r 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. .s 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. .w CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 w Revised July 1,2011 City Project No.01226 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 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. —. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor,in 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all , 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 �,,, 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 w 29 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 017823-1 OPERATION AND MAINTENANCE DATA Pagel of 5 1 SECTION 0178 23 _. 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract " 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary 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 I I 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 w Revised December 20,2012 City Project No.01226 ow 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 00 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. 00 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 £ Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project M 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. ow 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part l Revised December 20,2012 City Project No.01226 w 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 w Revised December 20,20I2 City Project No.01226 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 ,,,, 01 7823-5 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 aw w CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised December 20,2012 City Project No.01226 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents,including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. r 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] .r 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] r 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] rrs . 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 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 on 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 10111 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] amp 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 Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised July 1,2011 City Project No.01226 ,,,, w O1 7839-3 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 r. 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 .r 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. 48 c. Call attention to each entry by drawing a"cloud" around the area or areas .r. 49 affected. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised July 1,2011 City Project No.OI226 01 7839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 d. Make changes neatly,consistently and with the proper media to assure 2 longevity and clear reproduction. 3 2. Transfer of data to other Documents 4 a. If the Documents,other than Drawings,have been kept clean during progress of 5 the Work,and if entries thereon have been orderly to the approval of the City, 6 the job set of those Documents,other than Drawings,will be accepted as final 7 Record Documents. 8 b. If any such Document is not so approved by the City, secure a new copy of that 9 Document from the City at the City's usual charge for reproduction and r.. 10 handling,and carefully transfer the change data to the new copy to the approval 11 of the City. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 24 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised July 1,2011 City Project No.01226 3301 31-.1 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION ON Page 1 of 7 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television(CCTV)Inspection of 7 sanitary sewer or storm sewer mains 8 2. For sanitary sewer projects all(existing: Pre-CCTV,proposed:Post-CCTV)main 9 shall be inspected. 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 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 17 4. Section 33 04 50—Cleaning of Sewer Mains .� 18 5. Section 01 32 16—Construction Progress Schedule 19 1.2 PRICE AND PAYMENT PROCEDURES .■ 20 A. Pre-CCTV Inspection 21 1. Measurement 22 a. Measurement for this Item will be by the linear foot of line televised for CCTV �. 23 Inspection performed prior to any line modification or replacement determined 24 from the distance recorded on the video log. 25 2. Payment .r 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under"Measurement"will be paid for at the unit price 28 bid per linear foot for"Pre-CCTV Inspection". 29 1) Contractor will not be paid for unaccepted video. 30 3. The price bid shall include: 31 a. Mobilization ,�. 32 b. Cleaning 33 c. Digital file 34 B. Post-CCTV Inspection 35 1. Measurement 36 a. Measurement for this Item will be by the linear foot of line televised for CCTV 37 Inspection performed following repair or installation determined from the 38 distance recorded on the video log. 39 2. Payment CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 6,2016 City Project No.01226 w� .s 330131-2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 2 of 7 1 a. The work performed and materials furnished in accordance with this Item and 2 measured as provided under":Measurement'will be paid for at the unit price 3 bid per linear foot for"Post-CCTV Inspection". •'"' 4 1) Contractor will not be paid for unaccepted video. 5 3. The price bid shall include: 6 a. Mobilization 7 b. Cleaning 8 c. Digital file 9 1.3 REFERENCES Opp 10 A. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification,unless a date is specifically cited. 14 2. City of Fort Worth Water Department 15 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 16 Program(CCTV Manual). The CCTV Manual is available for download on 17 Buzzsaw. Location: Resources\70—Inspection Tools\Standard Construction .• 18 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 19 download on Buzzsaw. Location: Resources\70—Inspection Tools\Standard 20 Construction. „w 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Sanitary Sewer Lines 24 a. Meet with City of Fort Worth Water Department staff to confirm that the 25 appropriate equipment, software, standard templates, defect codes and defect , . 26 rankings are being used,if required. 27 2. Storm Sewer Lines 28 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 29 confirm that the appropriate equipment, software, standard templates,defect 30 codes and defect rankings are being used,if required. 31 B. Schedule -- 32 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 33 per Section 0132 16. 34 2. Include time for City review(2 weeks minimum—Notification needs to be send out 35 to Project Manager&Field Operation). 36 3. If CCTV is accepted by City,proceed with work. If rejected,coordinate with City 37 per Part 1.4 A. 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 0133 00. 40 B. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 ... STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 6,2016 City Project No.01226 on Am 330131-3 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION go Page 3 of 7 1 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 2 video data per the CCTV Manual. Provide additional copy of video in Windows Media .. 3 Audio/Video(.wmv)format for City Inspection review. 4 D. If inspected with other software provide video data in Windows Media Audio/Video 5 (.wmv)format. Provide CCTV log in EXCEL spread sheet format—The CCTV spread 6 sheet log can be found on Buzzsaw. Location: Resources\70—Inspection 7 Tools\Standard Construction. 8 E. Inspection Report shall include: 9 1. Asset 10 a. Date 11 b. City 12 c. Address and/or Project Name 13 d. Main Number—GIS ID(If Available) 14 e. Upstream Manhole GIS ID (If Available) 15 f. Downstream Manhole GIS ID(If Available) 16 g. Pipe Diameter 17 h. Material 18 i. Pipe Length 19 j. Mapsco Location Number 20 k. Date Constructed 21 1. Pipe Wall Thickness 22 2. Inspection 23 a. Inspection Number(i.e. I",2°d,etc...) .. 24 b. Crew Number 25 c. Operator Name 26 d. Operator Comments 27 e. Reason for Inspection 28 f. Equipment Number 29 g. Camera Travel Direction(Upstream/Downstream) 30 h. Inspected Length(feet) 31 i. Work Order Number(if required) 32 j. City Project Number(if required) 33 k. City Contract Name 34 1. DOE/TPW Number(if required) 35 m. Consultant Company Name 36 n. Consultant Contact Name 37 o. Consultant Contact Phone Number 38 p. Contractor Company Name 39 q. Contractor Contact Name +� 40 r. Contractor Contact Phone Number 41 1.6 INFORMATIONAL SUBMITTALS 42 A. Pre-CCTV submittals 43 1. 2 copies of CCTV video results on USB drive 44 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 45 B. Additional information that may be requested by the City 40 CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 6,2016 City Project No.01226 go 330131-4 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 4 of 7 1 1. Listing of cleaning equipment and procedures 2 2. Listing of flow diversion procedures if required an 3 3. Listing of CCTV equipment 4 4. Listing of backup and standby equipment 5 5. Listing of safety precautions and traffic control measures .. 6 1.7 CLOSEOUT SUBMITTALS 7 A. Post-CCTV submittals 8 1. 2 copies of CCTV video results on USB drive 9 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to 10 the City Inspector for review prior to scheduling a project final walk through. .. 11 3. CCTV speadsheet log in EXCEL format—A blank copy of the CCTV spread sheet 12 log can be found on Buzzsaw. Location: Resources\70—Inspection Tools\Standard 13 Construction 14 4. Construction Plans identifying the line segments that were videoed. Include cover 15 sheet,overall line layout sheet(s), and plan and profile sheet(s). 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2- PRODUCTS 22 A. Equipment- 23 1. Closed Circuit Television Camera 24 a. The television camera used shall be one specifically designed and constructed 25 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 26 picture of the entire periphery of the pipe. The camera shall be operative in 100 27 percent humidity/submerged conditions. The equipment will provide a view of 28 the pipe ahead of the equipment and of features to the side of the equipment 29 through turning and rotation of the lens. The camera shall be capable of tilting 30 at right angles along the axis of the pipe while panning the camera lens through 31 a full circle about the circumference of the pipe. The lights on the camera shall 32 also be capable of panning 90-degrees to the axis of the pipe. 33 b. The radial view camera must be solid state color and have remote control of the 34 rotational lens. The camera shall be capable of viewing the complete 35 circumference of the pipe and manhole structure,including the cone-section or 36 corbel. The camera lens shall be an auto-iris type with remote controlled 37 manual override. 38 2. Video Capture System ,s„ CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised March 6,2016 City Project No.01226 330131-5 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 5 of 7 1 a. The video and audio recordings of the sewer inspections shall be made using 2 digital video equipment. A video enhancer may be used in conjunction with, 3 but not in lieu of,the required equipment. The digital recording equipment 4 shall capture sewer inspection on USB drive,with each sewer segment(from 5 upstream manhole to downstream manhole)inspection recorded as an .., 6 individual file in Windows Media Audio/Video(.wmv)format. City has a right 7 to change the format from.WMV media to .MP4 8 b. The system shall be capable of printing pipeline inspection reports with 9 captured images of defects or other related significant visual information on a 10 standard color printer. 11 c. The system shall store digitized color picture images and be saved in digital 12 format on a USB drive. 13 d. The system shall be able to produce data reports to include,at a minimum, all 14 observation points and pertinent data. All data reports shall match the defect 15 severity codes outlined in the City's CCTV manual. 16 e. Camera footage, date &manhole numbers shall be maintained in real time and 17 shall be displayed on the video monitor as well as the video character 18 generators illuminated footage display at the control console. aw 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. General 24 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 25 plans or City to be used during inspections. Inspections performed using 26 identification numbers other than the plans or from assigned numbers from the City .► 27 will be rejected. 28 2. Inspection shall not commence until the sewer section to be televised has been 29 completely cleaned in conformance with Section 33 04 50. (Sewer system should 30 be connected to existing sewer system and should be active) 31 3. Inspection of newly installed sewers(not yet in service)shall not begin prior to 32 completion of the following: 33 a. Pipe testing 34 b. All manhole work is complete 35 c. Installation of all lateral services 36 d. Vacuum test of manholes 37 4. Temporary Bypass Pumping(if required) shall conform to Section 33 03 10. 38 B. Storm Sewer Lines 39 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 40 CCTV equipment and cleaning requirements. .. 41 3.4 INSPECTION(CCTV) 42 A. General CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 6,2016 City Project No.01226 w 33 01 31-6 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 6 of 7 1 1. Begin inspection immediately after cleaning of the main. 2 2. Move camera through the line in either direction at a moderate rate, stopping when 3 necessary to permit proper documentation of the main's condition. 4 3. Do not move camera at a speed greater than 30 feet per minute. 5 4. Use manual winches,power winches,TV cable, and power rewinds that do not M. 6 obstruct the camera view, allowing for proper evaluation. 7 5. During investigation stop camera at each defect along the main. 8 a. Record the nature, location and orientation of the defect or infiltration location 9 as specified in the CCTV Manual. 10 6. Pan and tilt the camera to provide additional detail at: 11 a. Manholes, Include condition of manhole in its entirety and interior corrosion .. 12 protection(if applicable)(Camera should pan the entire manhole from top as 13 well as while lowering into manhole,also show complete view of invert) 14 b. Service connections,Pan the Camera to get a complete overview of service 15 connection including zooming into service connection Include location(i.e. 3 .. 16 o'clock, 9 o'clock, etc...) 17 c. Joints, Include comment on condition, signs of damage, etc... 18 d. Visible pipe defects such as cracks,broken or deformed pipe,holes, offset 19 joints, obstructions or debris (show as%of pipe diameter). If debris has been 20 found in the pipe during the post-CCTV inspection,additional cleaning is 21 required and pipe shall be re-televised. *� 22 e. Infiltration/Inflow locations 23 f. Pipe material transitions 24 g. Other locations that do not appear to be typical for normal pipe conditions .,�.. 25 h. Note locations where camera is underwater and level as a%of pipe diameter. 26 7. Provide accurate distance measurement. 27 a. The meter device is to be accurate to the nearest 1/10 foot. ,.. 28 8. CCTV inspections are to be continuous. 29 a. Do not provide a single segment of main on more than 1 USB drive. 30 b. A single segment is defined from manhole to manhole. .. 31 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 32 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before 33 rehabilitation work. 34 2. If, during inspection,the CCTV will not pass through the entire section of main due 35 to blockage or pipe defect, set up so the inspection can be performed from the 36 opposite manhole. 37 3. Provisions for repairing or replacing the impassable location are addressed in 38 Section 33 3120, Section 33 3121 and Section 33 3122. 39 C. Post-Installation Inspection 40 1. Complete manhole installation before inspection begins. 41 2. Prior to inserting the camera,flush and clean the main in accordance to Section 33 42 0450. 43 D. Documentation of CCTV Inspection .. 44 1. Sanitary Sewer Lines CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 6,2016 City Project No.01226 OR 330131-7 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION no Page 7 of 7 1 a. Follow the CCTV Manual(CCTV standard manual supplied by City upon 2 request)for the inspection video, data logging and reporting or Part 1.5 E of a� 3 this section. 4 2. Storm Sewer Lines 5 a. Provided documentation for video,data logging, and reporting in accordance 40 6 with City of Fort Worth Transportation/Public Works Department 7 requirements. 00 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [0111 SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING dft 14 A. See Section 33 04 50. 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson Various—Added requirements for coordination with T/PW for Storm Sewer CCTV am 03/03/2016 J Kasavich Various—Alternative to CCTV Manual,modified submittal detail requirements 22 an ■s w CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised March 6,2016 City Project No.01226 no CCTV Observation Log Complete one file per line segment defined as access point(manhole)to access point. Project Name: Address: Inspection Date: Reason: Post Constructic V Line Segment ID From Node: To Node: Materal: Pvc w Pipe Size: a t Seg.Length: Contractor Name: Direction: _ w Video File Name: Observation Distance in Feet Clock Rating Comments USMH Survery Begins 0 Brick MH Grease 10 2 Factory Tap 120 3 Debris 1 1601 1 3 Rock DSMH Survey Ends 2151 1 J24x40 Lid 333960-1 LINER SYSTEM FOR SANITARY SEWER STRUCTURES Page 1 of 8 1 SECTION 33 39 60 2 LINERS SYSTEM FOR SANITARY SEWER STRUCTURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high-build epoxy coating system(or modified polymer liner 7 system,i.e. SpectraShield)to concrete utility structures such as manholes, lift 8 station wet wells,junction boxes or other concrete facilities that may need 9 protection from corrosive materials. This covers rehabilitation of existing 10 sanitary sewer structures and newly installed sanitary sewer structures. • 11 2. For sanitary sewer mains 18-inch diameter and larger,use of a structural liner 12 system,Warren Environmental System 301,ARC S11111 by A.W.Chesterton 13 Company,is acceptable. " 14 3. For sanitary sewer mains 15-inch diameter and smaller, use of a liner system, 15 SpectraShield,is acceptable. 16 B. Deviations from this City of Fort Worth Standard Specification 17 1. Section 1.1.A. 18 2. Section 1.2.A.l.c. •* 19 3. Section 1.2.A.2.c. 20 4. Section 1.6.A.5. 21 5. Section 1.6.B. 22 6. Section 1.11.A. 23 7. Section 2.2.B.3.b. 24 8. Section 2.2.C.3. 25 9. Section 2.4.Le. 26 10. Section 3.1.A. 27 11. Section 3.3.B.1. 28 12. Section 3.3.B. .� 29 13. Section 3.7. 30 14. Section 3.11.B. 31 C. Related Specification Sections include but are not necessarily limited to: 32 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 33 Contract 34 2. Division 1 —General Requirements 35 3. Section 33 0130—Sewer and Manhole Testing 36 1.2 PRICE AND PAYMENT PROCEDURES 37 A. Measurement and Payment res CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I Revised March 30,2017 City Project No.01226 t� 333960-2 LINER SYSTEM FOR SANITARY SEWER STRUCTURES Page 2 of 8 1 1. Manholes 2 a. Measurement 3 1) Measurement for this Item shall be per vertical foot of coating as measured �^ 4 from the bottom of the frame to the top of the bench. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the unit 8 price bid per vertical foot of"Epoxy Manhole Liner"applied. 9 c. The price bid shall include: 10 1) Removal of roots 11 2) Removal of existing coatings 12 3) Removal of steps 13 4) Repair/seal connection of the existing frame to chimney .. 14 5) Repairs of any cracks in the existing structure chimney,corbel(cone), 15 wall,bench, including any replacement of damaged rebar,pipe 16 6) Surface cleaning 17 7) Furnishing and installing Liner as specified by the Drawings 18 8) Hauling 19 9) Disposal of excess material on 20 10) Clean-up 21 11) Cleaning 22 12) Testing on 23 2. Non-Manhole Structures 24 a. Measurement 25 1) Measurement for this Item shall be per square foot of area where the .. 26 coating is applied. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement" shall be paid for at the unit 30 price bid per square foot of"Epoxy Structure Liner"applied. 31 c. The price bid shall include: 32 1) Removal of roots 33 2) Removal of existing coatings 34 3) Removal of steps 35 4) Repair/seal connection of the existing frame to chimney 36 5) Repairs of any cracks in the existing structure chimney,corbel(cone), 37 wall,bench,including any replacement of damaged rebar,pipe 38 6) Surface cleaning .. 39 7) Furnishing and installing Liner as specified by the Drawings 40 8) Hauling 41 9) Disposal of excess material 42 10) Clean-up 43 11) Cleaning 44 12) Testing 45 1.3 REFERENCES 46 A. Reference Standards , CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 30,2017 City Project No.01226 w 333960-3 LINER SYSTEM FOR SANITARY SEWER STRUCTURES Page 3 of 8 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification,unless a date is specifically cited. 4 2. ASTM International(ASTM): 5 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical " 6 Reagents. 7 b. D638, Standard Test Method for Tensile Properties of Plastics. 8 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. .r 9 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 10 Reinforced Plastics and Electrical Insulating Materials. 11 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 12 the Taber Abraser. 13 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 14 Gages. 15 g. D4541, Standard Test Method for Pull-off Strength of Coatings Using Portable 16 Adhesion Testers. 17 3. Environmental Protection Agency(EPA). 18 4. NACE International(MACE). 19 5. Occupational Safety and Health Administration(OSHA). 20 6. Resource Conservation and Recovery Act, (RCRA). 21 7. The Society for Protective Coatings/NACE International(SSPC/NACE): 22 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 01 33 00. 26 B. All submittals shall be approved by the City prior to delivery. w 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Technical data sheet on each product used 30 2. Material Safety Data Sheet(MSDS)for each product used 31 3. Copies of independent testing performed on the coating product indicating the 32 product meets the requirements as specified herein 33 4. Technical data sheet and project specific data for repair materials to be topcoated 34 with the coating product including application,cure time and surface preparation .� 35 procedures 36 5. Material and method for repair of leaks or cracks in the structure 37 B. Contractor Data 38 1. Current documentation from coating product manufacturer certifying Contractor's 39 training(and/or licensed) as an approved installer and equipment complies with 40 the Quality Assurance requirements specified herein CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 30,2017 City Project No.01226 333960-4 LINER SYSTEM FOR SANITARY SEWER STRUCTURES Page 4 of 8 1 2. 5 recent references of Contractor indicating successful application of coating 2 product(s)of the same material type as specified herein,applied by spray 3 application within the municipal wastewater environment. References shall 4 include at least the following: owner name,City inspector name and phone 5 number,proiect name/number,size and linear footage of sanitary sewer main, 6 manhole diameter,structure dimensions and number of each,square feet(or 7 vertical feet)of product installed,contract cost, and contract duration. 8 Contractor must demonstrate a successful history of installing the product in 9 structures of similar size and scope. 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. Qualifications 14 .1. Contractor 15 a. Be trained by, or have training approved and certified by,the coating product 16 manufacturer for the handling,mixing,application and inspection of the coating ., 17 product(s)to be used as specified herein 18 b. Initiate and enforce quality control procedures consistent with the coating 19 product(s)manufacturer recommendations and applicable NACE or SSPC 20 standards as referenced herein 21 1.10 DELIVERY,STORAGE,AND HANDLING 22 A. Keep materials dry,protected from weather and stored under cover. 23 B. Store coating materials between 50 degrees F and 90 degrees F. 24 C. Do not store near flame,heat or strong oxidants. 25 D. Handle coating materials according to their material safety data sheets. 26 1.11 FIELD [SITE] CONDITIONS 27 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 28 perform the specified work. Active flows shall be diverted with flow through plugs as 29 required to ensure that flow is maintained off the surfaces to be lined. 30 1.12 WARRANTY 31 A. Contractor Warranty 32 1. Contractor's Warranty shall be in accordance with Division 0. 33 PART 2- PRODUCTS 34 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 35 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 36 A. Repair and Resurfacing Products CITY OF FORT WORTH Sanitary Sewer Maio 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 30,2017 City Project No.01226 w ON 333960-5 LINER SYSTEM FOR SANITARY SEWER STRUCTURES Page 5 of 8 1 1. Compatible with the specified coating product(s)in order to bond effectively,thus 2 forming a composite system 3 2. Used and applied in accordance with the manufacturer's recommendations 4 3. The repair and resurfacing products must meet the following: 5 a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy 6 topcoating compatibility 7 b. Factory blended,rapid setting, high early strength,fiber reinforced,non-shrink 8 repair mortar that can be toweled or pneumatically spray applied and 9 specifically formulated to be suitable for topcoating with the specified coating 10 product used 11 B. Coating Product 12 1. Capable of being installed and curing properly within a manhole or concrete utility 13 environment 14 2. Resistant to all forms of chemical or bacteriological attack found in municipal 15 sanitary sewer systems; and, capable of adhering to typical manhole structure 16 substrates 17 3. The 100 percent solids, solvent-free ultra high-build epoxy system shall exhibit the 18 following characteristics: 19 a. Application Temperature _ 50 degrees F,minimum 20 b. Thickness— 125 mils minimum for newly installed structures; 250 mils 21 minimum for rehabilitation of existing structures (Warren Environmental 22 System 301,ARC S1HB by A.W. Chesterton Company); 500 mils minimum 23 (Spectra Shield). 24 c. Color—White,Light Blue, or Beige 25 d. Compressive Strength(per ASTM D695)—8,800 psi minimum 26 e. Tensile Strength(per ASTM D638)—7,500 psi minimum 27 f. Hardness, Shore D(per ASTM D4541)—70 minimum 28 g. Abrasion Resistance(per ASTM D4060 CS 17F Wheel)—80 mg loss 29 maximum �.. 30 h. Flexural Modulus(per ASTM D790)—400,000 psi minimum 31 i. Flexural Strength(per ASTM D790)— 12,000 psi minimum 32 j. Adhesion to Concrete,mode of failure(ASTM D4541): Substrate(concrete) „ 33 failure 34 k. Chemical Resistance(ASTM D543/G20)all types of service for: 35 1) Municipal sanitary sewer environment w 36 2) Sulfuric acid, 70 percent 37 3) Sodium hydroxide,20 percent 38 C. Coating Application Equipment 39 1. Manufacturer approved heated plural component spray equipment 40 2. Hard to reach areas,primer application and touch-up may be performed using hand 41 tools. 42 3. Applicator shall use approved specialty equipment that is adequate in size, 43 capacity,and number sufficient to accomplish the work in a timely manner. w CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 30,2017 City Project No.01226 40 333960-6 LINER SYSTEM FOR SANITARY SEWER STRUCTURES Page 6 of 8 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL ,! 3 1. Testing 4 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 5 manhole,2 spaced equally apart along the wall and 1 on the bench. 6 1) Document and attest measurements and provide to the City. 7 b. After coating has set,repair all visible pinholes by lightly abrading the surface 8 and brushing the lining material over the area. .. 9 c. Repair all blisters and evidence of uneven cover according to the 10 manufacturer's recommendations. 11 d. Test manhole for final acceptance according to Section 33 0130. 12 e. A bonded third party testing company shall perform the testing. 13 PART 3- EXECUTION .. 14 3.1 INSTALLERS 15 A. All installers shall be certified applicators approved by the manufacturers. Applicator 16 shall use adequate number of skilled workmen that have been trained and 17 experienced for the approved product. 18 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION 21 A. Manhole Preparation 22 1. Stop active flows via damming,plugging or diverting as required to ensure all 23 liquids are maintained below or away from the surfaces to be coated. 24 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 25 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 26 source. 27 a. Where varying surface temperatures do exist,coating installation should be 28 scheduled when the temperature is falling versus rising. 29 B. Surface Preparation 30 1. Remove oils, roots,grease,incompatible existing coatings,waxes,form release, .. 31 curing compounds,efflorescence, sealers, salts or other contaminants which may 32 affect the performance and adhesion of the coating to the substrate. Remove any 33 steps found in the structure. 34 2. Remove concrete and/or mortar damaged by corrosion,chemical attack or other 35 means of degradation so that only sound substrate remains. 36 3. Surface preparation method,or combination of methods,that may be used include 37 high pressure water cleaning,high pressure water jetting,abrasive blasting, 38 shotblasting,grinding, scarifying,detergent water cleaning,hot water blasting and 39 others as described in SSPC SP 13/NACE No. 6. .. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 30,2017 City Project No.01226 333960-7 LINER SYSTEM FOR SANITARY SEWER STRUCTURES Page 7 of 8 1 4. All methods used shall be performed in a manner that provides a uniform, sound, 2 clean,neutralized,surface suitable for the specified coating product. 3 5. After completion of surface preparation,inspect for leaks,cracks,holes, 4 exposed rebar,ring and cover condition,invert condition,and inlet/outlet pipe 5 condition. 6 6. After defects in the structure have been identified, seal cracks,repair exposed 7 rebar with new rebar to match existing,repair leaks and cracks with grout or 8 other methods approved by the Manufacturer. All new rebar shall be 9 embedded in 1 '/2 inch epoxy mastic. Replace/seal connection between existing 10 frame and chimney if it is found loose or not attached. 11 7. The repair mortar and epoxy topcoat must share the same epoxy matrix to 12 ensure a bonded weld. No cementitious repair material,quick setting high 13 strength concrete with latex or curing agent additives,or quick set mortars 14 will be allowed. Proper surface preparation procedures must be followed to 15 ensure adequate bond strength to any surface to be coated. New cement cure 16 time is at least 30 days prior to coating. 17 3.4 INSTALLATION 18 A. General 19 1. Perform coating after the sewer line replacement/repairs,grade adjustments and 20 grouting are complete. 21 2. Perform application procedures per recommendations of the coating product 22 manufacturer, including environmental controls,product handling,mixing and ** 23 application. 24 B. Temperature 25 1. Only perform application if surface temperature is between 40 and 120 degrees F. 26 2. Make no application if freezing is expected to occur inside the manhole within 24 27 hours after application. 28 C. Coating 29 1. Spray apply per manufacturer's recommendation at a minimum film thickness of 30 125 mils. 31 2. Apply coating from bottom of manhole frame to the bench/trough,including the 32 bench/trough. 33 3. After walls are coated,remove bench covers and spray bench/trough to at least the 34 same thickness as the walls. 35 4. Apply any topcoat or additional coats within the product's recoat window. 36 a. Additional surface preparation is required if the recoat window is exceeded. 37 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 38 now. .w CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 30,2017 City Project No.01226 �wr 333960-8 LINER SYSTEM FOR SANITARY SEWER STRUCTURES Page 8 of 8 , 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL 4 A. Each structure will be visually inspected by the City the same day following the 5 application. 6 B. Groundwater infiltration of the system shall be zero. 7 C. All pipe connections shall be open and clear. 8 D. The inspector will check for deficiencies,pinholes,voids,cracks, uncured spots, 9 delamination,and thin spots. Any deficiencies in the liner shall be marked and 10 repaired according to the procedures outlined by the Manufacturer. 11 E. If leaks are detected they will be chipped back,plugged and coated immediately with 12 protective epoxy resin coating. 13 1. Make repair 24 hours after leak detection. 14 3.8 SYSTEM STARTUP [NOT USED] �. 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] -- 17 3.11 CLOSEOUT ACTIVITIES 18 A. Upon final completion of the work,the manufacturer will provide a written certification 19 of proper application to the City. 20 B. The certification will confirm that the deficient areas were repaired in accordance with 21 the procedure set forth in this Specification. The final report will detail the location of 22 the repairs in the structure and description of the repairs. 23 3.12 PROTECTION [NOT USED] �. 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] - 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 .. CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised March 30,2017 City Project No.01226 33 99 99 WASTEWATER STOP LOGS Page 1 of 3 SECTION 33 99 99 WASTEWATER STOP LOGS A. GENERAL 1.1 SCOPE OF WORK 1.1.1 This section covers Stainless Steel Stop Logs 1.1.2 The equipment provided under the section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with drawings,specifications,engineering data, instructions and recommendations of the equipment manufacturer unless Exceptions are noted by the engineer. Stop logs shall be supplied with all the necessary parts and accessories indicated °— on the drawings, specified or otherwise required for a complete, properly operating installation, and shall be the latest standard product of a manufacturer regularly engaged in the production of stop logs. The stop logs supplied under this section shall be Series 95 Stainless Steel Stop Logs as manufactured by H. Fontaine Ltd. 1.2 QUALITY ASSURANCE 1.2.1 The manufacturer shall have experience in the production of substantially similar equipment and shall show evidence of satisfactory operation in at least 10 installations.The manufacturer's shop welds, welding procedures and welders shall be qualified and certified in accordance with the requirement of ., the latest edition of ASME,Section IX 1.2.2. The fully assembled stop logs shall be shop inspected before shipping. 1.2.3. The manufacturer shall be ISO 9001: 2000 certified. 1.3. SUBMITTALS.The manufacturer shall submit,for approval by the ENGINEER,detailed shop drawings showing the principal dimensions,general construction and materials used in the gate and lift mechanism construction and installation. An installation guide will be provided with the shop drawings. 2. PERFORMANCE 2.1. LEAKAGE.Stop logs shall be substantially watertight under the design head conditions. Leakage shall not exceed 0.1 U.S. gallon per minute per foot(1.251/min per meter)of periphery for the rated seating head. 2.2 DESIGN HEAD. For the purpose of these specifications,stop logs shall be defined as meeting the leakage requirements for a maximum water level equal to the height of stop logs in the stop log channel.The manufacturer shall include a 25%factor of safety increase in design head used. See plans for more information on proposed stop log heights. Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 Part 1 City Project No.01226 33 99 99 WASTEWATER STOP LOGS Page 2 of 3 ... 3. PRODUCT 3.1 STOP LOGS 3.1.1. GENERAL DESIGN. Stop logs shall be constructed entirely of 316 Stainless steel. All hardware shall also be constructed entirely of 316 Steel. 3.1.2. FRAME.The frame shall be made of 316 stainless steel channels.The frame shall be suitable for mounting on a concrete wall (CW), embedding in a channel (FE) or installation inside an existing channel (EC). 3.1.3. LOGS.The logs shall consist of a flat plate reinforced with formed plates or structural members to limit their deflection to 1/360 of the gate's span under the design head.The guide shall be of ultra-high molecular weight polyethylene (UHMWPE). 3.1.4 SEALS.Seals shall be made of EPDM attached to the logs by means of a UHMWPE retainer guide.The bottom seal is attached to the log with a stainless- steel retainer and seal on top of the log immediately underneath. 3.2 LIFTING DEVICE.When required, a stainless-steel lifting device shall be supplied for each log width provided.The width of the lifting device will be the same as the log channel. The lifting device shall be equipped with a device to allow releasing of the stop log from the operating floor.This device shall grab the log automatically. 4. MATERIALS PART MATERIAL Frame, log, reinforcements, bottom Stainless steel ASTM A-240 type 304L or seal retainer 316L Guide Ultra-high molecular weight polyethylene (UHMWPE)ASTM D-4020 Seal EPDM ASTM D-2000 Fasteners ASTM F593 and F594 GRI for type 304 and GR2 for type 316 5.SCHEDULE A. Stop Log Identification 30-inch 48-inch Channel Width 30-inchs 48-inches Stop Log Width 34.5 inches 52.25 inches Frame Width 35.5 inches 53.5 inches Channel invert elevation 534.32 532.74 Top of channel elevation See plans See plans Mounting: FE- Frame-embedded (Required installation Method) EC- Existing channel CW- Concrete wall mounted Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 Part 1 City Project No.01226 33 99 99 WASTEWATER STOP LOGS Page 3 of 3 5.1 COORDINATION: Due to the cast in place frame into the proposed polymer concrete bench,the flow channels are formed as"u-shaped"section (rounded pipe section on the bottom to match pipe diameters) up to%of the pipe diameter. Due to the rounded shape of the flow channel,the manufacturer must Coordinate the placement of the lifting rings on the stop logs with the polymer concrete manhole manufacturer so ensure that sufficient spacing exists to avoid the lifting device from hanging up on the polymer bench (flow channel) 6. EXECUTION 6.1 INSTALLATION. Gates and appurtenances shall be handled and installed in accordance with the manufacturer's recommendations. END OF SECTION Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 Part 1 City Project No.01226 999900 CONSTRUCTION ALLOWANCE Page 1 of 1 SECTION 99 99 00 CONSTRUCTION ALLOWANCE This item establishes contract contingency allowances for unanticipated work determined to be necessary in the field. Arbitrary allowance amounts have been placed in the Proposal,this item will not be paid to the contractor unless a field order is issued. Unanticipated project changes are not limited to the value of this item. Contract changes above this amounts described by this allowance may be processed through a change order. so END OF SECTION rw err ■r Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 Part 1 ew City Project No.01226 r�► APPENDIX GC-4.01 Availability of Lands 1. Recorded Easements(available on Buzzsaw) hqs://yroiecWoint.buzzsaw.com/client/fortworthgov/Infrastructure Projects 1226-Sanitary Sewer Main 257,Upper and Middle Village Creek Parallel Relief Main,Part 1/Bid Documents Package 1. Novikoff, Sewell,Pickard,Moeller and Cate Properties site requirements .� 2. Sanders Property site requirements GC-4.02 Subsurface and Physical Conditions .s GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities 3. Barnett Gathering 3rd Party Line Crossing Agreement 4. Tarrant County Utility Permit 5. Construction Limitations on Oncor Electric Delivery Company Right of Way GR-01 60 00 Product Requirements 1. City of Fort Worth Water Department's Standard Product List 2. Wager 1800 Odor Control Sewer Valve Schedule Quick Reference Guide for Contractors Schedule Guidance Document CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I „m Revised July 1,2011 City Project No.01226 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 a. For -Sta. 35+00 to -Sta. 56+50 - Page 1 of'3] THE SAMUEL ROBERTS NOBLE F O U N D A T t O N �.. August 9, 2010 Dan Novikoff •, 8149 Anglin Drive Ft. Worth, TX 76140 �. Dear Dan: It was good to hear that the haying business has been very productive thus far this year. Good management coinciding with timely rainfall usually makes for good results. Unfortunately, the City of Ft. Worth will soon come across your property with a new sewer line causing major disturbance along the right-of-way in one of your bermudagrass hay fields. Following is a report of recommendations in preparation of the installation of the sewer line and prior to the implementation of renovation activities. These recommendations should expedite the bermudagrass coverage to hay field conditions .. following installation, and should mitigate the long-term damage to the hay field. GOALS/OBJECTIVES • Minimize the long-term effect to an existing hay field along a utility right-of way following the installation of a new sewer line by the City of Ft. Worth. • Develop a renovation protocol for the portion of a bermudagrass hay field that is in the right-of-way where the sewer installation will occur. m. OBSERVATIONS • The City of Ft. Worth is preparing to install a new sewer line across a bermudagrass hay field belonging to Dan. • Dan has a very productive hay field of Alicia bermudagrass that has been fertilized and weed-sprayed to enhance production and marketability of the hay. .. • Dan is working proactively to minimize the potential damages to the property. • The City of Ft. Worth plans to initiate the sewer installation within the next 12 ntuuths. RECOMMENDATIONS 1. Remove the top 8 to 12 inches of topsoil by dozing or excavating from the site that will excavated (or otherwise damaged by excavation or traffic) and store ... separately until all other excavated material is replaced. The topsoil is the medium in which most of the roots of the bermudagrass will remain. It is also the soil in which you have managed nutrients such as phosphorus, potassium and The Samuel Roberts Noble Foundation, Inc. A 2510 Sam Noble Parkway, Ardmore,Oklahoma 73401 580.223.5810 •www.noble.org For—Sta. 35+00 to —Sta. 56+50 - Page 2 of 3 w. where any remaining nitrogen would exist. Therefore, protecting this soil from contamination from subsoil and other materials that might be unearthed during excavation would be beneficial. After the sewer line is installed and the subsoil is replaced, spread the topsoil over the entire disturbed site. Level area as is possible. 2. Prepare disturbed site for renovation. Disk and harrow disturbed site until suitable as a prepared seedbed. Expect to disk soils at least twice to break down clods and smooth out uneven areas. Follow disking with a harrow or drag to firm -" up soils. The end result should be a soil that is firm and free of clods. These operations need to be completed by March of 2011 for sprigging in the same year. 3. Collect soil samples for nutrient analysis within the disturbed site. Since the topsoil has been severely disturbed, it is best to sample the soil along the disturbed site to see how it compares to the remainder of the pasture. Send samples to NF for analysis. The site may require different nutrient management, especially since you are managing for a new stand of bermudagrass. 4. Sprig disturbed site to a hybrid bermudagrass variety such as Alicia or Coastal. Sprig at a rate of 30 bushels per acre during March or April. The hybrid bermudagrass varieties are more productive than seeded varieties. Since the pasture has Alicia bermudagrass, it would be preferable to sprig with Alicia again. However, Alicia may be difficult to find and Coastal would also be a good hay variety (and sprigs are easier to locate). Plant in the late winter or early spring into good moisture soil. Between the roots in the topsoil and the newly planted sprigs,the disturbed site could recover within a growing season or two. Seeded varieties are not typically recommended for hay production but contact NF should you believe a seeded bermudagrass is the best option for you. 5. Apply Direx herbicide to sprigged area immediately following sprigging and before emergence of new growth from the sprigs. Apply at a rate of 1.5 quarts per acre for pre-emergent control of annual weeds and grasses early in the growing season. In a disturbed area, annual weeds and annual grasses (including Johnsongrass) are common invaders and can easily overwhelm a new stand of bermudagrass. With a sprigged variety of bermudagrass, Direx can be used as a pre-emergent and thus minimizing the amount of weed competition in the spring. However, Direx cannot be used with seeded bermudagrass varieties. Be prepared to follow up later in the growing season with additional herbicide for .. weed control. ADDITIONAL COMMENTS .� Timing of the installation of the sewer line would greatly impact the potential for an additional hay cutting this year. The most advantageous time frame for the installation to begin would be after frost this year. 'Typically the first frost occurs by mid November. This would allow for the bermudagrass roots to recover following your last hay cutting I � • For -Sta. 35+00 to -Sta. 56+50 - Page 3 of 3 early this fall. The roots would be in as good of condition as we can expect prior to a major disturbance. Installation between mid November and end of February would be „ ideal as it would also allow time for renovation activities to occur prior to sprigging, assuming the weather cooperates. Dan, if you can follow these recommendations (if the City will allow) and we have a good growing season next year, you could end up with a"hay field"on the disturbed site within a couple of years. if you have further questions, please do not hesitate to call. Sincerely, 0 Hugh Aljoe Consultation Program Manager Pasture & Range Consultant The Noble Foundation Agricultural Division 580-224-64546 hdaljoe@noble.org PII uniatlumaauu Uti( Iq(ZV1Y IJ:�13 dllZl�bbt7V For �Sta. 60+50 to ta. 67+50 - Page 1 of 5 Land Preparation and Restoration Requirements based on Recommendations of the Samuel Roberts Noble Foundation (Refer to Letter Addressed to Dan Novikoff Attached to Previous Offer) 1 Remove the top 10-12"of topsoil by dozing or excavating from the site that will be excavated or otherwise damaged by excavation activities or traffic and store separately until all other excavated material is replaced and the appropriate grade established(crowning of the excavated .. site is to be done to compensate for settling of the disturbed subsoil)_ The removed topsoil is to be segregated and protected from contamination from subsoil or other materials that might be unearthed during excavation or from traffic operations. Since the affected site mostly resides in -. a flood way,the retained topsoil is to be protected from erosion and protected from contamination in the event the area is flooded. After preparations for replacement of the topsoil are complete, spread the topsoil over the entire disturbed site and level to appropriate grade. The appropriate grade will include crowning of the affected areas to compensate for settling. During the time between grading and planting the area will be protected from erosion_ *If additional topsoil(free of clay and rock)is required to be removed,Mr.Sanders retains the right to keep this soil. Measure will be taken to remove this topsoil with minimal contamination with underlying clay and rock materials. Mr.Sanders will .. designate an appropriate and reasonable location on his property for it to be placed. Mr. Sanders also reserves the right to retain any and all other soils and rock excavated on his affected easements.Mr. Sanders will designate an appropriate and reasonable location on his property for it to be placed. 2. Disk and harrow the disturbed site until suitable as a prepared seedbed. Expect to disk soils at least twice to breakdown clods and smooth out uneven areas. Follow disking with a harrow or drag to firm up soils. The end result is to be a soil that is firm and free of clods. 3_ Collect soil samples for nutrient analysis within the disturbed site and from the adjacent non- disturbed areas of the pasture. Send to The Samuel Roberts Noble Foundation for analysis. The appropriate nutrient/fertilizer treatment(s)to be performed for reestablishment of the grasses involved will be based on tate analysis findings. 4_ All operations prior to and following sprigging and reseeding restorations need to be completed before the month of March. S. North Hay Pasture Restoration: Sprig disturbed site with a hybrid bermuda grass such as Alicia or Coastal. Since Alicia is currently the predominant bermuda grass, it would be preferable to sprig with this variety. However,Alicia may be difficult to find and Coastal would be a satisfactory variety as sprigs are easier to locate. Planting in late winter or early spring into good moisture soil is critical to propagation. a. Apply Direx herbicide to the sprigged area immediately following sprigging and before emergence of new growth from the sprigs. Apply at a rate of 1.5 quarts per acre for pre- emergent control of annual weeds and grasses early in the growing season. uti/ 14tZU1'1 13:tti Hlr'l(SbbbU MACKLanaASSUC ;4ZU3 P. UUU/UVb For -Sta. 60+50 to --Sta. 67+50 - Page 2 of 5 6. South Natural habitat Restoration: Reseed with mixture of native grasses that are consistent with those present in undisturbed areas adjacent to temporary and permanent easement paths. 7. Since the affected areas mostly reside in a flood way, flooding of the affected areas may requite that additional remediation work be performed to correct water damage to the terrain(e.g. ,. erosion)and reestablishment of the grasses involved. 8. Weather is a major factor in the reestablishment of grasses involved. In the event reestablishment of the grasses involved is not successful due to weather conditions,additional remediation work will be performed to successfully reestablish the grasses involved. Other Land Protection and Restoration Measures -- 1. The contours and slope of the drainage passage way running west-east will be restored and replanted. 2. The outer boundaries of the temporary and permanent easement sites will be clearly staked at a minimum of 50'to 75' intervals and these boundary markers will be maintained for the duration of all activities. At the time of restoring the topsoil and sprigging/reseeding activities these stakes . can be removed. 3. Trees immediately adjacent to the temporary and permanent easements will be protected with a wire fence following the circumference of the tree's drip line. 4. Since the majority of the site is in a flood way,measures are to be provided to prevent contamination of areas surrounding the temporary and permanent easements from the effects of erosion of materials on these easements onto the owner's property. These measures are also to apply with regard to Mr. Wasson's and Timberview Golf Course's properties to the south as flood .. waters transit these properties onto Mr. Sanders'. Similarly,these measures are also to be applied to Timberview Golf Course's property to the west as major drainage of that land flows onto the owner's property. Water drainage from the golf course also drains thru a culvert under Timberview Drive and down a drainage slew that feeds into the property owner's pond. During significant rain events,water via this path flows northeasterly across the owner's north acreage. ® Possible mitigations include a silt fence barrier as described in A Guide to Temporary Erosion- Control Measures for Contractors, Designers and Inspectors. North Dakota Department of Realth,Division of Water Quality June 2001. 5. Numerous trees and other vegetation will be required to be removed due to this project. All tree and vegetation debris will be removed from the property. Due to flooding potential,all debris will be removed immediately after generating it. To prevent damage to farming equipment(and to minimize settling of the soil due to below ground trunk/root degradation),all trees stumps and immediate root trunks will be ground to at least 12"below grade(all wood chipping debris will be removed from property). Refilling of the stump depression to be remedied at time of land and top soil restoration. +lacus r vu4ivuo Vbt 14/'LO I 13:5y tS 1 It f bbbbV aRL;nlananssuu For �Sta. 60+50 to -Sta. 67+50 - Page 3 of 5 .r 6. Since the majority of the site is in a flood way,trash and other construction debris are to be routinely removed from the property. If inclement where is evident,such material will be immedicatedly removed. At the conclusion of construction all trash and construction debris is to be removed from the property. 7. Since restoration of the gasses on the easements is to be specified as part of the agreement(see above),the amount for this($900)is to be subtracted from the total compensation amount. a. Overall there are too many unknowns and contingencies that make it not possible to accurately predict the cost of such remediation. Factors include: i. The extent of the land's condition left by the construction process at the time of w restoration that may need to be remedied to provide a suitable planting base. ii. Actual future costs are not known since the start and completion of the construction activities are not known or are unclear. iii. Replanting of the grasses can be done at only certain times of the year.•During the period of time of completing construction and contouring the land erosion from heavy rains or flooding from Village Creek could require the land to be reworked. iv. Weather conditions could require that replanting of the affect areas be required. Ud/14/201'1 13:59 U1TZT56660 MACHIandASSOC #4203 P. 005/006 For -Sta. 60+50 to -Sta. 67+50 - Page 4 of 5 Safety and Security Measures 1. Creation of the access entry from Timberview Drive onto easements residing on Mr. Wasson's and Titnberview Golf Course's property and then crossing behind Mr. Sanders home creates serious safety and security risks to Mr.Sanders' person and property. To mitigate these risks a • temporary chain-link construction fence will be installed and maintained until such time as the properties are restored with established grasses. .., The fenee,with in ground poles,is to be at least 6' in height. The fence will start at Timberview Drive and then going east,then going northeasterly to where the easements on Mr. Sanders' property intersect the existing fence at the northeast corner of his property,the fence will have a barbed wire feature attached to its top. To allow access to Mr.Sanders' property to the east of this fence,two 6'x 12' gates wi11 be installed. Dust Hazards Other Requirements: 1_ Construction and traffic activities on Mr.Wasson's property to the south and on the land cast of �- Mr.Sanders' residence will create a dust hazard and/or nuisance. During the time of construction and the further use of Mr.Wasson's property for traffic activities and until such time as adequate plant-ground cover is established,strict dust control measures will be performed. Mitigation: Dust can only be effectively controlled at its source. Watering of the areas above will be made to control the dust • Overall,water will be applied at sufficient intervals to control the dust from being a hazard and/or nuisance. o During dry environment times and/or when traffic activities are occurring,the areas above will watered at least 4 times per day at regular intervals spanning the course of the day's activities. o During periods of rain or when the above areas are sufficiently moist from such rains,multiple daily watering may be not necessary. • If dust is considered by Mr.Sanders to be affecting his property,the contractor will respond will remedial action within 2 hours of it being requested by Mr.Sanders. o If a response is not timely,the contractor will be responsible for reimbursing Mr. Sanders for acting to control the dust with watering at the rate of$200 per watering. Unencumbered access will be made to allow equipment to disperse water onto the above areas of land. 84LVJ r. vvvi �mumianunaauu er• V6{ {4/ZV1'L l�:�y tll (Y(�atiti4 For �Sta. 60+50 to ZSta. 67+50 -Page 5 of 5 Other Items Requiring Mitigation 1. The irrigation line from an aerobic septic system is to be relocated prior to any construction activities. Relocation must be in accordance with applicable regulations. Relocation mast avoid septic water effluent and residue contaminating the pond located on the owner's property fmm rain and flooding. 2. The proposed total compensation amount includes a two year market lease of the temporary easement land. However,the agreement document states use of this easement until completion of construction and acceptance by the Grantee. The agreement must specify this time limit and provide language for additional lease time and compensation in the event construction time goes beyond the specified time frame. GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part I w Revised July 1,2011 City Project No.01226 -° GEOTECHNICAL ENGINEERING STUDY SANITARY SEWER M-257 UPPER& MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIN, PART 1 FORT WORTH, TEXAS Presented To: James DeOtte Engineering, Inc. July 2010 PROJECT NO. 694-10-08 06 Pe" im 10cmi ENGINEERING, INC. �rtIra .Terw 761 18 a�rw.cm�mgccum July 13,_2010 Report No. 694-10-05 James DeOtte Engineering, Inc. 6707 Brentwood Stair Road, Suite 520 Fort Worth, Texas 76112 Attn: Mr. James DeOtte, P.E. GEOTECHNICAL ENGINEERING STUDY SANITARY SEWER M-257 UPPER & MIDDLE VILLAGE CREEK PARALLEL RELIEF MAIN, PART 1 FORT WORTH,TEXAS Dear Mr. DeOtte: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 07-2235 (Revision #4) dated .. January 29, 2010. The geotechnical services were authorized on February 1, 2010 by Mr. James DeOtte, P.E., President of James DeOtte Engineering, Inc. .,. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would - appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. .., We appreciate the opportunity to be of service to James DeOtte Engineering, Inc. Please contact r us if you have any questions or if we may be of further service at this time. Respectfully submitted, „- � CMT ENGINEERING,INC. &'CP���F'T�'�"�s 1 OW'TEXAS FIRM REGISTRATION No.F-9177Or • 1 * '•*tf of • o ...........................•Q W.1 V I JAMES P.SAPPINGTON,IV," -0 97402 �`C" 11O��C`•`�CEN^<� `�a� 001 Jame P. Sappington IV, P.E. ���`�lo"... sty Proje Engineer Texas No. 97402 copies submitted: (3)Mr.James DeOtte, P.E.;James DeOtte Engineering, Inc. Phom(817)286-94M Fax(817)584-9993 Mam(817)389445►2. TABLE OF CONTENTS r, Page 1.0 INTRODUCTION 1 T 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2 3.0 SUBSURFACE CONDITIONS 4 _ 4.0 FOUNDATION RECOMMENDATIONS 6 5.0 BELOW GRADE WALL RECOMMENDATIONS 8 6.0 TRENCH 1 BORE EXCAVATIONS 10 7.0 SEISMIC CONSIDERATIONS 15 8.0 EARTHWORK 15 «.w 9.0 CONSTRUCTION OBSERVATIONS 18 10.0 REPORT CLOSURE 18 APPENDIX A Plate Plan of Borings AIA,AAB Unified Soil Classification System A2 Key to Classification and Symbols A3 Logs of Bodnga k4—A.12 1.0 INTRODUCTION 1.1 General This report presents the results of a geotechnical engineering study for a proposed 11,500-linear foot M-257 sanitary sewer relief line in Fort Worth, Texas. The proposed sewer line typically parallels the existing M-257 line, extending from the M-503 sanitary sewer junction (east of Anglin Drive at Lon Stephenson Road) southward to the M-423 sanitary sewer junction located west of Shelby Road at Wilson Road, Pipe invert depths are expected to range from on the order of 15 to 25 feet. The approximate locations of exploration borings are illustrated on Plates MA and A.1 B, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or types of foundations suitable for the project, and develop comments on general excavation. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field ** and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structure could change. The recommendations contained in this report are based on data supplied by James DeOtte Engineering, Inc. Once the final design is near completion ($0-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report Is contained in Sections 1 through 10. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in Report No.69440-08 CMJ ENcuamuNc,INC which they appear. Small tables of less than one page in length may appear In the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), (tips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (ps% pounds per cubic foot(pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING �. 2.1 Field Exploration Subsurface materials at the project site were explored by nine (9) vertical soil borings drilled to a .. depth of 35 feet. Borings B-5 and B-10 were inaccessible to drilling equipment at the time of this investigation. The borings were drilled using continuous flight augers at the approximate locations " m.. shown on the Plan of Borings, Plates A.1A and A.1B. The boring logs are included on Plates A.4 through A.12 and keys to classifications and symbols used on the logs are provided on Plates A.2 to and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler .,. consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed - sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split-barrel (split-spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split-spoon sampler into the material. The number of -- Report No.69410-08 CMJ ENCINEERINC,INC. s.s 2 blows required for 18 Inches of penetration Is recorded and the value for the last 12 Inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of borings. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex 132-E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each -- blow. This method was modified by utilizing a 140-pound hammer freely falling-30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Ground-water observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping. - 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the - borings. In addition to the classification tests (liquid limits, plastic limits, and percent passing the No. 200 sieve), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. *� The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. i re Report No.69410-08 CMJ ENGINEERING,INC 3 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various --- soil types are approximate. Fill materials are noted in Borings B-2 and B-3 to depths of 2 to 3 feet, consisting of brown, dark brown, and gray clays containing gravel, ironstone nodules, calcareous nodules, and plastic fragments. Natural overburden soils consist of various dark brown, brown, light brown, reddish brown, light reddish brown and gray sandy clays, silty sandy days, sandy silty clays, silty clays, sandy shaly Gays, shaly clays and clays typically containing calcareous nodules and/or ironstone - nodules. Sand seams are present within select reaches in Boring B-8 and B-11. Limestone seams are noted within the Gays in Borings B-8 and B-9 below 11- to 13 foot depths. Gravel is present within the natural soils throughout Boring B-7, above a depth of 3 feet in Boring B-9, and in Borings B-1, B-3, B-6, and B-11 below depths of 8 to 14 feet. Gravel strata are present in Boring - B-4 at 15 feet and Boring B-7 at 4 feet and are 1 to 2 feet in thickness. These gravel strata are very dense in Boring B-7, with a Standard Penetration (SPT)test value of 5Y2 inches of penetration for 50 hammer blows. Tan sand is present from 8 to 13 feet in Boring B-8. This sand strata is medium dense, with a Standard Penetration (N) value of 16 blows per foot of penetration. The various soils encountered had tested Liquid Limits (LL) of 41 to 64 with Plasticity Indices (PI) of 21 to 40, and classify as CL and CH according to the USCS. Tested unit weight and unconfined compressive strength values range from 103 to 121 pcf and 1,750 to 8,270 psf, respectively. _ Select strength tests reflect more granular materials. Tan limestones containing variable clay seams or gray limestone seams are next present in Borings B-2, B-4 and B-7 at depths of 9 to 16 feet. These tan limestones range in thickness from 2 to 5 feet and are generally moderately hard to hard (rock basis), with Texas Cone Penetrometer (THD) values of 1%to 3%Z inches per 100 hammer blows. Gray limestone is next present in all borings at depths of 14 to 18 feet. The gray limestone encountered typically contains shale seams or layers and is moderately hard to very hard (rock Report No.694-10-08 CMJ ENCMUMC,INC. 4 basis), with THC}test values ranging from II to 5 inches per 100 blows. Th® vast preppnddrartde of — the gray limestone is very hard, with average THD values between V and 1 inch of penetration. 3.2 Ground water Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling. Ground-water seepage was encountered during drilling in Borings B-1, B-2, B-4, 13- 6 and B-7 at depths of 5 to 17 feet. Water levels of 3 to 15 feet were measured at completion in _ these same borings, except Boring B-2, which was dry at completion. The remaining borings were dry during drilling and dry at completion of drilling operations. Table 3.2-1 summarizes water level data. TABLE 3.2-1 Ground-Water Observations Boring Seepage During Water at No. Drilling (ft.) Completion(ft.) B-1 10 12 B-2 14 Dry B-3 Dry Dry B-4 17 15 B-6 7 3 B-7 5 5% B-8 Dry Dry B-9I Dry Dry 13-11 Dry Dry While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground-water conditions will vary with fluctuations in rainfall. Seepage near the observed levels should be -- anticipated throughout the year. — Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Water may perch atop the limestones, or may be encountered in the more permeable sands or sand seams within the clays. wo Due to the variable subsurface conditions, long-term observations would be necessary to more accurately evaluate the ground-water level. Such observations would require installation of piezometer or observation wells which are sealed to prevent the influence of surface water. Report No.69410-06 CMJ ENciNEmmir.,INC. 5 4.0 FOUNDATION RECOMMENDATIONS 4,1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed structures related to the sewer line (junction boxes and manholes). First, the -- ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of .. the underlying soils during the operating life of the structures, total and differential vertical movements must be within tolerable limits. 4.2 Mat Foundations 4.2.1 Foundation Design Criteria A reinforced concrete mattslab foundation may be used to support structural loads for the various sewer line structures. We understand the sewer line will be situated at least 15 feet below existing grade. Mat foundations may be founded within natural soils or limestone. Mattslab foundations placed at least 15 feet below existing grade may be designed for an allowable bearing capacity of 3.0 ksf with a factor of safety equal to 3. The mat design should incorporate the potential for hydrostatic uplift effects of a shallow water _ table. For purposes of hydrostatic uplift design we recommend a ground water level at the surface. Excavation for the construction of the structures should incorporate a dewatering plan to keep the excavation free of excess water. In addition, the water table should be lowered to a depth of 2 feet below the excavation bottom to prevent sandy soils from becoming a"quick'condition. Depending on the time of year and the general weather conditions, the excavation and placement of the mattslab foundation may be in a saturated soil condition. If the construction occurs in a wet condition, issues of dewatering of excavations, strength/stability of side slopes, and disturbance of bearing materials become important. Due to the great variability of moisture condition, the presence of excess moisture in soils cannot be predicted. in addition, the limestone present below 9-to 18 foot depths is predominately hard to very hard, and will require heavy duty equipment for excavation. Mat foundations proportioned for this value should experience a total settlement of% inch or less, and a differential settlement of'A inch or less, after construction. Report No.69410-08 CMJ ENC NEOUNG,INC. 6 41 SpreadlMet FbUj7datio17 Gonstructto� Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material -- • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practical after completion of the excavating, cleaning, reinforcing steel placement and observation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material. Prolonged exposure or inundation of the bearing surface with water will result in changes in strength and compressibility characteristics. If delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh Daring surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavation, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over-excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel. The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. Report No.69410-08 CMJ ENCIIVEEMc,DW- 7 PC7 w. r+. 5.0 BELOW GRADE WALL RECOMMENDATIONS 5.1 Lateral Earth Pressure 5.1.1 Gene al The below-grade walls must be designed for lateral pressures including, but not necessarily limited _ to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below the ground-water table. 5.1.2 Equivalent Fluid Pressures Lateral earth pressures on the below-grade walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall _ height, are presented in Table 5.1.2-1 for a wall with a level backfill behind the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. A ground-water level at the finished grade elevation should be used for design of the below grade structures. Pressures are -- provided for at-rest earth pressure conditions. In order to allow for an active condition the top of the wall(s) must deflect on the order of 0.4 percent. -� TABLE 5.1.2-1 Lateral Earth Pressures At-Rest Equivalent Fluid Pressure Backfill Material (pcf) Drained Undrained Excavated on-site day or clay fill 100 110 material Select fill,flowable fill, or on-site soils meeting material 65 90 specifications .. Free draining granular backfill 50 90 _ material _ For the select fill or free draining granular backfill, these values assume that a "full' wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower Report No.694-10-08 CMJ ENGINEERING,INC 8 backfill widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils should be used. 5.9.3 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered -- in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case-by-case basis. This is not - included in the scope of this study. These services can be provided as additional services upon request. 5.2 Wall Backfill Material Requirements On-Site Clay Backfill: For wall backfill areas with site-excavated materials or similar imported _ materials, all oversized fragments larger than four inches in maximum dimension should be removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density(ASTM D 698) within a moisture range of plus to minus 3 percentage points of optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor density. Select Fill Backfill: All wall select backfill should consist of clayey sand and/or sandy clay material with a Plasticity Index of 16 or less, with a Liquid Limit not exceeding 35. The select fill should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D 698)within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Proctor density. Flowable Backfill: Item 401, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. ... Report No.694-10-08 CMJ ENGt ffMNG,INC 9 a. ® Free Draining Granular Backfill: All free draining granular wall backfill material should be a Crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 - percent passing the No. 200 sieve and less than 30 percent passing the No. 40 sieve. The minus No. 40 sieve material should be non-plastic. Granular wall backfill should not be water jetted during installation. . 5.3 Below-Grade Drainage Requirements In order to achieve the "drained" condition for lateral earth pressure for low-permeability walls (concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet drain at the base of the wall, or to the sumpJpump system. Drains should be properly filtered to minimize the potential for erosion through these drains, and/or the plugging of drain lines. Design - or specific recommendations for drainage members is beyond the scope for this study. These services can be provided as an additional service upon request. 5.4 Buoyancy Effects Buoyant effects must be considered. Unless a permanent drainage system Is provided, the below- grade structure should be designed to withstand full hydrostatic pressure below the ground-water table (undrained condition). We recommend a water table at the surface be assumed for these calculations. For buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf• 6.0 TRENCH / BORE EXCAVATIONS 6.1 Expected Subsurface Conditions The overburden soils encountered in the borings can be excavated using conventional earthwork equipment. Alluvial overburden soils are present in select borings, typically with zones of ground- water seepage. Section 6.3 addresses excavation dewatering considerations. In Borings B-2, B-4, . B-6 through B-9, and B-11, the proposed sewer line will be located either partially or fully within natural, intact, and massive tan or gray limestone. These "rock" materials will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the Report No.69440-09 CMJ ENG MEWNG,INC. r 10 limestones. Overexcavation may result from large blocks or chunks breaking along either day or shale seamstlayers beyond the planned excavation. 6.2 Open Cut The overburden soils present in the excavation may be subject to caving and sloughing and must be sloped or braced in the interest of safety. If sufficient space is available (in relation to any adjacent structures) to provide a stable slope, an open cut can be used. Referto current OSHA 29 CFR Standards for recommended parameters for use in the design of braced or sloped excavations. If sufficient clearance is not available, then a braced excavation will most likely be required. The appropriate bracing system or shield should be selected by the contractor, and should be configured to withstand the expected lateral earth pressures, and hydrostatic pressures if ground water is present. Trench shoring should be used for excavation to support open cuts located where existing utilities are within a zone extending from the base of the excavation upward at a 1 H:1 V slope. Surcharge loads, such as those resulting from excavation spoils and/or equipment, should be placed no closer than two feet from the crest of the slope, in accordance with OSHA regulations. All vehicle traffic should be prohibited from 'at least five feet of the crest of the excavation. Excavations should take into account any utilities to avoid undermining these features. The following guidelines are presented to aid in the development of the excavation plans: 1. Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation. 2. Heavy material stockpiles should not be placed near the crest of slopes. Similarly, heavy construction equipment should not pass over or be parked within 10 feet of the crest. 3. The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable than influenced by " ground water or saturation by rain. Report No.694-10-08 CMJ ENGINEERING,INc. 71 6.3 Trench I Bore Pit Dewatertng As discussed in Section 3.2, Ground-water Observations, ground-water conditions can vary with seasonal fluctuations in rainfall. In the case that groundwater is encountered, controlling the groundwater Is essential to construction of the sewer line. Failure to control any encountered groundwater could result in trench wall collapse; and where situated In soils: trench bottom heave, an unstable trench bottom, and detrimental pipeline settlement and pipe deflections after backfilling. Ground-water levels should be maintained at least two feet below the I gse of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in " the excavations. The water level should be lowered poor to excavating and should be maintained at this lowered level until the pipe.trench is backfilled. It is likely that seepage may be controlled by dft means of collection ditches, sumps, and pumping. However, In the event that water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The design of .. any dewatering system required is the contractor's responsibility. 6.4 Soft Trench Bottom Conditions Soft trench bottom conditions are unlikely where the trench bottom Is situated in the natural clays .. and should not occur In the limestones, but soft conditions may occur where groundwater is present, as should be expected in select locations. Unstable trench bottoms are considered to be unsuitable for support of the pipe. In any areas where unsuitable bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following ., method; • Under-cut to a suitable bearing subgrade and replace with a structural compacted fill. The over-excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The over-excavation backfill should be completely surrounded with a geotextile consisting _ of Mirafi 140N, Amoco ProPex 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 94nch loose lifts and uniformly compacted to a minimum relative density of 70 percent as determined by test methods ASTM D 4253 and D 4254. Report No.694-10.08 CMJ ENGINEERING,INC 12 6.6 Excavation Considerations If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring .(not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls and thereby help reduce lateral ground movements near existing structures. A pre-. construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. 6.6 Trench Backfill Pipe embedment should be a coarse-grained cohesionless material that will properly fill the area below the spring line of the pipe. This bedding should extend above the pipe a minimum of 6 inches to provide protection of the pipe during placement of the trench backfill. Site .excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum 8- inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring — hand-operated power compactors or small sell-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not -- be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. Report No.69410-08 C q ENGWEERMC,INC. 13 In order to reduce the potential for erosion, cement stabilized sands or flowable concrete can also -- be considered where the pipe exits slopes associated with drainage swales, and will not require compaction after placement. 6.7 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on- site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over-built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over-built by one foot and sloped down to match grade at the edge of the excavation. 6.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include foil-time observation of soil compaction by .. an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testingAnspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. — In addition, to limit settlement, where crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material. 6.9 Bore/Tunnel Excavation Considerations Groundwater will likely seep into bore/tunnel excavations, and should be anticipated. Joints or W sand seams/layers, or gravel layers in the clays can serve as conduits to direct water towards the bore excavation. Water seepage can decrease the stability of the bore/tunnel excavation and Report No.894-14-08 CMJ ENGINEERING,INC 14 result In ground subsidence. Proper dewatering, as discussed above, is Imperative'for excavation stability. 7.0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the boring for the above referenced project the IBC-2006 site classification is TYPE C for seismic evaluation. 8.0 EARTHWORK ,. 8.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide .� a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. 8.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The on-site soils are suitable for use in general site grading. Excavated limestone and spoils from excavations may be used for site grading and general fill, provided 50 percent of the crushed material passes the No. 4 sieve and no particles are greater than 4 inches in maximum dimension. Imported fill material should be clean soil with a Liquid Limit less than 50 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. Report No.894-10-08 CMJ BNGINEERING,INC '�` 15 Soil fill material should be compacted to a minimum density of 95 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. In conjunction with the compacting operation, w the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be _ observed and tested on a continuing basis by an experienced geotechnician working in conjunction ,. with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 8.3 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which a are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Report No.694-10-08 CMJ ENGU MW4G,INC. 16 Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. Height (ft.) Horizontal to Vertical 0-3 1:1 3-6 2:1 6-9 3:1 > 9 4:1 The above angles refer to the total height of a slope. Site improvement should be maintained away from the top,of the slope to reduce the possibility of damage due to creep or shallow slides. 8.4 Acceptance of Imported Fill Any soil imported from off-site sources should be tested for compliance with the recommendations .® for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 8.5 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities In contact with these - soils should be used. 8.6 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. �k Report No.694-10-08 CMJ ENGI ATMG,INC 17 9.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of _. information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when _. necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer, This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 10.0 REPORT CLOSURE The borings for this study were selected by James DeOtte Engineering, Inc. and staked by CMJ - Engineering, Inc. The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field �. representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those �- Report No.894-10-08 CMJ ENGMEMMG,INC 18 portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur .. with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly �. designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site - conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the MR borings at the time they were completed. lf, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations Report No.894.10.08 CMJ ENCRaERING,INC 19 contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface -- conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. . This report has been prepared for the exclusive use of James DeOtte Engineering, Inc, for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No,69410-08 CMJ BNGwa wNC INc 20 m 1 N 8 o B-2 / N 1 l' N B-3 AD V �N N 1 1' �N t' Boring locotion %�y r MATCHLINE /4- 7- - - - - - - - - - - o 300 Boo feet a+�r PLAN OF BORINGS CM JQ�_QjIN�, SANITARY SEWER M-257 PLATE UPPER $ MIDDLE VILLAGE CREEK A. IA PARALLEL RELIEF MAIN — PART I CMJ PROJECT No. 694-10-08 FORT WORTH, TEXAS _ MATCHLINE g N 3 B-5- LU � t W f fj B� M?o+Qp —41 B-7 " �O by B-9 g SHELBY RQAD B-11 B-1 o^ 8 + 0 LEGEND: Boring Locotior ••Notes Borings B-5 and 6-10 were 0 300 600 feet inaccessible for drilling equipment of the time of this investigation. Approximate Score PLAN OF BORINGS CM TSvO G.INC. SANITARY SEWER M-257 PLATE J UPPER & MIDDLE VILLAGE CREEK A.1B ... PARALLEL RELIEF MAIN - PART I CMJ PROJECT No. 694-I0-08 FORT WORTH, TEXAS .. Major Divisions �: Typical Names Laboratory Cias$lfication Criteria -+ Wal4raded gravels,gravel- 1! GW sand mbdwds,little or no a C„�—grrater tt►sn 4° ' �beawosn t and 3 o fines M C 0- U m Poorly graded gravels,gravel �, � y E yCA 0 4) ) GP sand mixtures,little or no cn N Not meeting all gradation requirements for GW B a ." fines � o:v ro > > M 'A Um2 a e = SCM (9 ,.- o a � Liquid and Plastic limits N = r 0 GM Silty gravels,gravel-sand-silt z •9 below"A'line or P.I. Liquid and plastic limits o t M R mixtures z ; ? L greater than 4 plotting in hatched zone — Z .y = between 4 and 7 are o S i ` borderline cases Liquid and Plastic limits o a c GC Clayey gravels,gravel-sand- c N ' m above"A"line with P.I. requiring use of dual �, g clay mixtures Z° c symbols .- t greater than 7 c M I0 y E i E n c d m Well-graded sands, gravelly '� -a , m Dga ("307 « c SW E Ce greater than 6: CC between t and 3 B M E r = sands,little or no fines w �, D,o D1D x Do tJ E Mo c o c N m m Poorly graded sands; m j SP gravelly sands,little or no '22 Not meeting all gradation requirements for SW ID fines y W ' C124 'y w O O N N .rJ C m r �o drn g a5 Liquid and Plastic limits a ° Z °c o SM Silty sands,sand-sift c c E N below"A"line or P.I.less E c ,� mixtures w m Liquid and plastic limits s W m° _ `o _o than 4 plotting between 4 and 7 .r M _ a o a J are borderline cases CD c Liquid and Plastic limits requiring use of dual *-^ m �' SC Clayey sands,sand-clay € above"A"line with P.I. symbols Qmixtures o is g1eater than 7 U Inorganic silts and very fine sands,rock flour,silty or ML clayey fine sands,or clayey silts with slight plasticity Inorganic clays of low to 5 '- CL medium plasticity,gravelly c y clays,sandy clays,silty days, so— N = and lean clays s Z rn 32 CH - OL Organic silts and organic silty 40 clays of low plasticity x '13 MH N c Inorganic silts,micaceous or �w c MH diatomaceous fine sandy or a ' OH a d MH (D c c m silty soils,elastic sifts .P « w 2 �. E 3 « CL o CH Inorganic clays of high plasticity,fat days ID c — E 7 U) _ 4 ML a d OL Organic clays of medium to 00 10 20 30 40 50 60 70 80 90 100 OH high plasticity,organic silts Lwd unit U s y Peat and other highly organic Plasticity Chart Y O Pt soils ""` UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.3 SOIL OR ROCK TYPES ...s GRAVEL LEAN CLAY LIMESTONE • SAND • • • SANDY .._ SHALE SILT SILTY SANDSTONE Er HIGHLY Shelby Auger split Rods Cone No CLAYEY PLASTIC CLAY CONGLOMERATE TubeSpoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils(More than 50%Passing No.200 sfeve) Descriptive Item Penetrometer Reading,(tsf) Soft 0.0 to 1.0 ._ Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50%Retained on No.200 sieve) Penetration Resistance Descriptive Item Relative Density (blowstfoot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy In appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks,sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types,usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK -- Hardness and Degree of Cementation Very Soft or Plastic Can be remolded In hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz,calcite,dolomite,siderite, and iron oxide are common cementing materials.and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock ^� Extremely Weathered Complete color change with consistency,texture,and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A,3 Project No. Boring No. Project Sanitatt�t Sewer'A&267-U CM m uvcnac Aper&Middle Village Greek 694-10-08 EM Parallel Relief Main Part 1-Fort Worth,Texas Location Water Observations See Plata Al Seepage at 10'during drilling,water at 12'at completion CompDepthletionCompletion 35.0. Date 3-30-10 .,. Surface Elevation Type B-34,wl CFA OAM o N Stratum Description me_ * i� Lo- ?-,=iLU m� m�♦- ato E a. i s U �� �C7 �� o. o, a- _ CLAY,dark brown,wl calcareous nodules,very stiff 4.5+ 14 to hard 4.0 21 4.5+ 16 -- 4.5+ 60 24 36 18 5 -grades light brown below 4' 4.5+ 13 4.5+ 13 1 SANDY CLAY.light brown and light reddish brown, 3.25 15 117 2490 wl ironstone nodules and gravel,very stiff to hard 1 4.5+ 16 ® LIMESTONE,gray,w1 shale seams,very hard 100/0.5" 2 _ 2 00/0.25 ,.. 10010.5" 3 ——w 0010.25 — o 0 U 'r' a 0 .s V, a 0 0 M a 9 LOG OF BORING NO. PLATE A. i� Project No. Eoring No. Proied. Sanitary Sewer M-267-Upper&Middle pillage Greek sttcnvti>IZtuaGmrc. 694.10-08 B-2 Parallel Relief Main Part 1-Fort Worth,Texas Location Water Observations �. See Plate Al Seepage at 14'during drilling,dry at completion Completion Completion Depth 36.0• Date 429-10 Surface Elevation Type CINE-ss,w/cl;a g � O.S OR L Stratum Description m �� �, z a D:LL .y > > — w� in m 0- OV a� W a R.g W E -0 o o c!� C 0 0 W lz far= a� � Q.:31o.__ 2t� �3 ova CLAY,brown,wt calcareous nodules and gravel, 4.5+ 18 hard (fill) 4.5+ 18 r CLAY,dark brown,wl calcareous nodules,very stiff 4.5+ 21 to hard 4.5+ 18 104 5170 4.5+ 16 5 i — -grades light brown below 6' 4.25 17 4.0 62 24 38 19 L1-_TONE,tan,w/clay seams,hand 100/1.5" 1 — 1 LIMESTONE,gray,wf shale seams,very hard .. 2 00/0.25 r. -- 2 00/0.25 00/0.75' ——————————————————— 00/0.25 o 0 U t� qrA b 2 0 m 0 0 LOG OF BORING NO. B-2 PLATE A.5 '" CM Project No. SOr M No. Project Sanitary Sewer M-,251-Upper$Mddie Village Creek �IIft� 694.10-0 B-3 Parallel Relief gain Part'-Fort Worth Texas Location Water Observations See Plate A.1 Dry during drilling,dry at completion Completion Completion Depth 350 Date 429-10 surface Elevation Type CMEwi CFA � O J .w .G & N C LL a o� o ° o M Stratum Description Z ' m p x � �m �p ae ae ��� U o 3�u: •� o �_ x �� ov W Ci 0 rn 0m rJ,r� A9 fav oo c� coo � arra J a-j IL 20 > Dcoa C AY,brown,dark brown and gray,w/ironstone 4.5+ 19 nodules,gravel,and plastic fragments,hard (fill) 4.5+ 14 4.5+ 20 MAY,dark brown,w/calcareous nodules,very stiff 4.5+ 23 to hard 3.25 24 103 4510 5 3.0 17 SILO SANDY CLAY,light brown and gray,w/ 1 gravel and ironstone nodules,very stiff to hard 4,5+ 41 14 27 10 1 4.0 18 LIMESTONE,gray,w/shale seams,very hard - -20— 0010.25 2 100/0.5" -1 foot thick shale layer at 28' 3 00/0.76 3 00/0.75' o A 0 V e� R� O o LOG OF BORING NO. B-3 PLATE A.6 Project No. ftft No. Prajed sanitary Sew M-251-Upper&Middle Village Creek CK 89410-08 6-4 Parallel Relief Main Part 1 -Fort Worth,"Few Location Water observations See Plate Al seepage at 1T during drilling,water at 15 at comple0on CompletionCompletion Depth 35.11' Date 42-10 Surface Elevation Type wl CFA 4 o C4 E 0. Z if � a3 o y N Stratum Description Ix LC QE � E v 'oo c� $ Eo Ix It maw 0.co :3-j n.� a� �� 5:5 �c`�a + CLAY,brown,w/calcareous nodules,very stiff to 4.5+ 18 hard 4.0 18 4.25 1 58 22 36 19 4.5+ 17 4.5+ 16 5 SANITY CLAY,light brawn and brawn,wf ironstone nodules,very stiff 4.0 14 1 3.5 15 1 3.25 16 I DMESTO tan LIMESTONE,gray,w/occasional shale seams, —20 hard to very hard 00/1.75 i — 2 100/1.51, r 3 00/0.25 100/0.5" o n q 'a q q Z K O q O ED LOG OF BORING NO. B-4 PLATE 14.7 Project Na; �nwc Boring Na. Project Sanitary Sewer M�x57•tipper�Middle Village Greek 68410-08 B-G Parallel Relief Maln,Dart 1 -Fort'l Orth,Texas -- Location water Observations Sea Plate A.1 seepage at r during drilling,water at 3'at completion Completion Completion Depth 35.0 Date 3-30.10 Surface Elevation Type B-34,wl CFA — d O. C6 N C� •� E O C O s S �'� o Stratum Description P r V so Lu C7 mN cow qE W �o 0o cB coo x 'mal= CL 65 :3:3 a:1 aS 20 >ZJ Moo. ®" CLAY,dark brown,stiff 1.5 19 1.25 22 2.75 22 CLAY,light brown and gray,w/ironstone nodules 4.0 20 and iron seams,very stiff 3.75 19 111 2970 5 4.0 1 64 24 40 18 1 -ad abundant gravel below 9' 1.0 20 .4. SANDY SNALY CLAY.tight brown,w/gravel,hard 4.5+ 15 LIMESTONE,gray,w/shale seams,very hard 0010.25 2 100/0.5" 2 100/0.5" .., —30- 100/025' 3 ----------------------- 0 c> a' cs it 4 m 0 O LOG OF BORING NO. B-6 PLATE A.S -- C9 Prost No. Boring No. Pr 400 Sanitary Sewer M-257-Upper&Middle Village Creek CK>�cnv»tc>ric 694-10-08 B-7 Parallel Relief gain Part 1-Port Worth Texas Loc"On Water Observations Slee Plate A.1 Seepage at W during drilling,water at 5.5 at completion Completion 1 Completion Dept' 35.0• Date 42-10 Surface Elevation Type .�. 8-34,w!CFA o Stratum Description _�a m o Q � W me! N ma O o C _ o .� W tr aria a.rn _, a., a� �c> >� � n. SANDY CLAY,light reddish brawn,wl gravel,firm 1.25 27 to stiff 2.0 47 181 29 21 1.5 18 1141 1750 w/abundant gravel below T 0.5 17 r 5 GRAVEL,w/ironstones,very dense 50/5.5" 13 SILTY CLAS,light reddish brown,w/gravel,very stiff 4.0 14 1,111, 1 t,MESTONE,tan,w/gray limestone seams, 100/3.5" moderately hard 1 LIMESTONE,gray,w/shale seams and layers, 00/125 moderately hard to hard 2 10011" 2 100/3.5" 3 100W 3 _ 100/5" o a f V a� Q c b z O m u. a _ o LOG OF BORING NO. B-7 PLATE A.9 y"" �stvcn�slatntrcavc Project No. Boring No. Project Sanitary Sewer M-267-Upper&Middle Village creek 69410-08 B-$ Parallel Relief Main,Pert 1 r Fort Worth Te)= Location Water Observations See Plate A.1 Dry during drilling,dry at completion completion Completion Depth 35.0' Date 5-3-10 ..� Surface Elevation Type CME-55,war CFA N C i�l to Cd uw � Q Cn Stratum Description tM� >a �� ul C'1 omy �m gE adv oo c"0 coo _ o: rr maw a.to �� 0._J LE X.0, �� �c�a SANDY CLAY,dark brown,w/sand seams,stiff to 4.5+ 17 very stiff 3.75 18 -hard above V 2.75 45 18 27 18 3.0 21 103 3290 5 3.5 20 -w/increased sand below T 1.25 9 SAND,tan,medium dense - 1 16 7 SHALY CI Y,light brown and gray,w/weathered limestone seams,hard 4.5+ 14 1 LaF&TONF_gray,w/shale seams,hard 2 100/1.5" _ 2 100/1.5" �- 10011" 100/1" o 0 A m � A A z z A m A BORING NO. B-8 PLATE A.10 PmIW No. BoNa I?rr lee Sanitary Sewer1111- ?'r -Upper Diddle Village Greek j 694-1Q-0S ring B-9 Parallel Relief Main Part 1-Fort Worth Texas Location Water Observations See Plate A.1 Dry daring drilling,dry at completion Completion Compt Do 35.0' Date 5.3-1Q Surface Elevation Type CME-55,w!CFA U-! a NCU Stratum Description m m T a a a W a oqy=f(A an d 3 Q E a 5 o c c o ` o Ir d' FM it 0.fn J LLM 0.c 2U �� �i�0. SANDY CLgY,dark brown,wl ironstone nodules 4.5+ 13 and gravel,hand 4.5+ 17 4.5+ 20 CLAY/SANDY SILTY CLAY,light brown and gray, 4.5+ 18 -. w/ironstone nodules and calcareous deposits,very 4.5+ 1 81 23 38 18 5 stiff to hard 4.25 18 114 5420 1 -stiff below W 2.75 18 SILTY CITY,light brown,w/weathered limestone seams,hard 1 4.5+ 12 LINgSTONE,gray,w/shale seams,hard to very hard 2 00/2.75 2 100/1" 3 100/0.5" 00/1.75' o 0 c� v n. cry i� 4 LL 0 LOG OF BORING NO. B-9 PLATE A.11 �"" cIff Pmlect No. 13odng No. Project Sanitary SMer M-267-Upper&Middle Village Creek SVG II1C 694.10-08 B-11 Parallel Relief Main Part 1-Fort Worth Texas Location Water Observations See Plate Al Dry during drilling,dry at completion Completion Completion — Depth 35.0• 1 Date 6-3-10 '-" Surface Elevation Type CME45 w/CFA .r. .0 p, N C tL d T 9 p C O �: O a to Stratum Description ,� U m MI.R e r; V C; 0 > 3A w� a m« DU enc ^� cc W CO 0. a.V) -m a-1 ILS 2U ova SANDY CLAY,reddish brawn,wl calcareous 4.5+ 8 nodules and ironstone nodules, hard 4.5+ 7 4.5+ 6 ,. 4.5+ 9 5 4.5+ 5 -w/sand seams below 6' 4.5+ 9 1 4.5+ 10 121 8270 1 Jw/abundant gravel,stiff below 14' 2.25 45 44 23 21 9 Leo T�QNE,gray,wl shale seams,moderately 2 hard to hard 10012" - 2 00/0.75' 3 0014.25 3 ------------------------ 100/1.5" i w o 0 t7 U d O O UR LL Jt GOF BORING NO. B-11 PLATE A.12 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 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 %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. stated goal 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. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid ening 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 MIWBE Office at(817)212-2674. Rev. 2)10/15 ATTACHMENT 1A Page 1 of 4 FORT WORTH -•,.�Ir�•►-- city of Fort worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror *� PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1 s'tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 Fa TWoRTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., M $ff&W�W . 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 o �^ Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax r B B B Work Purchased Email E E Contact Person E El El El El El 1 W. El Rev.2/10/15 "" FQ ATTACHMENT 1A Page 3 of 4 ,.� Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E El El El ..a w. 1:1 El El ws E Rev.2/10/15 FORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. �. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1)year. -- Authorized Signature Printed Signature TMe Contact Name/Title(If different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date .� Rev.2/10/15 ATTACHMENT 113 FORTWORTH Page 1 of 1 ♦'� City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MM °' NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO,then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasinc Division no later than 2:00 p.m.,on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project,this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)on this contract,the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1)year. Authorized Signature Printed Signature Title Contact Name(if different) ... Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10/15 ATTACHMENT 1C Page 1 of 4 FORT WORTH --�-�•�I.�I�I.�.•��---- City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. wM Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2/10/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing I I ` No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are _ opened? Yes (If yes,attach list to include name of MBE firm,Person contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) _.. No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No 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? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets,if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10/15 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use"NIA"if not applicable. Name of City project: rw A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-MBE firm as -name: name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile wr Cellular Cellular I Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: ............ Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.2/10/15 Joint Venture Page 2 of 3 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day ... management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------------------------------------------------------ b. Marketing and Sales -------------------- ---------------------- c. Hiring and Firing of management personnel ------------------------------------------------------ d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev.2/10/15 Joint Venture Page 3 of 3 so AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint *■ venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false **�►► statements or willful misrepresentation of facts. -- ----------------------------------------------------------------------------------------------------------- Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date *�* Notarization ,. State of County of On this day of ,20 ,before me appeared ,r■ and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. .r Notary Public Print Name Notary Public signature Commission Expires (sea[) Rev.2/10/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part l w Revised July 1,2011 City Project No.01226 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 ,.. Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 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 w. 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,Clamsheel,Backhoe,Derrick,D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 , Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 , The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The ,.. Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK d CITY OF FORT WORTH Sanitary Sewer Main 257 Upper and Middle Village Creek Parallel Relief Main 257 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Part 1 Revised July 1,2011 City Project No.01226 Xg,uc 3rd Party Line Crossing Agreement Date: Select a date. Crossing: Watch job: Enter text. Ticket# Enter text. GPS: Enter text. Name of Pipeline: Enter text. Pipeline Size: Enter text. Barnett Gathering Point of Contact: Enter text. Barnett Gathering Contact Phone Number: Enter text Contractor: Enter text oft Contractor Point of contact: Contractor Contact Phone Number rn t .r It is agreed that you,the contractor representative,will do the following as prescribed: • After state One Call Laws have been completed,contractors must notify Barnett Gathering 24 hours prior to any excavation. • Contractor will not excavate within 15 feet of Barnett Gathering pipeline without a Barnett Gathering representative on site.All of Barnett Gatherings policies and procedures are to be completed first. • All third party encroachments on Barnett Gathering pipeline must request written approval from Land and Legal Dept.When both parties agree on encroachment.Barnett Gathering pipeline must be hand dug or hydro-vac to expose pipeline before mechanical excavation starts. • At a minimum Barnett Gathering,LLC ("BARNETT")requires the following Please see attachment Utility and Construction Requirements • Contractor will not leave Barnett Gathering pipelines exposed for more than 24 hours. Exceptions are to be coordinated in writing with Barnett Gathering. • Any changes in the plan agreed to with Barnett gathering,must be coordinated with the Barnet Gathering ,.,. contact above. • The contractor shall be liable for any and all damages to Barnett Gathering pipeline or other facilities caused by the operations of the contractor,and the contractor agrees to protect,defend,indemnify and .. hold harmless Barnett Gathering and its affiliates from any such damage. By signing below,you,the Contractor representative,agree to the above terms.Any Questions on above info please contact;Charles Vaughan$17 5$4 537$,, Contractor Representative's Name: .r Contractor Representative's Signature: Date: Barnett Gathering Representative's Name: Barnett gathering Representative's Signature: Date: Notes and plans on reverse side of this document. .. Barnett Gathering, LLC „ 810 Houston Street 1817)870.2800 Fort Worth,Texas 76102 Fan:017)870.1671 March 24,2015 To Whom It May Concern: At a minimum,Barnett Gathering,LLC("Barnett')requires the following: • Storm Drains: Barnett will allow crossing under Barnett pipeline at minimum 5 R separation. • Sewer Line: Barnett will allow crossing above Barnett pipeline at a minimum of 5 ft. separation and it has to be in a casing of our choice, through the width of our easement. • Open DrainagetWater Swells Etc.: Barnett will allow for crossing above pipeline in open cut with gabion rock basket as long as Barnett maintains 5 ft.cover between rock and pipeline • Electric/PhonetCable/Opt: Barnett will allow all crossings in PVC casing and 5 fl.separation • Water Line:Barnett will allow all crossings with minimum 5 R separation • Streets/Sidewalks/Parking Lots: Barnett will allow all crossings with minimum 10&separation • Fence Post/ Light Poles/ Street Lights/Bridge Peers: Barnett will allow drilling to be done after Barnett line is potholed and spotted with a minimum 5 R separation • House/Trees/Swimming poolsBarns: Barnett will not allow any of the listed items to be placed in ROW • Other Pipeline Crossings: Barnett will allow all foreign operator of steel and metallic pipeline to cross under Barnett at a minimum of 10 ft. n • All crossings will be at angles between 45 and 90 degrees AMP • Barnett will not be held liable for any repairs to streeWstorm drains/ gabions/waterlines/sewer lines,etc.,if repairs or maintenance is needed to be done to Barnett Gathering pipeline in the future. Please be advised,these are minimum guidelines and are subject to change at any time. Additionally, each specific circumstance differs and as an organization,we analyze the provisions and risks associated on a case by case basis. This list is intended to be a starting point or at the most,a rough outline to assist in planning and as an outline for future discussions with Barnett. Please consult with a Barnett representative for specifics. +•w Barnett Gathering,LLC By: Steve Rose, President r 1... L. Precinct#: UTILITIES COMPANY PERMIT 4 Date: l I Z 01 W Permit Firm Name: City of Fort Worth Waj2gnartment contractor to be awarded by public advcrtisement sometime next year Contact Person: John Kasayich.P.E,(City EWjoct Manager) Address: 1000 nVg6aao= Fort Worth.Texas 76102 Phone: _817-392-8480 Fax: gl -392-8195 Is hereby permitted to work within the Tarrant County R.O.W.(Right-of-way)in accordance with the Tarrant County Transportation Services Departments provisions and specifications. LOCATION OF PROPOSED WORK(WITH MAPSCO#:) l�eraga KennadaleBurleson Road 01 um#19M lbbz3d= r' a OdaM# 1071&107 to XWby&3d NOW# 107 W (Attached layouts as necessary) DESCRIBE PROPOSED WORK IN DETAIL: Installation of a 60-inch goWin sewer pipgnQ. (Attach additional sheets if necessary.) SPECIAL INSTRUCTIONS: 1. Roads are to be bored and not open out 2. Contact Richard Hatcher at(817)266-7817,24 hours PRIOR to working in the County right-of-way. 3. This permit is valid for 30 days from the above written date. A new permit is required if the project is delayed or extended. 4. Please re-establish vegetation after work is completed(i.e.hydromulch,sod, mulch w/seeding,etc.). ..GGA i r at partation es Department Sig&=of Firm Name Representative 5 CLV;f. Printed Name of Finn Name Representative i Precinct#: UTILITIES COMPANY PERMIT Date: Permit#: Firm Name: Contact Person: Address: Phone: Fax: Is hereby permitted to work within the Tarrant County R.O.W. (Right-of-way) in accordance with the Tarrant County Transportation Services Departments provisions and specifications. LOCATION OF PROPOSED WORK(WITH MAPSCO #:) (Attached layouts as necessary) DESCRIBE PROPOSED WORK IN DETAIL: (Attach additional sheets if necessary.) SPECIAL INSTRUCTIONS: 1. Roads are to be bored and not open cut. 2. Contact Richard Hatcher at(817) 266-7817, 24 hours PRIOR to working in dw the County right-of-way. 3. This permit is valid for 30 days from the above written date. A new permit is required if the project is delayed or extended. .. 4. Please re-establish vegetation after work is completed(i.e. hydromulch, sod, mulch w/seeding, etc.). Transportation Services Department Signature of Firm Name Representative Printed Name of Firm Name Representative Tarrant county Revised(Coat Order 74185) 'aanspacatom 8erv,ces Daparhneast Apra is,1988 POIJGY&SPECIFICATIONS FOR INSTALLATION/REPAIR OF A Tt'PMM INCOLA1fWMGHT-OF WAY A Any person, firm, or oosporation (hereafter called Utlilfty) dAsirirtg to do ray type of ooastraction within the Ott cfrway of a County road much as iastallEay. oosutecftg to, or repairing utilities,shall first make applicatiom to tits Tarrant County Transportation Services Departsnamt for a permit. B. The Utility expressly recognizes that the issuance of a permit by Tarrant qty does not grant any right, china, title, or easement in or upon the road or its appurtenances. In the future, should Tarremt County, for any reason:, need to work, improve, relocate, widen, hunsese,add to,decrease.or in any toam,er change the stractuse of fire road or may. the lino,it atfoated,avid be moved,or relocated at the complete mper,me of the Utility. C. Torrent County, its employees, agents or assigns will be ANN harmless of all clairm, ichors, or damages of every kind and description which may occur to or be suffered by any person or persons, ate, or prop" by reason of the pozfon=m of any much work, character of material need or mannan of bstsJUtion,maintenarm or operation our by hWaper oaarpsncy or rights-ofaway or public place or public structure.and in case ray shit or actions is brought against Tarrant County for damages afthg out of or by reason of any of dw above causes,Utility, its Mmessors ca assigns,wfi1 upon notice to him or thein of wmaierscan,ant of such actio,,defend the same at his at their amus,morgan,and will mad*any Judgment tiller said suit or action shall have finally been,determined if adverse to Tarrant Courtly. D. Tarrant County,its en pIoyeas and agststs will, at no drue,be hold liable for arra damage or injury, dome to the property of Utility whother in oordract or is tort, which may result from improving and/or maintaining Co=fy road. E. Requests for Utility's appurtenames to be placed within County rights-af-way that are larger than the standard telephone riser boaoes,water maters,gas meters, etc.will be studied oat a case by case basis. righFof-sway widths, roadway geometrical sight distance, roadway maiamance.and public safety Rill be studied prior to the issuance or denial ota p==% Page 1 F. IItlltty rwpastmg permit must pyocins wee copies of drawings or diagma; dwwhv proposed utility lacat km with respect to right y,type of utility,sine,Ieng%and Mate rtaL 0. The constructions and maintenance of such utility shall rat Warfare with the property and rights of a prior occupant. Where necessary to remove or adjust aiwther utility, a repressafttive,of that utility shall be notified to decide ruethod and work to be dare.Any cost of tempararsly or penetamnay reloeaft other utilities shall be borne by permit bolder or H. The U'tlllty/Contrackr shall maine every effort to open and close all trenching operations daring the daylight hours of one day.Appropriate measures shall be followed In the intertest � of safety,traffic eomvenienoe and access to adjacent property for all trenching operations.It shall be the reeporvibility of the Contraobor to adhere to the section on construction and raairteasance as outlined in the Vias MIs¢ d oa Uaiforra Traffic ControlWmicee. VAR L All lures,where practicable, ghall be located to cross roadbed at apprrosimately right angle thereto,No liras are to be installed under or within as feet of either end of any bridge.No lines shall be placed in any culvert or with 10 feet of the closest point of earns. ]. Parallel lines will be installed as near to the right-o&way line as possible, and no parallel Ibne _ will be inatalied to the roadbed or between the dmhu qe ditch and the roadbed without spacial pernAnion of the TsanspcaUd=Services DepartmanL S. No work shall be perbrmed in the County right ai ay undl after a per:uit has been issued by the Transportation Services Department.Bads permit will be valid for a period of thirty(Eq calendar days from issue date. if corestiuction hoe no been congdetecl within this period, psaxtnit must be renewed.The Contractor shall have the saaoutead permit available ore the lob site daring the duration of the work L, All open out excavations shall be no greater in width U=is necessary to adequately install Ills utility line.The rninimurn depth of a uftft Ilm shall be twenty-four irehes(841 below the flow line of ezbftg ditch. W. Operations along roadways shall be performed in such a marmer that all excavated material be kept off the pavements at all times, as well as all operating egaipv i ti and maeterials.No equbpnaent or installation procedures will be used which will damage any road surface or structures.The cost of any repairs to road sambas,roadbed,structures,or otber right-oW y features as a direct rmdt of this installation will be borne by the Utility. Page 2 N. Upon coaapletim of the project, sU egaipxmnt,construction material,surplus materials,irad►, broken concrete, hunber, eta. shall be removed from the oonetraction site. The entire construation etre shall be graded and cleaned to present the appearance as it was prior to construction or better. O. For utility lines evossinq under County road, OaMactor shaft be required to drill, core, or ban through the sub girt at a depth to be determined by the Transpalattcn Services Department.If, however, such procedure is deemed impractical by reason or rook, utilities, underground construction or tarrahi, special pe=fwshm shall be granted by the Tarrant County Transportation, Services Department before an open road out will be allowed. If approved,tracwhing,bac1:Mi ig,and reausfachtg of the cat shall be done In accordance with the procedures outlined In this specification.The Udlity/Contsactor shall be responsible for all paving repair for a parlod of ate year after completion. n P. Dodd I requireatents for all open,cit excavation and trenches shall be as follows: 1. Ares not subject to or influenced by vehicular traffic-the trench badM shall be placed in layers not more than ten inches(10'I in depth,and shall be oanpsrAed by whatever means the Contractor chooses. S. Areas subject to or inffuenced by vehicular traffic - the trench backfM shall be mechsnica Ly comrpu&,ed in WW4Wl,(VI lifts to a minimum of ninety percent (80%) modifiedprocto:density, a. Dirt Roads-Backfill shall be well tamped in six inch(60) layers to a point seine inches (911 below the surfoce of the road, atter which a wfoot (11 of good gravel s al be taruped until level with the sndsting surface. b. Gravel Roads and Streets-SacldiR shall be well tamped in siz hack (8') layers to a point nine inches(9")below the surface of the road after which w_ one foot (11) of good gravel shall be tamped until level with the eziadrq surface. c. Asphalt Roads-llaMll materials shall be selected mineral aggregate and oement in propordons of 27 to 1,propedy compaoWd (taroped to proper density of 80%)to within two inches(11)of road sumac.Asphaltto concrete must than, be added and tamped or rolled to make a level surface with existing road surfam Pap a 0. The Contractor shell not ant or open more than one-,W of the roadway at a time,in order to maintain the flow of traffm at all times.However.in an emergency or with the permission of the Tazra d County Transportation,Services Department,the total width of the roadway may be cut or opened,provided benleades are planed at the first intersection,each way km the out,and suitable detour signs ase erected. B. Any and aII of the above work abaII be done under the direction of,and be satfstactory to,the Torrent County Tramportativn Services De UU=t.The holder of the permit ahall notlty the Tarrant County Transportation Services Department tvventy4our (84) hours prior to the time the wank will be cane,and a County Inspector shall be present at the titre the work to done. This will in no way relieve the permit holder from his respondbMty for maintenance due to k0ucre of the repaired curt. S. Failure to Comply with tlpoci5cations; A an opening or cut is not refilled and restored as herein provided,and approved by the Tanwat County Transportaiton Services Mpaztmaxd,it shall be the duty of the Tarrant County Transportation Services Department to notify the , ;,unit holier in writing to se9M and restore the opening to the satisfaction of the Tarrant County Transportation Seavioss Departtmeft tf the peurdt holder fails to comply with the written request within three (3) days atter receipt of nch notice, the Tarrant County Transportation Services Department shall report this fad to the Commissioners'Court, who w may thereupon cyder the Tarrant County Transportation,Services Department to have the out reffiled and restored at the cost of the permit holder. The estimate of the Tarrant County Transportation,Services Department as to the cost of such retuning and restoration shall be the established cost against the peradt holder.No further permits shun be issued to such a permit bolder until these costs have been paid Pzepared byr; Tsrraut County Transportation SayvlM Department 100 F.Weatherford Street,Acorn 401 Fort Worth,Texas 70100-0901 Telephone (817)884-12M � Page 4 Page 12 of 16 - ftft CONSTRUCTION LIMITATIO ONCOR ELECTRIC DELIVERY COMPAIKaAT OF WAY EXHIBIT"E";j `W 1. You are notified, and should advise yo emplo es, representatives, agents, and contractors, who enter the property that th be working in the vicinity of high voltage electrical facilities and should roper precautions,Included but not limited to the following stipulations and in co ,at all times,with Chapter 752,V.T.C.A., Health&Safety Code. ♦® -- 2. Blasting is not to be permikaqLirements 4p �r right-of-way or under Oncor lines. 3. Construction on electric 'online easements acquired by Oncor after January 1,2003 shall comply of Public Utility Commission Substantive Rules§25.101,as am rom time to time. 4. Grading will n rder to leave the right-of-way as near as possible to present condition. oil dirt ill be removed from the right-of-way and no trash is to be left on right-of-way. shall be graded so that trucks can go down the right-of-way when , required and such that the slopes can be mechanically maintained. 5. Equipment and materials will not be stored on the right-of-way during construction without written approval of the Supervisor of Regional Transmission. 6. Street or road crossings are to be based on drawings submitted. Any change in alignment or elevation will be resubmitted for approval. 7. No fire hydrants,manholes,signs,lights or guard lights will be permitted on the right-of- way. Pa e13of16 S. Equipment shall not be placed within fifteen(15)feet of the power lines. 9. Any pre-approved fencing will not exceed eight(8)feet In h fight,and If metal in nature, will be grounded,at ten(10)feet intervals,with an approp driven ground. Gates should be at least sixteen(16)feet In width to allow OjONLac s to the right-of-way. 10.No dumpsters will be allowed on Oncor right-of-allwned property. 11.Draglines will not be used under the line on O r right-of-way. 12.The existing grade shall not be dis ed, excavated or filled within 25 feet of the nearest edge of any tower. 13.Right-of-way will be protected fro ng and erosion by Oncor approved method before any permits are grante No charging of water will be allowed within any portion of the right of wa ` 14.No obstruction shall be' on the right-of-way that would interfere with access to Oncor structures or p ent echanical maintenance. _ 15.Before any 's under Oncor lines or by Oncor structures notify the Region Transmiss' n Dep ent,817-496-2746. 16.No hazardous materials will be stored on the right of way. 17.For purposes of this document, "Hazardous Materials" means and includes those substances,Including,without limitation,asbestos-contalning material containing more than one percent(1%)asbestos by weight,or the group of organic compounds known as polychlorinated biphenyls,flammable explosives,radioactive materials,chemicals known to cause cancer or reproductive toxicity and Includes any items included in the definition of hazardous or toxic waste,materials or substances under any Hazardous Material Law. "Hazardous Material Laws"collectively means and includes any present and future local,state and federal law relating to the environment and environmental conditions including,without limitation,the Resource Conservation and Recovery Act of 1976 ("RCRA"), 42 U.S.C. §690? Let g.., the Comprehensive Environmental Response,Compensation and Liability Act of 1980,("CERCLA"),42 U.S.C. §§9601- 9657, as amended by the Superfund Amendments and eauthorization Act of 1986 ('SARA"), the Hazardous Material Transportation Act, 49 C. §6901 et seg., the Federal Water Pollution Control Act, 33 U.S.C. §12 se he Clean Air Act,42 U.S.C. §741 et sea., the Clean Water Act, 33 C, 7401 et M., the Toxic Substances Control Act, 15 U.S.C. §§2601-26 Drinking Water Act, 42 U.S.C. §§300f-330j, and all the regulatio r nd decrees now or hereafter promulgated thereunder. 18.Brush and cut timber will not be pile ;Wctors cked on Oncor right-of-way or will not be burned upon or in close proximity;q%Wi or towers. 19.No structures or obstructions,su dings,garages,barns,sheds,guard houses, etc.,will be permitted on tf�e ri i-of- y. 20.Landscaping on Onco ® Is permitted when Oncor approves landscaping plans in writing. No ligh ' rinkler systems are allowed on the right-of--way. CfTY +.ae OF FORT WORTH WATER DEPARTMENTS UPDATED:0141.2017 STANDARD PRODUCTS LIST Approval Spec No. iClaaaifleatlon Manufacturer Model NO. National Sp. Slze WASTEWATER Manholg Inserts- 1 330513 ;Mmholekwt l;MaMEmev— M.Mw Ordd-F1.6. ASTMD 1248 _ Fm Ze dk. 330513 Mmh k Im.A Soah woo.Pkwm Mede to Ord.-Ph s. ASTM D 1744 Fm 24"di.. • 330513 Mmhok Loan Neeow-bEow Male to Ord.-Platte AS7MD1248 Fa24'di.. 092396 330513 Mmhok b." Sowk-mrm Puld.1 3 s..h6 Ina. Ld6sr r-Stabler sod Fm24'dw 092396 3305 13 Mmhok W d X hte - 7dhalalt-9tsialeu Sbd Fm 24'di.maw } N 330513 Malde Fnma and Coven _ - Westin hen Waft Baan Hft Foundry 1001 2A'x O"WD 3305 13 '.Mmhok Frame.and Coven VNm 6760 24".40"WD • 33 05 13 MW k Fnmm and Coen Wemm Trm W Baa.k Hay.Fomdn 30024 _ 24"Dia. 330513 ':Manhole Prma and Coven - -_ McKioky Lon Word hK A_24AM _ 24"Di 330513 'Mmho.Frsma and Covina_ _ N.mah Cariot _ 74"Dia 3305 13 Mmbok Frena and Coven Vdmn Foattry 1342 ASTM A 48 24'Dia • 33 ME—3 Manhole Fm—and C. Sierra Carvaatio. MH-144N 3305 13 Mmhok Frena and Coven Signa Coryaa400 _ MN-143N 33 0513 Mmhok Fnmm mdCoveo Pout-A-Mau.m _ OTS-STD _ 24'diL 330513 -Madob Fame and Cows NMA Cuft 24"ft. 10/31/06 33 OS 13 M bol.Fame.and Cov.n 2kad) _ P—.," '.� Hineed Du.nlelrm Mmlw1. A57M A536 24"Dk. 725/03 330513 :Mmhok Frmm and Coven Said-G.baio ) _ RE32-RSFS - -- 30"Dk, 01/31M 330513 30"DI MH Rijand Cover _ Eat Jaden Imo WoM V1432-2and V1483De.i AASKTO W06-04 30-Di.. 11/02/10 330513 --30"DI MH Ri.and Covin S' Corpm.tim MH16SJFWN&MU6502 _ 30"Di. 07/19/11 _ 330513 .30'DIMH and Cow _ Str Pine No tm _ MH32F7WSS-DC 30"Du MOM 3305 13 -30"DI MB aced Cow AatmN 220700 Duty with Gna-Rm 30'Dia 4' 30'ER00)0"Aomtly 1WI4/13 1 33 05 13 30"DI Ml1 and Cow &].acbhl. Eat Jodm hm Wale widt Cm lcckrMKCrr-adtd ASSHID X105 3 ASTM A536 30"Di. • 330513 'Mmhok Fame and Co Pmt-A-Mooren Paced t • 3305 13 '.Mwhok Fame aced Coves _. Neenah Canka �, 24"Dia _ 330513 ',MmhokF=aand Covera Vukm Famdry 2342 ASTM A 48 24"Di.. _ • 330513 '.b ao Rama and Coven Werw hen Wodn,Bau k Hays Purely 300-24P _ -. 24"Di.. • 33 0513 Manb k Fame and Cow. _ McKm*Em Works Im. _ WPA24AM _ _ 24"Dia 03/08/00 330513 Mmhok Fraena and Cows Aaamr RC-2100 ASTM A 48 24"Dia fift 0420Po7 330513 Nh bde Frena and Coven Sermmae hsd Mks Privaa lad. 300-24-23,75Ri aandC— ASTM A 48 1•"ITa. Manholes&BS_=New/COmNnam 33-39-10(Rev 2/3/161 072397 330513 '',Lkc&m Ticalmustop Aahi Ko KR _Ad.ka Uka-SaIP-201 ASTM D2240/D41207.92 0426410 330513 ',016d Joint lbr 4'Dimi.MH Hh Coma Pr.dmb IMsx7�No.33.0 4"--I 04266= 33 0513 PMM.Grad for 4'Dim.MH Leu-Sa1 Grket Cava 25040 G." ASTM C443/C-361 Ss MH 12699 330513 EDPE M.vbok M ft..9 Rive_ Ldterb Inc _ HDPE jmaom2 Rae - - Nm4 dk— 511395 330513 Imwk&w w w _._ Ga.a-CPS _ WrqndSWMmdmk Eacoppdxdm S _ P Bmaaw%zm=Con _! 333910 P-W C.-M Hydro Cmdtd SPL 1mm F49 ASTM C 478 4$ • 333910 mww.m—a Cmaete WaR CrenatePi.Co.Ten. _ _ ASTM C443 4$ R'1r • 333910 F—ACmoaa F Gdkd- Hmmv ASTMC478 48" 0426/00_ 33 3910 MH, a OH'id Sal lokt F (iiB'ad-Holl,Fim.00 i FDM35-0048-001 _ASTM C 478 _ 48"Dim MM - 1 092396 333910 Prenr Concede Caved.P.&d la. 48"ID.Mmhde wl 32"Com ASTM C 478 4$wt3r cine 0820/06 333910 Premd Cmede _ The Tmm 48'I.D.Maibok w/24"Cme ASTM C 478 48" 1027/06 1 333910 MmhdA Procat Cone ft _ � 01&-k Peres Inc. 48"I.D.M.MI w/24"Com ASTM C 478 48"Dkm w 24" _ 06/09/10 333910 Pra.r _am PolYmer)Cm-etn _ TI'S Pi R®faced e corm ._ _ ASTM C-76 48"co 72" Manholo h 33-39-13(1/8/13) 12699 33 3913 Mmlde _ FLddCavaiommh Ire. nowen ASTM 3753 X0.4.m.aea 08/30/06 333913 M.Mk I.F.Mao Non tra�c.rea • 61-14 Madok Rand3 _ 042391 8]-14 Maohok Rehd Svrma Sandsrd C-w M#gnO Ire. Mi..MSP A 1-14 Mmhok RdabS AP1M Penaafom _ _ 120/01 BI-I4 'Mmhob Rehabs -- Slrma Gmmms Sad M32ARd.hS _ 5/12/03 E1-14 Mmhob RehdS Po T MH npwr pm&wt to ow ittfibum ASTM D5813 0890.96 IGmed Canna PkxKnse T V' 'Prod= Mina.U c 5y=sNonQwnentjfim 05.CW% 81.14 Mwbok Rdmb Sydm SFWM SP..Y W.0 Polymd6me C.-Ols ASTMD639M790 BI-14 M.Mk Rehab S _ Sm cm 12114/01 Coaonglhr Canosimmaeotim ERIECH Seim 20230 and 2100 0121/06 yl Cormp.for Cmlosim Prtealm Cheskrtoo An 791,S1HB 31,52 Add Resismm Teat Sever licaema dlaa 8282006 Cocm.im Protectim Ws Bovirmmoal S-301 and M-301 _ Sewer hceb— OMM6 0atow for Carona.Proteclov Cudd SLS-30 Solids BtwxY Sewer Applicad= PipcajMy&cntrlft"jX Cast_Fibaglass ReinL 72197 Mo. , Hilts Pipe USA,Inc. Bohn pi m-Pnaue ASTM D3262M3754 tslta 0322/10 Amen BoodahmdMe ASTM D3262M3754 LOD AmAbd USA Ylawtne ASrM D326LD3754 4/14/05difid Caocme Amitech.USA MeverPoyaeteP Ipe ASTMC33 A276 F477 $to 10YClmV e _06�0W10 Caomete Five USCacl,..-1:�.....:1'�-_ Reml'orad Pob'mr Caoaate Piva ASTM C-76 H1414IC-..Pim.Rekfotoed Wan Cmq-hpc Co.Inc, ASTM C76 _ El-04 Cmc. Aaivfatced Hydro C.xi�;:Carya.dat Clm ID_T&G,SPL Itm 077 ASTM C 76 EI-04 C—.Pim Reiafaoed Hmem Co—.Pndow ASTM C 76 EI-04 Car.Pip,R.W..W Cow-.Pip,s Frodnal.C..I.C. ASTM C76 L033 Duch!,Lm Pipe Ca�nPtp.PtodvctA Co. ,Stye Ben-T=Dmnkhm Prm pgiAam AWWACI50 051 3'tk.24' Dank I=Pip, Amaka.Drk I=Pipe C.. Amire Plite Pip, AWWACI50,C151 4',8"&10' Da&hen Pipe U.S.Pipe and FamdyCo. AWWACI50,C151Docolehmpipe i mewme Cart!tun Pala Co. AWWAC150,051 Prelaled 92/0/2015 Pape 1 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:01-31-2017 STANDARD PRODUCTS LIST A royal Spec No lChissifkation Manufacturer Model No. Nadonal Spec Size V 1- M/1/13) 12.02/11 33-I1-12 I)R-1{PVCPtaaae Pipe Pipel&Jaahem PVC Fraena Pipe AWWAC900 4'thm Ir 1091/14 33-11.12 DR-14PVCPmssum Royal ProdwuR Sal PVC Pressut Pipe AWWAC900 46thm 12"-_ li ' Jg ae Dialects,Ductile Polyethlent Poe ASTMD1248 3" elb _- Plmwo Ina ASTMD 1218 r IDA. ASTM D 1248 B' JE CSR M.Comdl - AMMD 1248 /PV " 33-31-20 PVC Sews Can-Tee,InduM-__ ASTM D 3034 1 4"dtu 12" • 33-31-20 PVC Sewer past Cernio-Teed Produces _ ASTM D 3034 4-d-15- 33-31-20 " "Ow 15" / • ._'y _33-31-20PVC Napa ., • 3}31.20 PVC Sewer J-M Mmttfmbasa Co-Ian.(JM _ ASTM D 3034 1^•15' 12/23/97• 33-31.20 PVC Sews - I)imood Pautrp Cvpontiw SDR-26 and SDR-35 ASTM F 739,ASTM D 3034 V diru 1P 33-31-20 PVC Saws pius LmsmVA. _ ASTM F 789 _ 4"d-15' 04104M/ 33-31.20 PVC Sawn _ Js Stream SDR-26 and SDr-35 ASTM D 3034 1"'a 15" 3}31-20 'PVC Sawv _ Royal Buddme Ftoduau SW Solid Wag SDR 26 Jr 35 ASTM 3034 1"thru IS" • ,-. 33.31.20 PVCS—Poe __ 5aason Tecaa Ina _ ASTMD 303/ 3'10^ 11113,'98 33-31.20 PVC Seaar ' __ _ Diammd PlnEaa_ S. Sewer Pp. ASTM F 679 16"b27' 33.31-20 PVCSewer 1-M ' Co,Inc.JM _ ASTM F 679 I8'•27" 09nlnt 33-31-20 PVC notJs strum SDR-26 and SDr-35 ASTM F-679 18" 0561605 33-31-20 PVCSotrd Wag ' Diammd PWtia Co P846ASTMF-679 14117M_ 33-31-20 PVC S—lilting F klera SDR-26 and SDR-35 Guitarl1kio ASTM D•3034,D1784au ._. ' 3}31-20 PVC Sewer F" _-. Plastic Trade,In.c Gadraed PVCSawa M®F, ASTMD3034 � 1111799 E100-2 C7aadProgle PVC Pipe '' DiammdPlasoa Corporldias ASTM 1803/F'794 13"b18" I - PWSSN CTV 092691 8100.2 PVC Sews No..Ribbed Lawon V Ian Pa. Caries Vylm KC.Clued Profile Fina_ ASTM F 679 18"t.48- OWN! 8100.2 PVC Saws _Rtbbad Ban—Taandollin Inc. U*WUb- Profile Saws - _ ASTM F 679 IB"w43" E100.2 PVC Sewer Pi Ribbed Enc Iltiwio 100-2 Polyprwylme(PFj sewer Pipe,Double Wall Adwnoed RMM Systems ADS S=Tka BP Double Wall Corm ASTM F 2736 24"-30' 11/10110100.2 Po Sewer TtILk Wall _Advaced 3 ADS m S 'Tde NPT' Wag ASTM F 2764 30"a,60" 05/16111 Steel Retwhereed Polyethylene Pipe -- CwTa9t Copamtiod Prodlas Dmmace ASI`MF 2562 24"1,72" Pines/RehabICIPP / _ Quad mPYoe�P'e,-_ IntimfsmT la ASTM F1216 - rO5/O3/99 Carod inPleoe NstrwdBnvkceedt Grow Nwhosd U-,(SPL)1tm 827 AST.MF-121ND•5913 lndWms Toradol USA WinerT ASIMF 1216 P' 1 FgIM FendForm CuNw S ino. _oal and From Jnsibfirm Teraoob' loc. Imituro®'NaP! ASTMF-1504 FaldandFaro America Pipe&Platlm,Ta. _ Dmo.gap—ordy FoldandForm ' tontine Ukuiiner PVC Alloy Pipeline i ASTMF-1504,1871.1867 06/09103-- Feld and Form Mtlwr else Ca." EX Maaod 1 _ASTM F-1504,F-19/7 Uo to 18'dimMs_ 12 (01119/131 PIM Systase _ PJM Corps— r Po PIMCcep-Piwuway.NJ. Appowd Fuer ... McCaaeg Swgma Mclal Casumm. 1 PblvedNme _ Ilomton,Tees A aawlrmi TRS Syarmc _ Trachles S Polyahyame n/Caaada -A loved PreN 4(97/01/131 11AM2 lstat c-sms spanan - AdwocedPmduars and Systems,Inc. Carbon Steel Spada;Model SI --- 02/O2A3 Steinke Steel Gaioi Speer .. Advanced Produces and systems,Ta. St.W—Stals .Mudd SSI 09/DJ37 Cassg Spanms - cascade aterwodo Caaiog 09114/10 1 Pipeline sad adlaulms sued—Sud casiep Spans -- Up m 48"<><> 09/14110 1 Cussed Steel Casio Sp— Up to 48'Q><D 05110111 Stateless Sud Caftspacs Pmsmaeal 4810 Powsraock Up 1,/S'<]-> 3 - 0225A2 -- .e'- S _ - •w les sarGsd 21ORS LA 8210.1.33 1211401 Eftelt Tsaaai Commas Ertwh 2030 and 2100 Series 04/14A5 law=Ductile lite kduron Prateceo 401 ASTM13-117 Dudge tan Pipe WATER - yea ► 7 / El•1l Combimtim Air Relate Vmve__ GAladd..im Ina Empire Air and Vasa®Vaive,Model 935 ASTM A 126 Caw B,ASTM A1'&2"_ EI-Il ICambbation Air Release Valve _ MuhiWa Mada6asbte Co. _ Crispin An a ®d VacValva,Model No.AS. In'yV&2" E1.11 Combia lion Air Release V.I� V.I.and Prima Corp. APM 4143C,81450 ad 8147C 1"2"&3" t3u,lelik I % k] 11 / /1 — 072392 Sts Pipe Product;lna. Mechanical Just Fittings AWWA Cl53&C110 • _ El-07 'i Ductile[ror. r.�e _. _Gri$a P1pa Produen Co. Mechaial Jdm Rahuse AWWAC 110 _ • McWaJf Umon Up6aa Dr—mr, Mwbaial Joint Fiwnp,SSB Chu 350 AW WA C 153,C 110,C 111 08/1093 El-07 'MIFittioge _ - Sixes,Co. Cka3706153MIFwmp AWWACIS3 -. 4^-24' 0226/!4 El-07 'MIF" Acaacaa Clea 3"C-153 M)Fkdop AWWAC153 4^-12' 05/1493 EI-07 DaaTeau,Jond Ratrmdu _ Fad Mau Boa C../Um-R.= U.&Flaegs Series 1400 AWWACIII/CIS3 4"w36" 0511498 E1-24 'PVC Jobe Ralrainu Food Maar Bos CeAJni- _ Uni-Flap Soria 1500 ti l-Lock _ AW WAC!l UC153— —4'w 24"4> 11/09/D4 EI-07 Ductile Iron biro Rewasm 0. Ino. _ Oda Bok Ravained lost Felting AW WA C l/CI I N_" 4".12" 02/29/12 . 33-11-11 'Ductile Iron Pere M.A..l Jost R.M am _ ERM true,Ino. _.. MepWg Series 1100(f.,MPipe) AW WA C1IIA:'.r';..' 4"w42' 02lt9n2 33-11-11 IPVC Pse Msaaiod Jost Rarest _ M3AA Ino. Seda2000(fm PVCPipe) -- AWWACIII/CI74,'CI53 41 to 2/° 08/05/04 E1-07 Maraaic.1 Net R.W-Glad. Sigma-Co. Sigma O..L k Machmiul JointResnnbms AW WA CI I l/C153 4"ro 24" __.. Bulldog System(Dimond Lok 21&JMFAgle S 10/12/10 I _0 24 iWarier Restrained Jost Seam S&B Teelvei.l Product _ La 900) ASTM F-1624 4"to 12" oan6/06 E]-07 .Meraameal JointFitdnp SIP indadia _ Maohaial Jaim Hasp AW WA C153 4"w24" 1197/16 33-11-11~Meeamie.l John Reams Glade - Star Pipe Pmdub,lee. PVCS!! S 404000 - Pmpead Sr24r2015 Pape 2 CITY OF FORT WORTH WATER DEPARTMENTS UPDATM..0T.11-M7 STANDARD PRODUCTS LIST ,Approval spec NtSsi.Ftcatlnsl - Manufacturer Mwel No. Nadonal Spec sloe � -0 / ';R-'bft Wedged One Vahe w/rtc Gem A.Flow Comm! Serio 2500 Dmvia k 94.20747 ....._16" I2113A2 1t.-Iteer Wedw Gm Vnhe Amaies Flaw Como! Soria 2530 sod Series 2536 AW WA C515 3V and 36' OU31M Resdied Wadp Gm Vale Amaiaa Flow Caoad Sena 252032524 %-2025 AWWA 015 20 24" 05!18199 ,R.W-W !labsVale _ A—Flow Comol Sma 2516 SO 94.2024 AWWA 0515 l6 _ 102AI00 61-I6 'Ra Tim Wed.Oete VCM Ameimn Flay Coolol Sala 2500 Pwblc Gw AWWA C5IS 1 to 12` DBrOSf W Ranllem Wd,CO.Vrive Ammi®Plow Control 42'-d 48"AFC 2500 _AW WA C513 42".d 48" 0527,91 HI-26 R.QiWW Gate Velw_ A—AVK 99BRM Aowics AVK Ree'Hmt Beaded OV _ AWWA 0509_ 4'.Ir 0124/02 HI-26 Realist Wedip Gm Vdw Amain AVK wa0er • H1-26 Reaillst Sated Gate Vale - - 4"-Ir-,, • E1.26 Radliea Seated Ow Vidw MSH 4'-12" • E1.26 Rnil(md Boated Gate Vatw Moeller Co. _ _ _ 4" 12' _ 11/01!99 Roelist W Om Valve M.H.Co. Saia A2361 SD 6647 AW WA C515 16" 0123/03 Rwffi d W Gm V.Iw Moeller Co. _.Baia 192760 to 16"•719'SD 6709 AW WA C515 ?A" mRa 05/13/05_ Raotieot W Gate Valve Moth Co. _-_ _ Moeller 30"3 36"GSl5 AW WA C515 30'ead 36' 01/31196 R tet W Gate Valve U.S.Co. Mm1k.42'3/8",C-515 AWWA 0515 _42'ed 48' Olt" HI-26_ Radtiem Wedge Garr Valve _ i Clow Vols Co. _AWWAC509 4' 12' IOA4194 Redtet W Oats V.M � Clow Velve Co. 16"RS GV(SDD-20995) AW WA C515 16" 11/08,99 EI-26 ;Rmlient W Gate Valve --� _ Clow Valve Co. Cl..RW Vela SD D-21652 AW WA C515 24'aod—ft 1129/04 R..ffi d W Om Val- Clow Val"Co. Clow 30"3 36"6515 AW WA C515 30"sd 36" ode 3 11!30/12 ___ R=h rot Wed Gete Vdw Clow Valve Co. clow Vahe Model 2633 AW WA 915 24'1018"(Note 3 05!08/91 EI-26 Redliw Sealed Gate Yd- Stookhfm Vdva 3 Fiamp '�Aww,icSaJ,Alert Ola-man AS1M d"-12^ • EI-26 ',RaeOimt Seated Gale Vdve U.S.Pip,ead Foundry Co. M-..w 250 SPL 074 _. ...m,3',to.)6" 1021916 33-12.20 Reaiem S.A%d Cm Valve __ EI Merl lord.Imo Walla _ Er PlowMaatw,Oar Vat-a v &Fittings/Rubber 4 EI-30 Rubber Saamd ftMft Vdw Henry Asa Co. _ _ - AWWA G504 24^ E1.30 Rubber Seated Budully Vdw M-G.Co. _ AWWA C-504 24"sod sro@ 1/11199 EI-30 Robber SeatedBodwily VW. Dem&Vahw Co. AWWA C-504 24"-di a IMII 06/12/03_,. B1-30 Vabneea Ammioee ISURVIfly Valve Velmtlic Valwsed Vdmetic Aaaxiae Buttafly Valw. AW WA G304 U to 84"diwetn,.,, 04106/07 E1.30 Rubber StatedH Vdw MSHVale MSHStylt450031450 I AWWA C-504 24-to 48" 311296 Water Sampling Starts _....- _ Wets Plue 820 Water Sm..g _ _. DI'E7 1 Fire Hvdrants 33-1 dw 10!01187 b,,Bartel ArtHddVdw Nm.90-18608 94-18560 AWWA C-502 0321!81 1 1:.' Bard Fuer Amaics Valve ShooNo.94-18791 AW WA f-502 09/30M _ C 1.12 Band FeeHydrin - clw Dn No.D•19995 AWWAGSM 01/12'9' C-1-12 Band FaeH drm Amain AVK Model 2700 _ AWWAC-502 0824/33 F-1-12 Betel Fuer clow 'oe D30135,D20436820506 AWWA C-502 &1-12 Bath it a ITf VaM 3 No.D.IgI,4 FW_ AWWA C-502 _ 0921/87 H•1.12- Bawl Fce Hydrin- __ MSH VdwC -__ She Dm*No.13476 AW WAC-502 i SbW Drawinp No.6161 l 10/14/87 E-1-12 Dry Hotel FuerH dtst Mudia compggy A-423 Camoim AWWA C-502 Shop Dnwio3FH•12 01/15188 I Bl-1I Dry Barrel FmH _ Mudla Compop• _ A423§gM Cemuis 200 AWWA C-502 1009197 &1-12 Dry Bard Fire Hydrant U.S. '-&Eomd, Shop Dmerim No.%0250 AWWA C-502 09!16187 &1-12 Borrel Fes Wnleroa Camosr She No.SK740803 AWWA G502 08/17/16 33.120 Band FveH EI lads bet Wahf WaterMMaSCD250 08/28102 Doable Streo Saddle S-th Blair Jt317 N Lm Coated Double Saddle 0723/12733-12-10 Debb 3 Service SWAB 11 DR2S Deshler 9 S DlSaddle AW WAC8t10 1"-2'SV m 24^McDsdd 6100 6100M73610MT� 3M"sad l"1027/87 Curb S -Hell Hear Vdw McDaodd 16038,16048,61 6100THand6101M ISS"sadI' 0126/00 CoatedT SaddlawithDouble SS JCMIduWiaa.bx. 19406 Double Brad SS S.M. 1^-2"T s m12" 0/521/122.25 T Slee-Costed 5 1CM lac. 412 T Sl—ESS AW WA C-223 U ro 30"w/12'Out05/10/il T Slaew Stetaiaa St Pwelw 3490A3 3 349OW 1"a"mi 16'0229/122-25 Tappite Sleeve Cmwd Some Romac FM 240 1 AWWAC-223 U W42'w24"Out 0229/12 33-12-25 T4vis Slaw 2tWm Brod Roma SST Stemlm Sad AW WA C-223 b 74'w212'Oa OVD112 33-12.25 lTappfng Sleeve Samiw ap Roos. SST M Samlaf Stmi _ AWWA C-723 m30'w212"Oat 05/10/11 Joke Repair r6 _ Pausal _3232 Ed Joi d Eepm Chwa _ V or 30' _ pled.bfaa Box w/Comocaft Lid _ DFW Phd.I... DFW37G12-IEPAF FTW _ Pearic Mao Box wM®podel.(d _ DPW PIWk4 En. DFW39G12-IHPAF FI'W 000106 _ YLsee Mekr Box w/Com ' Lid DFW PWdea la.. DFW65Gl4-1HPAFFTW Csaae Meta Box -, Bas3 '.� CM37-BI211IS LM-9 --- " Claw Mora Box Beer 3Fuws ' CM&IB•Dud 1416I.ID19 Cooaae Mew RM Beet 3 Hy. 0065-11651527 LID-9 . :TOS 08/ 05/12105 E143 em Eeamat _ Flaml Fulls - AWWACI05 Soot LID 05!12103 H1-13 Ena®an Mountain Steve Pleario nod AEP lad. StsadardHardwate AWWAC105 _Sm7 LLD OS/121D5 E1-13 lam FdCaweat _-. AEP brmWia b Cowmwa Boed Oeker AWWACI05 SmO LLD 0241593 9101.5 Derew Ch1 kMdd r _ Aow CampsY- M.W 1000 Deteaa Check Vdw AW WA C5 00 4"-10' 06103/04 aio De-Vitreal Tnrbme y bb Ddw Varied AWWA 0701 Clea 1 1 314"-6" {} NOTES • _ From Original Staodad Pmduea Iiet - O� Above lS" etas Cafe Wns �. . G3> 30- hadd baler me®a BP-Pes a> Pmdoet A p 36'Howew C905 FVC Ape u ved lo 24" TWTW—Vawser s 0 to-ulmreitc rewevl a�prc.ecli meet art f as COWCuehm¢yects. a SpddfioetSom for apsdfi :-4.iol Sp.dMo.6w wA override the Foa Wm.*WaterDeparM.W.So dmd SpeciBnesa ed the Few Worth W.W D%aemw's Steadard Produce lit sd appoval afthe aped8c prdom wA M Meed s Ile wgtrhrn�m ot'the Technics'---fr4rige wb iba a ea the pocific prodoa meed the Fan Worth Water Depatmmt's Standard Spsdcadaa or ism the Fan Worth W ata 'f Staodatd Prods.Liu. 7 b i Propend W242015 Papa 3 � u m a z V Z a pZ c � U Q ui > co w l Q� QJ W �o ----- -------- - - __7Q V W UU J Q m — -- m S O w N = x= w �sx �a zo = W 3 � � LLI zZ ~�sz soZ � o o � f2g5Yo �3o` p � oo m Z paa� LL M p m V ��vxiska � pZZZ cNi o� 3 f M F o s rn m n a o CP N o Zw ,o U J W .. NMa �n �on *C, N Ln � n w N 3 Q z0 Q M ZW K ¢F Y O M O w M L) w s Y a un a ¢ fv�iv�i � fv�i { m w 0z A z ~ W 4 oC N ¢a ¢ SovNg M °u z m F � � 3 v E z a� [} .NW. K 0=2 .. ao+o+ .. �i Oys z f Q N ti u m IQ Schedule Quick Reference Guide for Contractors FORT WORTH New City contracts require contractors to develop and update schedules for construction. These schedules are merged into the City's overall project schedule, and the resulting information is used to drive all the City's dashboards and reporting systems, including those available to the public on the City's web site. This Quick Reference Guide is designed help contractors begin meeting these requirements. If your company doesn't have a Buzzsaw login, contact Fred Griffin (fred.griffin(cDfortworthgov.org). Step 1. Baseline Construction Schedule 1.1. Download the Schedule Guidance Document from Buzzsaw. It is located under the RESOURCES folder in the SCHEDULES subfolder. It includes most of the information you will need to develop schedules acceptable to the City. Section 3 is focused on preparation of Baseline Cost Loaded Schedule. 1.2. To make starting easier, download a schedule template from Buzzsaw that matches your project type. Templates are located under the RESOURCES folder in the SCHEDULES subfolder under SCHEDULE TEMPLATES. 1.3. Use the basic task structure in the templates. Add and revise lower level activities as you see fit to accurately reflect how you will perform the work. 1.4. If you need assistance getting the baseline schedule set up correctly, contact the City's project controls lead,Vishali Kundi (yishali*!n iefortworthgov.orq). We will help you get started on the right foot. 1.5. The draft baseline schedule must be submitted to the City for review and discussion prior to the pre-construction meeting. Schedules must be submitted in both native file format and .pdf format by uploading to the project folder on Buzzsaw(per Section 6 of the Schedule Guidance Document). Step 2. Progress Construction Schedule 2.1. Section 4 of the Schedule Guidance Document is focused on preparation of Progress Schedule. The progress schedule is simply a copy of the City-approved baseline schedule that is statused monthly. 2.2. The progress schedule should show the actual dates that activities start, the actual dates that activities finish, the remaining duration of activities in progress, and the %complete of all activities. 2.3. The progress schedule must be submitted to the City monthly no later than the last day of the month. Schedules must be submitted in both native file format and .pdf format by uploading to the project folder on Buzzsaw(per Section 6 of the Schedule Guidance Document). Step 3. Schedule Narrative 2.1. Section 4.2 of the Schedule Guidance Document is focused on the schedule narrative. The Schedule Narrative is a brief, concise narrative summary of the progress schedule that explains variances from the baseline on critical path activities, any potential schedule conflicts, and recovery plans where appropriate. 2.2. The schedule narrative must be submitted to the City monthly no later than the last day of the month in conjunction with the progress schedule submittal. Repeat Steps 2 and 3 Through Project Closeout Approved Software Systems -Primavera (Version 6.1 or later or approved by owner) -Primavera Contractor(Version 6.1 or later or approved by owner) -. -Microsoft Project(Version 2003/2007 or later or approved by owner) (phasing out) 1 P3T3-2010-ContrGuideQ.ppt <11/18/201 0> Schedule Guidance Document Contents 1. Purpose 2. Applicability 3. Preparation of Baseline Schedule 4. Preparation of Progress Schedule 5. Additional Guidance for Tier 4 and Tier 5 Schedules 6. Submittal of Schedules Attachment A-Work Breakdown Structure Attachment B -Example Tier 3 Baseline Consulting Schedule Attachment C -Example Tier 3 Progress Consulting Schedule .. Attachment D-Example Tier 3 Baseline Construction Schedule Attachment E-Example Tier 3 Progress Construction Schedule Attachment F- Schedule Submittal Process for Buzzsaw Desktop ww 1. Purpose The City of Fort Worth is committed to delivering quality, cost-effective infrastructure to its citizens in a *� timely manner. One of the most important tools the City uses to achieve this goal is accurate, updated, current schedules for its capital projects. Accurate and updated schedules allow the City to effectively track and manage its projects both in aggregate (at the program or city-wide level) and project-by- project. The City uses this schedule information to display project and program status to the City's elected officials,staff,and its citizens. The City's goal is to take every reasonable step to ensure that projects finish on time and within budget. Project schedules are the fundamental building blocks to planning and executing projects efficiently and on time. These schedules are best prepared by those closest to the work. Because the vast majority of capital project delivery at the City is performed by contractors and consultants, it is critical that contractors and consultants prepare schedules as part of performing their work for the City. This Schedule Guidance Document complements the City's Standard Agreement and Contract Documents to guide contractors and consultants in preparing and submitting acceptable schedules for use by the City. The City's Program Management Office is the owner of the schedule submittal process and associated reporting systems. 2. Applicability The City has developed a tiered approach to scheduling, recognizing that projects have a wide range of needs for schedule information. The City's Program Managers will determine the appropriate level of schedule needed for each project, and will include that designation and the associated requirements in the consultants' and contractors' contract documents. The schedule tiers that the Program Managers will select from are summarized as follows: City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 1 of 28 • Tier 1. No schedule submittal required by contract. Small,brief duration projects. • Tier 2. No schedule submittal required by contract,but will require some milestone dates. Small, brief duration projects. • Tier 3. Schedule submittal required by contract as described in the specification and herein. Majority of City projects, including all bond program projects. • Tier 4. Schedule submittal required by contract as described in the specification and herein. .. Large and/or complex projects with long durations. Examples might include a large water pump station project and associated pipeline with interconnection to another governmental entity. (Note: Applies almost exclusively to Contractor schedules • Tier 5. Schedule submittal required by contract as described in the specification and herein. Large and/or very complex projects with long durations,high visibility. Examples might include a water or wastewater treatment plant. (Note: Applies almost exclusively to Contractor schedules) Schedules for the Tier 1 and Tier 2 projects will be developed by City staff based on date and milestone information provided by the consultant or contractor. Contractors and consultants are responsible for preparing schedules as defined herein for Tier 3 through Tier 5 projects. Tier 3 projects and the associated schedules will be the "default" and most common. Therefore the schedule guidance that follows is focused on meeting Tier 3 requirements unless stated otherwise. There are three(3)basic elements to schedule submittals. 1. Baseline Schedule. Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 2. Progress Schedule. Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. 3. Schedule Narrative. Concise narrative that highlights changes in the schedule,expected delays,key schedule issues, etc. The Baseline Schedule is prepared by the contractor or consultant at the beginning of the project (prior to the initial payment)and submitted to the City as defined herein. ■- The Progress Schedule is prepared monthly by the contractor or consultant and submitted to the City , as defined herein. The Schedule Narrative is submitted to the City monthly in conjunction with the Progress Schedule. .. 3. Baseline Schedule 3.1.General The contractor or consultant will develop a cost-loaded Schedule using approved software and the Critical Path Method(CPM). The schedule file project ID should be based on the five digit Capital Project Management System number and the name assigned to the project by the City in Buzzsaw. When submitting the first schedule add the word 'Baseline" to the end of the project ID. Monthly updates moving forward should have the year and month at the end of the project ID. Refer to the following examples and Attachment F. City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 2 of 28 ,,,,� Baseline Format. City Project#-tracking log file name—Baseline Example. 00701-Flaxseed Drainage Improvements—Baseline Monthly Update Format. City Project#-tracking log file name-'YYYY MM' Example. r 00701-Flaxseed Drainage Improvements-2009-01 The approved Baseline Schedule will become part of the contract. The contractor or consultant has the sole responsibility to correct any latent defects in its Baseline Schedule and perform to the subsequently revised schedule. The contractor or consultant will use the Baseline Schedule to coordinate and monitor the work (including the activities of subcontractors, equipment vendors and suppliers). The contractor or consultant must keep a copy of the approved Baseline Schedule. 3.2. Schedule Work Breakdown Structure and Activities 3.2.1.Work Breakdown Structure(WBS) The scope of work to be accomplished by the contractor or consultant will be represented to the City of Fort Worth in the form of a Work Breakdown Structure (WBS). The WBS shall be the basis for the .,• development of the schedule activities and shall be imbedded and depicted in the schedule. Attachment A shows the WBS for the City of Fort Worth. 3.2.1.1.Design The consultant's (engineer) schedule WBS should roll up under one or more of the following, as confirmed with the City's Project Manager and Project Controls Specialist: • 1.10-Project Planning — 1.10.12 -Traffic Studies/Field Reconnaissance — 1.10.14-GIS Mapping — 1.10.15 -Condition Assessments — 1.10.16 -Hydraulic Assessments • 1.30-Design — 1,30.31 -Conceptual Design — 1.30.32 -Preliminary Design — 1.30.33 -Final Design. • 1.40- ROW/Land • 1.50-Survey — 1.50.51 -Preliminary Survey — 1.50.52 -Construction Staking .� 1.60-Public Involvement — 160.61 -Public Meetings • 1.80-Construction — 1.80.80 -Project Management — 1.80.81 -Construction Advertisement City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 • Page 3 of 28 on 1.80.81.10-Bid Preparation and Advertisement 1.80.81.20-Contract Award — 1.80.82 -Pre-Construction Activities ,.. — 1.80.84-Material/Soil Testing — 1.80.85 -Inspection 3.2.1.2.Construction Construction scope for each project should roll up under: • 1.80-Construction — 1.80.83 -Construction Contract 1 — 1.80.87-Construction Contract 2 — 1.80.88 - Construction Contract 3,etc. *� Within 1.80.83 the contractor should organize the activities to logically represent the project(see 3.2.2). The goal is to have each project organized in a logical order by type of work that rolls up to the City of Fort Worth's Construction WBS level. +*■ 3.2.2.Activities Activities are the discrete elements of work that make up the schedule. They should be organized underneath the umbrella of the WBS as described in 3.2.1. The following information will be provided for each activity: on 3.2.2.1.Activity Number • Use a five-digit number between 10000 and 99995,left justified in the activity I.D. field. • Alphanumeric activity numbers are NOT acceptable,unless specifically directed by the City of 00 Fort Worth Project Manager or PMO for selected use. • The initial network will be numbered by 10s or 20s with the following activity number greater than the preceding activity number. "' 3.2.2.2.Activity Description • Activity descriptions should adequately describe the activity and in some cases the extent of ,■. the activity. Examples of acceptable descriptions might include"place concrete between Avenue A and Avenue B", "water line conceptual design",etc.). 3.2.2.3.Activity Durations (Applies to Contractor Schedules Only) • The activity duration will be based upon the physical amount of work that is to be performed for the stated activity and are limited to 20 working days. If work is to exceed 20 days,then break the work down so the work will be completed within a 20 day time frame. «. 3.2.2.4.Activity Start and Finish Dates • Activity start and finish dates will only be accepted if calculated by the software. b4 • Actual activity start and finish dates may not be assigned in a baseline. However they must accurately be assigned in the working version of the schedule(see Section 4 Progress Schedule). 3.2.2.5.Activity Dependencies All activities will be logically tied with a predecessor and a successor. The only exception to this rule will be for the project start and project finish milestones. .. 3.2.3.Milestone Activities City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 4 of 28 w The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City of Fort Worth and should be reflected in the Project Schedule for •,,, all phases of work,as applicable: 3.2.3.1.Consultant Schedule(Engineering Design Example) • Notice to Proceed • 30 percent Plans and Specification Submittal • 60 percent Plans and Specification Submittal • 90 percent Plans and Specification Submittal • Design Complete 3.2.3.2.Contractor Schedule • Notice to Proceed(Construction) • Preparation and submission of shop drawings, submittals, and any required re-submittals (if applicable) • Mobilization • Fabrication and delivery of equipment and materials(if applicable) • Pre-final and final inspections • Project Acceptance 3.3. Baseline Schedule Development The contractor or consultant will designate an authorized representative (Project Scheduler)responsible for developing and updating the schedule and preparing reports. It is recommended that a qualified scheduler develop the baseline schedule. The City will supply a template for download as an example of how to set up a project. The purpose of • the template is to help the novice user develop schedules meeting the City's requirements. The contractor's or consultant's initial schedule submittal will contain NO progress and represent the planned work for the duration of the project. Once approved by the City of Fort Worth, this •� schedule will become the baseline against which all future variance analysis will be performed. The use of activity external constraint dates and lags on relationships is discouraged unless specified or approved by the City of Fort Worth. An example of an external constraint date is "concrete construction will begin no later than January 1." The reason for this requirement is that it creates an artificial(rather than calculated)critical path. ., The baseline Schedule will consider delivery lead times, construction and access constraints and the coordination of construction with The City of Fort Worth operations. 3.3.1.Safety Requirements Schedule performance should never take precedence over safety. Project schedules must allow work to be performed in a safe manner. The contractor or consultant cannot reduce safety or worker protection in order to shorten schedules, recover lost time or accelerate the work. 3.3.2.Project Calendars The baseline schedule will be based on a standard work week (the days of the week -typically five day week - the contractor or consultant plans to work) including City holidays as non-work days, unless it +a is the contractor's plan to work more than a 5 day work week. If the consultant or contractor plans to use a non-standard calendar(i.e. more or less than 5 day work week),then the City should be notified as part of the submittal of the baseline schedule. City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 go Page 5 of 28 Listed in the table below are typical City holidays that contractors and consultants will need to develop project calendars for that exclude these as work days. Refer to the City web site for additional City holiday schedules. Holiday 2009 Dates 2010 Dates 2011 Dates New Years Day January 1 January 1 January 1 Martin Luther King Day January 19 January 18 January 17 Memorial Day May 25 May 31 May 30 ... Independence Day July 3 July 5 July 4 Labor Day September 7 September 6 September 5 • Thanksgiving November 26 November 25 November 24 Day after Thanksgiving November 27 November 26 November 25 -- Christmas Day December 25 December 25 December 26 3.3.3.Inclement Weather Refer to climatology data for anticipating work that can be affected by inclement weather. Historical rain days can be reviewed from the following web site: wvvw.srh.noaa.gov/ewx/html/climate.htm. 4. Preparation of Progress Schedule As described in Section 3, the baseline schedule is used to coordinate and monitor the work. The contractor or consultant is required keep a copy of the approved baseline schedule. The Progress Schedule is simply a copy of the approved baseline schedule that will be statused monthly. In other words,progress on the project will be shown monthly as an update of the schedule that will be �- compared to the approved baseline schedule. 4.1. Progress Updates The contractor or consultant should show on the progress schedule update the following: • The actual dates that activities start • The actual dates that activities finish • The remaining duration of activities in progress • The percent complete of all activities on the schedule(0 percent to 100 percent complete). .. 4.2. Schedule Narrative The progress schedule will be accompanied monthly by a concise schedule narrative that explains the submitted .. schedule. The purpose of the schedule narrative is to: • Speed review time • Explain variances from baseline on critical path activities • Explain to the City logic changes and potential schedule conflicts related to dependences. City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 6 of 28 ,�,• so go If the project is on schedule, and no significant issues related to schedule exist, then the schedule narrative oft is extremely brief. On the other hand, if the project is falling behind, and/or there are significant conflicts and obstacles to meeting the baseline schedule,then the schedule narrative should describe these issues and what steps will be necessary for the project to recover. Sharing this information ensures that the entire project team will be ■. aware of the issues and have opportunity to assist where applicable. 4.3. Change Orders and Amendments Change orders (contractors) and amendments (consultants) sometimes affect the schedule of a project. In these cases,change orders and amendments will be incorporated into the previously approved baseline schedule and clearly show impacts to the project timeline, if any. This "re-baselined" schedule will be submitted to.the City for approval (See Section 6). In these re-baselined schedules, the following should be adhered to: ' • Time extensions.associated with approved contract modifications will be limited to the amount of time the project or critical phase of construction is actually delayed,unless approved by the Program Manager. • The contractor or consultant will submit revisions within fifteen(15)workdays after the date of the change request. • The changes in logic or durations approved by the City of Fort Worth will be used to analyze the impact of the change. This impact shall be included in the change order or amendment. On the re-baselined schedule, the Activity ID of a new activity added to the schedule for the change order or amendment should be coded in the Activity ID with the CO number or amendment number. Use as many activities as needed to accurately show the work of the change order or amendment. Use Activity IDs in this form. ,., CO<Change Order Number><Activity ID> AM<Amendment Number><Activity ID> Revisions to the baseline schedule will not become effective until approved by the City. 5. Additional Guidance for Tier 4 and Tier 5 Schedules -- Applicable to Contractors Only As noted in Section 2, Tier 4 and Tier 5 schedules are required for more complex, schedule-dependent projects. Brief descriptions of the additional requirements (beyond Tier 3) are provided in this section, and are applicable to successful Contractors on Tier 4 and Tier 5 projects (not Consultants on these projects). 5.1. Tier 4 Requirements for Contractors In addition to the Tier 3 requirements a Tier 4 schedule will include the following elements. 5.1.1. Schedule of Value Pay Items City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 ,," Page 7 of 28 Schedule of Values Pay Items (Work) shall be loaded into the scheduling software using the "NON- LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. (It is intended that Earned Value will be calculated as the schedule resources are progressed). 5.1.2. Resource Naming Convention The resources assigned to the schedule activities will be derived from the pay items in each contract. Quantity of work times the unit price established in the resource dictionary will be the basis of the dollar value of the scheduled work.Resource ID shall be CPMS Project Number.C.Bid Item. The C will .. be used for Construction contracts. If there should be more than one construction contract for that project, then the second contract would use C1,etc. Examples are as follows: • 00100.C.101 • 00100.C.102 5.1.3.Reports A Scheduled Earned Value Report reflecting the scheduled end of month earnings in dollars and percentages. The report shall also contain the following: "'•" • Activity number • Activity description • Original duration own • Remaining duration • Activity percent complete • Early and late start dates • Early and late finish dates • Total float • Budgeted cost ► • Budgeted Cost of Work Scheduled(BCWS) • Budgeted Cost of Work Performed(BCWP) 5.2. Tier 5 Requirements for Contractors In addition to the Tier 3 and Tier 4 requirements a Tier 5 schedule will include the following elements. 5.2.1. Man-Hour Resources Labor resources (Man-Hours) shall be loaded into the schedule software using the "LABOR" resource type with man-hours only,no costs. " 5.2.2.Man-Hour Resource Naming Convention Labor Resource IDs shall be CPMS Protect Number.TRADE Name. Examples are as follows: •-• • 00100.Electrican - • 001OO.Cement Finisher an The Contractor's initial schedule submittals shall include a project total planned manpower curve (expressed in man-days or men per day) based on early and late finish dates. The submittals will contain both tabular and graphic presentations. .. As progress is made on the project, the contractor shall update the progress line of the curve to show City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 8 of 28 how well the project is progressing according to plan. 6. Submittal of Schedules 6.1. Submittal File Formats Every time that a schedule or report is submitted (baseline and monthly progress) the following file formats are required. 6.1.1. Baseline Schedule Submit the schedule in native file format(see below). .�, Also submit a .pdf of the bar chart schedule consisting of the following columns: • Activity ID • Activity Name • Duration • Start Date • Finish Date • Float • Cost .— 6.1.2. Progress Schedule Submit the schedule in native file format(see below). Also submit a.pdf of the bar chart schedule consisting of the following columns: • Activity ID • Activity Name • Percent Complete • Duration • Start Date • Finish Date • Float 6.1.3.Schedule Narrative Submit the schedule narrative in .pdf format. w 6.1.4. Native Schedule File Formats The native file structure is to save the schedule as follows: In Microsoft Project(Phasing Out) • Save the file as a Project MPP file. In Primavera 6 • Save the file as an xer file. 6.2. Submittal Process City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 .�, Page 9 of 28 The City administers and manages their schedules through Buzzsaw. If you are not currently a registered Buzzsaw user please e-mail or contact: Fred Griffin,Buzzsaw Administrator City of �. Fort Worth Fred Griffin@ fortworthgov.org 817-392- 8868 Once you have obtained a user name and password for Buzzsaw, log onto the system, locate and verify that the naming convention for the project file coincides with the name and project number setup within the Buzzsaw project folder. Draft project baseline schedules must be submitted within fifteen (15) calendar days after the formal notice to proceed from the City. All schedules must be submitted in their native format (either in an MPP, an xer file, or a concentric P3 file) as well as in a PDF format. The City will review and accept or reject the schedule within ten(10)days of submittal. Once the baseline schedule has been accepted, schedule updates will be due monthly no later than the last day of the month. ,„, For detailed step by step directions for uploading your files please reference Attachment F. .w City of Fort Worth,Texas Schedule Guidance Document PMO Release Date:02.15.2011 Page 10 of 28 �,, Attachment A w� City of Fort Worth Schedule Guidance Document Attachment A Attachment A-CFW Work Breakdown Structure WBS Code WBS Name 1 City of Fort Worth Project 1.10 Project Planning 1.10.11 Pre-Contractural Packaging 1.10.12 Traffic Studies/Field Reconnaissance 1.10.13 Grant Application 1.10.14 GIS Mapping 1.10.15 Condition Assessments 1.10.16 Hydraulic Assessments 1.20 Project Agreement 1.20.21 Consultant Selection Process 1.20.22 Consultant Contract Negotiation 1.20.23 Draft Project Agreement Preparation 1.30 Design 1.30.31 30% Conceptual Design 1.30.32 60% Preliminary Design 1.30.33 90% Final Design 1.30.34 Constructability Review 1.30.35 Developer Plan Review 1.30.36 City Flood lain/CLOMR 1.40 ROW/Land '! 1.40.41 Right-of-Way/Land Costs 1.40.42 Negotiations/Easements/Legal Fees 1.40.43 Facility/Building Facility/BuildingPurchase 1.40.44 Permits 1.40.45 Environmental 1.40.46 TxDOT Environmental (CE) 1.50 Survey 1.50.51 Preliminary Survey 1.50.52 Construction Staking 1.50.53 Easement/ROW Document Preparation 1.50.54 Platting 1.60 Public Involvement 1.60.61 Public Meetings 1.70 Utilities 1.70.71 City Utility Relocation Costs 1.70.72 Private Utility Relocation Costs 1.70.73 Utility Coordination/Clearance 1.70.74 Demolition 1.80 Construction 1.80.80 Project Management 1.80.81 Construction Advertisement 1.80.81.10 Bid Preparation and Advertisement 1.80.81.20 Contract Award 1.80.82 Pre-Construction Activities 1.80.83 Construction Contract 1 1.80.84 Material/Soil Testing 1.80.85 Inspection 1.80.86 Landscaping 1.80.87 Construction Contract 2 1.80.88 Construction Contract 3 -- 1.90 Closeout 1.90.91 Close-Out Report and Review 1.90.92 As-Built Survey 1.90.93 Mapping 1.90.94 As-Built Plans Attachment B CITY OF FORT WORTH SCHEDULE GUIDANCE DOCUMENT ATTACHMENT B x - t --------------- .----- - -.......-r -......------------------i -- _ -... -- ------------ 7 .5 - - - + - - - - ------------------ ....-.. - ----------------- o --- 0 ILL FIF m .... .... .... .- -- - --.. _.. co 0 lift k � L .------------- ...-. ------------------- ------------------ ------------------ ............... ctl .. ...... . . ------------------- ------------ ..._ , -... - .. .i - ___ ...... ...... -- .. ' ...... _ ' 1 U � J O m 0 0 0 0 1..0!o o �o{o� o Io .0 0 0 o — I I i i. -j '-� 0 0 I0'0.0 io o' "' lo o to io m W 0 "� o o 0 0 0'0 0 010 ro O I o m G � iii--f- f �--t -I' '_:_•—i__. y � __;`� � N N N N N N q'[7 i^1 1 Q LU o r m LO al J m ...1 i ....__ .._ 11111 d of R a 810 0 R o u o{R R R�R R R 0: mr, o O oR -i o - ` RSR R�oiR $ R� Ri R R R R{R R 0 R R ' •iv ��i F �a ' i I ( € I m � � �� f � � o m yQt� N �� Q;1�-1E gym C �a.�4.g �y SIq Z• �� dd ' �n8 0 3� 'o�W ( I E yCis ; RLEi oat J g gMu 14 U C ._. L —4_...-t t--•-_..�. �j:_..... .._ ._ ---}-iii,- m -�—i-- -- - - o m ¢ i ul r - I- acro � u a� V1 _ L m G U - ... ______________ _ ... - d lO w ....._.._. CL _-_-_-----------------------------------------------.....:--------..--------- .................................... ..... .... 0 W © c m : lLO __ ....-..--_-..._...._... ._ _.... .... N---------- ........__............... ......--__•__-.-.._-__.-. ._: ------- ---------- ----_------- N .. _ W ._._..__. .. .... ._.1._.__..--... -_ -_._.... .'. - .-_.__. - ..C " - - .-_... ..- ___. -.;--- ------._....1..............._....._. ----------_-_-__-.--_-------.._-_._____._.__--__.__.--____---- ..------.-__...... 3 a v L ------------ - - N M _..... _----- -------- - -- ..._.... ------------- s N C W !d ------ -----.....--- ---....------- ------------ - - ----------------- ---- ------------------- m Mr. C ------------ oft IS _.------------i-- .�., 3 z d CD 7 °' O mcc f7 C c ! t I N N i 0 75 8 8 gig IIa 8 S a 8 8 9;8; 8�S m a 0 dLL !�•-I�(�''N n N �'NO O �O iN b O O�� It0 O„O.. O OO ... .. C O O ir 17�V,7 O O 1i0 2Tr O O O O O i 3 dqQi I�, !.b ^ of N m `.z3' S �''�' b:o o $ d 'o�4u' S';£S `� "ur:. �o a o "d o `� '8;0 "' o o m � wr 100 R $ $ $ o,R o iR O $ g o o � o E o Oft_ ( _ m ti e ' R RS IRpe �� $ o o N � o o $ oo 0 4 CE Tn a ` � E m r ca IFd l 'I (c)ca 0 o g f0mew° ea �'x'I� ¢if a• _j �. i� � � ' J � J egg . � 3 � 5 � R 4 5p ♦'i,i'3 �� �. y I a6m Ie� q�i2S IO7b p' 4W j~ N R! -6 -� a CL 1 C7 00 tt77 Eca __L _ _ ��t. on w Attachment C CITY OF FORT WORTH SCHEDULE GUIDANCE DOCUMENT ATTACHMENT C , s .................................................................................................................. ............... L Q - ------------------C a w: _ 1 y ------- -----------------------------"- M '�'' ..-_--_.._____;-___'_-_------:............._-._•.__-------------_'-_....-_..-.._-.:...._............ ._._._.._.-- - N •. <: - : 0 LL al CEI M ulx -------- n - - — 1 c 7 ------------- ------------------------------- ------------------------- - -------------- ------- ------------------ ----------. .._..i-----.--- ----------- ------- --------- _ - - - - Gl ---_ .-__-- _--- - ._----- _- f G1 -------- �- - ill r - W • ' C O .. --- ------.. - ------------- ..... U cn i c f Po'O o 0) 19,19 YI b 1,9 h b b b �b�N i �,fi b i t b , , Ifl b 19 W 1 f0 O IR R R R R:R R R iR R(R R R R R R IR R R R R R�R iR RIR R ER IR R R R 00 .......... j m ~ OU o{W ao - CL E f (8 0 0 0 0 o io 2a1-7 +_ a 8jo•°d!Sid d 4 ` IR ¢ ¢ a iR R y ( w C ua o y O m d �m to is 1 O a U C! a n o� �� 1i (7mS ql '2 Lrn 1 I II�d g a� E U U 75 sp Jim IVA as m Z15 ojs E ^o s v : i 'w m w o 16 21. 3 jLL�j-9 v U Q U g ; .��cu �IY C - � O yI Ecu Q x " � # ... . ..ti ,4 . ..------------------- ------------ - � LL t -- -- ------- --------------- --- o . ----- ,.. .-- - ---- ---- -- ----------------' ------ _-=----------------- --- :. a -- a - '-- 1! � N - r---- --- .. ----------- -- O LL - .. . ._____ --___- --- - - d _ _ aO N ° g a-j � oft -------------------------- -- oft - U - - -' ------ - ----------....:. ..........___ _-- ----- --- --- - - ------ - — 0 ------ C; - C. --- - - E e,$ N N T iN O N N NN A N�N N O ._�.._ -.- 1� �[y I SSSS S c v i -. } z_.I am ^ ��OO..O G + " tC� Q. N g �i p; Q O 10 O O 0 0 10 O O i O O tc� C4 am Cb x;13 CO E to R u $ o IR,o €`, to,o'.. o o o 16 i- n - o N io-R o .__... ....- .._ s. ..... __ ; _. _.. R o R O o o $ o o n o� o $ of Yoio g R..O 0 I I I m a ' o °i Y m mCL E Am o" g c v.� o � S � � s o eEC$M �:a g 1 U U W[Zy o c m .. C aE a � . . aoJ an0 jIm�mQ m� I-¢ a0 ��Est st � bl � y $ � a a �i ttQQ(� o ro CO r,`- 7 a a Q ala" I¢ 7 7 0 ¢ m Ix m ¢'.g w CS x im d v u o 3 vN5� gyp, CL O v v R o f `�'3 3 a O - 12 c o g. R 41ccm --— co W Attachment D CITY OF FORT WORTH SCHEDULE GUIDANCE DOCUMENT ATTACHMENT D uw V N O UlV a � ' All ' c E , r v R7 p P N rm 2 d V1 N m a N z M F t A A I Q ! - A 444`4 4444444;4,4 �h - g 555+5.5 5 '5555 )HEINN LL � ! I RA 4'ffil g't� �ttA�A�s .a a T ry �� 1. r � m ON + .- ;gg ogig gg ig� g,xog; ` 'g o cr pS m w. 11 _ mN �"� _�� E . W H 1yr�. �� �ip i 49� I�K m. ♦ ♦ I oi� o Fa `mJ oJ.a as a mS:a u• ml �� cj u''a u� 3 Wm m.r.a-3 3 mai 3 -z- .44 z z ai m - > > gs m > rg - - tW1ya �3 -uta .4i=. UIN O-Sz_(-(7�yyy(m W�7-NKF[���.K " �#m..u�(-s�i=tea 8S;s�8s SSS ' F' z. N,e &rrWWWR�� ?5 ,� WB d 6 Y Y i ON t -y► a ---------------------------- ----- ----- -- ------- ---- :id C Q� R IW - - nn O G d ' L FEWV Z 1/p d N x � 3 N ' M Mft am 44'4 j-;k; ,� S, 1RR�i g tag g'g gj f -1N j r L) a � Klll,� 96 LL�a¢! F Y�fw ' 'W p��la�(,7 k, ^� ♦ ♦ I a .11 F c fe 3'3 i F woUin 7z7 �4( �o sa� o pZ W 1z w iI R I Zw.'.. a°Ii�� D M. CIFC C I + F O n Attachment E CITY OF FORT WORTH SCHEDULE GUIDANCE DOCUMENT .. ATTACHMENT E war ps ------------ _... � r or do d m CL E � t E r a a N m J-4 E• w a CV do 71 # f ,o- 0!1 0 0 o Eo F4 All " ! g 44$$ a 4.444aag411 a " FT ±_ qqe "$$ I 9999991?$$ a rn ggg � g' ggI � X88 I�" o _i � � _i� ai,,o o r oo�o ®olo ^�"r m� i I .■ — �' � �oo` ,o. ioloxlxxa�x � �x o"�oo-o F- �' �p� r i 1` ( • rll. r9 m c >> '.'I m U I O i x r o ( a W y a U a � " r� bi N,, � � �' � Ix�� lb r�b� � '. obi �axfr.: O +Za 'fit O a a �'ay� S< a �" >aw < I 1�, e 3 '�<3 3 N<3a 3 b N x! O a ny yR ra z a ppg-. g r mZ Za) ) -'Ho 11!>6Y { �[ (b KZ 5N($"�,1w6y~Uj�2d b� r g 3 .� lfw x l I. Mi?� ¢� �� fw g71 w �3 N.Iw WN-1rc m T1�1 , . � . . o _ yIt931,91!lC v V, S < 2 x Vit,Nf R rc 0 I I I z.. i -- d OWN Ul W E anmm: Q yy j b LI 00 0 ' N m M a ooloooo rao 000-.00 oa; o'o.00 0000. ea,,,� �N_�,.,. " 19i I ICS fI N & iSiS m' A ;F�FoSN " oNFIF 'n•b'.� �Fa:AFjFF "WiI C r � a I + + E � .rr U W J WIWW WI6 41W 33aW�3. >w3�� 4 5 K p(< K �yy 1aZ I z z0w 2 E Z�F Iz z,c��u s. z z d n o'oi � ; a d z g aSn -[r5irc«I rco 0 I�u a .1517. �KKiu >:. rc°�i°I �g=Zaa Oz�lxy�Z�a =lO u�i yl � a,Way �I j� o rcx-z- lit fet_� 5�5o>c�:a * g° Z� 8U-W a.W Z 1 Tl 1I I»' ,`��yW UUS c�$�¢,�¢c� W 7LL�LL U a" F _O b_ K �WWIR'U`F„p i- y{ i rc. 'f O Z� W H 2 EA��$"s'$'sz vol seosu! ���!�� �m�'�� � � �T _"wl� SIR � � Attachment F CITY OF FORT WORTH SCHEDULE GUIDANCE DOCUMENT ATTACHMENT Attachment F e_ Schedule Submittal Process for Buzzsaw Desktop Client Users This Job Aid contains consultant and contractor instructions for Verify that the file name contains the 5-digit Project ID, Project submitting baseline schedules and schedule updates to the Name,and Submittal Date and follows the standard naming City of Fort Worth(CoFW). convention. If you are not a registered CoFW Buzzsaw user, please email Initial schedule submittal will be labeled as'Baseline'for or contact: example: Fred Griffin, Buzzsaw Administrator 00701-Flaxseed Drainagel mprovements-Baseline City of Fort Worth Schedule submittal updates will be labeled with Schedule Fred.Griffin@fortworthgov.org Submittal Date'YYYY_MM'for example: 817-392-8868 00701-Flaxseed Drainagel mprovements-2009_01 Using your registered username and password log into the City's Buzzsaw Site Expand or select the Schedules folder and add both the native file and PDF file to the directory. https://Dro*ectpoint.buzzsaw.com/client/fortworthgov From the Toolbar Select 4 Add 4 Document a -. _.. ••,. a a _.3 s A 4•: t! He wt•. Tab Heo 6uxulw C1 ^� +�11a Wms-mama awwemoro.eme n{ rue renes s¢e r .. r®. p rctt �°d wee sa,.a�mda..,s •.ea Gaa, u.?n. rc.sii. .,...��"•M*,.:_..rb Jcar..cony:tmonm�wdsaga .J woectue.w� „�,. J wac nmo-m• «.}nes nroaett :y l�Sdedies IMv.b q Wm-I.�vapasramyneins. .q W>os-ua�N.ot.ramsawoe swn q Wm-��.casco.ree,.w.„ q Wm-sw:lm.seemneeeramanlxi Navigate to your Project Folder.Verify that your Project ID and < a0m4� < •It Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. Select Browse and go to the location of the files on your The 00701-Flaxseed Drainage Improvements project is used desktop,select Open. m� for illustration. (]r1ln�awrrWrr.�111rr.erlmrealreaa...aMnfrWr► too- J. Oeallllmu aalelasre rt�.�.,fr.. � s.aotr erlenr• • OOAth.ewe6erpesuwe w tae pe. 1vw a neope .s Wad 1.MN.. lwk"' t..aa♦ — * z•d FL7 wcw..r• �aarwlmin. j cwm.e. eG jemm.+sne � AAOebabtnelewwM 11!a/i�ew.iJ J..wwwweenax...•a N01 Akr G1dw WM70W �Cetl Miwd itlYs I OW1rm0 ww nwwaMwvhrvn.! :..— Je..*g.-h f Owe Gfels Om0wr 7001 ..y® tem wOwa<e.ew.v rus.os .7,nfr. MMsertlaPwa OtD1lep�el acts uer.ega(svee Cur: ���� rtey.,ee.,Iwww "i N`. mim,-VDe•`etOeC✓me a.rwM5o1AMC w ser WW1 arbnswtlweR rm se1s:OMIcI OOA1 uM'�1w40wr ewr � .IWY • OOtr Sw�t4�01wt4awme[ ,ll NoaoR erovwrlW7bw.Fe OsioY�NVYeIy '. Wlq tYaw4M>AaOrw10,: I� ♦ W)r•IrwOwets ".. ♦ Wr134e�0er►ixl...a* � Hetlr' `_ _.. _._._-_ ♦ WAl•OwMepeeO•Y��r1 v.,. a .. glt.,es�r..�e,.w-w....�w ; � w.�oc ■r+..rT •� �.� w.6waw1Y iwe/tRfwsw:l bee.lrlr79ewlw.11 IN •... qar Two files will be uploaded for each submittal. A native schedule file format either Primavera .xer or MS Project.mpp and a PDF version of the schedule will be uploaded. Attachment F Schedule Submittal Process for Buzzsaw Desktop Client Users The file will appear in the Buzzsaw Add to Project-Select « ®rrwr.w.nrswr•.t.w°ww�w..�►mrrr+sws..r+ Documents window. Select Next. Do not select Finish at this time. o� ,j SdeC Coonatubeddb�eA�r�0.b.hhu tatieN b.OmatbptrbVWb• W.-;r''Iumrra W! �. �... s ♦..o w.. wa.. wa L. tV... v'Y°t r•.'at. Select the Paste Comment button to copy the Comment into •- You will be placed into the Attach Comment window to enter a the body of the email. Select Finish. record into the Project Schedule Submittal Log. s Enter the Project ID-Project Name-Submittal in the Subject Line.Type Submittal and Company Name into the Comment aerb euoa.er window along with Contact Name and Contact Phone Number, Select Next. '°'r 141 OsmeFn.r .._ J por..�eke�w..�.�w.e�.Fs.r.rrr.ew.ra ae>Re e!!aewaR ois Ao�r S&.&A.Sienroi ft-'Conpsny Nene• ra-ALHJ E-1 A&ANEJ SO �� ,� (mui.w,Redre>.arna.w.�wa«nFr< SdROle Si4MId Fan Ca.prif hm' mbn!+sm 45ncd4 SWeltr fivn'tmu.ry wse'M xnrk pvlveud W b lsrrr 74 2 mGclStleU/¢LLmtW fran Y<eV�v fAroe'b wFOoaneE to m]rrav 113A4 'a'"-�� ��� `"• v..e 9eref f The schedule file is uploaded to the directory.An email is sent to the Project Manager and Project Control Team. You will be placed into the Send Email Notification window. Select To and the Select Recipients window will appear with a �0!O's-r%'," P a -Law.W 4 &W W- I list of Project Contacts. - OORtrMWrlhwVp MVarrr K »y7 wta. FVeai hYNiF. ILL.1F+.eeed+4st'4.• JF]41°01 h1 Select the Project Manager as the To Recipient and the :�'�- eL-� ^°n�� ••° Project Controls Group as the Copy Recipient. .J�evora -J°err fe�lr inY j aan rwnro a)M uY A�iM •�mSS 1M"+eT.s M er a ®o m .�>ar.e s✓,..r 4 vrw S v R !f �► [U° Upload the PDF file using the same guideline.