Loading...
HomeMy WebLinkAboutContract 50812 City Secretary CITY SECRETARY Construction C3 FORT WORTH ""No' Project Manager❑ PROJECT MANUAL FOR THE CONSTRUCTION OF SANITARY SEWER, PAVING AND DRAINAGE IMPROVEMENTS (PART 2) Randol Mill Road (Randol Mill Rd at Precinct Line Road) City Project No. 100278 L IVED1 2018 ry Betsy Price David Cooke T WORTH wMayor City Manager RETARY .4C�Cb0L 6 Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation & Public Works Department Capital Delivery Division October 2017 DUNAWAY ,ti C T Dunaway Associates, L.P. 550 Bailey Avenue,Suite 400 * i Fort Worth,Texas 76107 ANEL.....A....Afia....J....«« DTREMFI� Tel:817.335.1121 Fax:817.335.7437 • '«'«'------ •• www.dunaway-assoc.com 98366 DALP#2008279.005L OFFICIAL RECORD CITY 8ECRETARY FT.WORTH,TX 10-30-17 FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 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 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalification 0045 12 Prequalification Statement 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 01 3216 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 01 5813 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7123.01 Attachment A-Survey Staking Standards 01 74 23 Cleaning 01 7719 Closeout Requirements 01 78 23 Operation and Maintenance Data CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 01 78 39 Project Record Documents 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 3305 13 Frame,Cover, and Grade Rings-Composite 3305 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade 33 39 60 Epoxy Liners for Sanitary Sewer Structures Division 34-Transportation 3471 13 Traffic Control Division 99—Additional Specifications 99 99 00—Special Provisions Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: his://prof ectpoint.buzzsaw.com/cl ient/fortworthizov/Resources/02%20- %20Construction%2ODocuments/S pecification s Division 02 -Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Gentf:elled Lew Stfefto MeAer-ial(CL 0334 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 26-Electrical 2605 10 Demelifien for-EleetFieal Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 -Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 312323 Beffe;: 31 24 00 Embankments 31 2500 Erosion and Sediment Control 313600 r„t ions 31 37 00 Riprap CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Division 32-Exterior Improvements 32 0i i7 PeFmanefA Asphalt Pewing R 3201 18 Temporary Asphalt Paving Repair 32 1123 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 ii 37 Liquid Treated Soil Stabilize 32 12 16 Asphalt Paving 32 Q 73 Asphah Paving GFaek Sealants 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Bfiek Unit PeMag 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 i7 25 Gur-b Address Paiafiffg 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 323 i 29 Weed Feap-A-sand_Gates 32 32-0 Cast i nlaee n,.ner-ete ne4aining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding, and Sodding 32-93 43 Trees and Slobs Division 33-Utilities 33 0130 Sewer and Manhole Testing 33 0131 Closed Circuit Television(CCTV)Inspection 33 03 io Bypass Pumping of Existing Sewer-Systems 33 04 10 jeiat Bending and EleetFieal lselmieifl 33 04 11 Geffesien GentiFel Test Staiens- 33 04 40 Cleaning and Aeeeptanee Testing of Water Main-,; 33 04 50 Cleaning ef SeweF Mains 33-05 1io Utility T«e«el, E e.,y t:e.,, ..Ebedments e«d B ekfill 33 05 13 Frame,Cover and Grade Rings-Composite 33 05 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to Grade 33 0516 rene..ete Water-Vauks- 33-05 i7 Goner-ete cellar-s 33 0520 AageF Ber-in 33 05 21 Tunnel Liner-e«Nete 390522 Steel Casing Pipe 33 05 23 Hand T-unnefin 33_05 24 hist.,ll„tien of n.ffie..Pipe in Casing er-Tunnel Liner-Dla 330526 Utilit.,1\R..-ke sA me 33 05 30 T eeet-i-Al .f�.:�t:...u4il:t:es 33 1105 Bolts,Nuts,and Gaskets CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD-PART 2 Revised February 2,2016 CITY PROJECT NO.100278 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33-1-I io moot le r..e 2ipe Pipe, > Steel Cylinder-Type 33 11 14 BuFied Steel Pipe and Fia4ffp 33 W o 4 33 Q 20 Resilient Seated Gate VaWe 33 W 25 Genneetien to E*isfing Water-Mains 33 1230 Geffibifimieft Air-VEAve Assemblies feF Petable Water-Systems 33 1240 Fire Hydr-afits 33 1260 Standafd Blew off Nza4ve Assembly 3331 12 Cur-ed in Plaee Pipe(GIPP) 33 31 15 High Density Polyethylene(14DPE)Pipe fer-Sanitary Sewe 33 3i 22 Sani", Sewer-Slip bini*g 33 3123 Sftfiitaf)'8e%'eF Pipe Ealafgefneat' 3339 10 Cast-in-Place Concrete Manholes 333920 Pr-eeast Generete Mfmheles 33 3930 Fiberglass T\�holes 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 11 High Density Peb,ethylefte(HDPE)Pipe fer-Stefm Df;ain 33 4600 Subdr-ainage 33-46 01 SlettedStefm 33-46 02 Tr-e..eh Dre:.,s 3a-49-1v----Cast in Dl.,ee Manholes and i4e4ion Bees 33 4920 Curb and Pfep inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 34 41 10 Tmffie Sigftals 34 41 10.01 Attuehfnent A EentFeller-Cabinet 34 41 13 Refoeving TFaffie Signals 34^41 15 Reetangulaf Rapid Flashing nesse.. 34 41 16 Pedestrian 1-b,br-id Signal. 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 4120.02 Ffee..ay TED Readway T e CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 34 4120.03 Residential LED ReadwityLif 34 41 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GG 4.04 Under-gr-eund Faeilities GG 4.06 14az .. etis gayi.,..,...oiAal Genn fieri eA Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates Grp 6.09 Do... its and Utilities GG 6.24 Nendiser-iminatien GR 0160 00 pfedtfa Requir-efaeRts END OF SECTION CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/1/2018 CONTINUED FROM A PREVIOUS WEEK DATE: Tuesday, April 3, 2018 REFERENCE NO.: C-28649 LOG NAME: 20RANDOL MILL ROAD IMPROVEMENTS SUBJECT: Authorize Execution of a Construction Contract with JLB Contracting, LLC, in the Amount of$1,153,756.71 for Street Improvements on Randol Mill Road at Precinct Line Road, Phase 2, Roundabout Intersection and Authorize the Reallocation of Appropriations in the Amount of$800,000.00 (2014 Bond Program) (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the reallocation of appropriations in the 2014 Bond Street Fund in the amount of$800,000.00 from the Mark IV Parkway Project (City Project No. 02261) residuals to the Randol Mill Road Project (City Project No. 100278); and 2. Authorize the award and execution of a construction contract with JLB Contracting, LLC, in the amount of$1,153,756.71 for Street Improvements on Randol Mill Road at Precinct Line Road Phase Roundabout Intersection. (City Project No.100278) DISCUSSION: This 2014 Bond project comprises improvements along Randol Mill Road from Precinct Line Road to Stoneview Circle and is being delivered in three Phases. Phase 1, completed in March 2018, included the construction of a left-turn lane between Stoneview Circle and Old Randol Mill Lane, along with water, drainage and street light improvements. Phase 2, included in this Mayor and Council Communication, begins construction of a single-lane roundabout with street lights and drainage improvements at the intersection of Randol Mill Road and Precinct Line Road. Phase 2 construction is scheduled to start June 2018 and be completed by June 2019. Phase 3, is the final component of the project from Randol Mill Lane to Precinct Line Road and includes travel lane widening/rehabilitation and shoulder improvements where needed. Phase 2, improvement costs are being supplemented through the reallocation of$800,000.00 in residuals funds from Mark IV Parkway Project (City Project No. 02261) —2014 Bond Street Fund. The Mark IV Parkway Project is substantially complete and in the final phases of close-out. This project was advertised on November 2, 2017 and November 9, 2017 in the Fort Worth Star- Telegram. On December 7, 2017 the following bids were received: Logname: 20RANDOL MILL ROAD IMPROVEMENTS Page 1 of 2 Bidder � _�_._. Amount l_B Contracting, LLC -$1,153,756.71 Fort Worth Civil Constructors, LLC $1,723,218.457 Upon approval of this M&C, the total project budget is $1,799,904.00 including contingency and Staff costs. M/WBE OFFICE - JLB Contracting, LLC, is in compliance with the City's BDE Ordinance by committing to 23 percent MBE participation. The City's MBE goal on this project is 13 percent. Staff anticipates utilizing identified project residuals to determine funding requirements in order to prepare final design for Phase 3 resulting in a construction schedule for those improvements late Fall 2018. This project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations, funds will be available in the current capital budget as appropriated, of the 2014 Bond Program Fund. FUND IDENTIFIERS (FIDs): TO Fund Department Jccoun Project Program ctivity Budget Reference # moun M ID ID Year ChartField 2 F FROM (Fund Department ccoun Project Program ctivity Budget Reference # moun —j ID ID Ypar__L Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Lissette Acevedo (2732) ATTACHMENTS 1. FID Randol Mill Road 2.pdf (CFW Internal) 2. Form 1295 Randol Mill.odf (Public) 3. Map Randol Mill.pdf (Public) 4. MBE Randol Mill Compliance Memo.Of (CFW Internal) F Logname: 20RANDOL MILL ROAD IMPROVEMENTS Page 2 of 2 CITY OF FORT WORTH,TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT BID OPENING DATE: DECEMBER 7T",2017 ADDENDUM NO. 1 To the Specifications and Contract Documents For SANITARY SEWER, PAVING AND DRAINAGE IMPROVEMENTS (PART 2) RANDOL MILL ROAD (RANDOL MILL RD AT PRECINCT LINE ROAD) City Project No. 100278 This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for SANITARY SEWER, PAVING AND DRAINAGE IMPROVEMENTS FOR RANDOL MILL RD are herebyrevised by Addendum No. 1 as follows: I. Specification Section 00 41 00 BID FORM— Replace and use attached Bid Form provided with this addendum. II. Questions and Clarifications: 1. Question: Normally, pavement pulverization is associated with POL projects and includes cement stabilization, so I am not clear what the pavement pulverization refers to, other than simply pulverizing the existing asphalt. If this is the case, is the removal once pulverized paid for under this item, or the unclassified excavation? Response: The existing asphalt will be pulverized and used within the proposed stabilized subgrade per Specification 02 41 15 Paving Removal. Existing asphalt that cannot be used as part of the stabilized subgrade shall be hauled offsite and disposed of as stated in Specification 02 41 15 Paving Removal. Payment for the pavement pulverization will be paid under Removal Improvements Bid Item No. 4 — Pavement Pulverization. 2. Question: Will the clearing and grubbing of existing right of way be limited to that ROW? If so, how will the clearing of the drainage easement be paid for? Response: The clearing and grubbing for the entire project limits, whether in right of way or proposed easements, shall be paid for under Paving Improvements Bid Item No.1 —Clearing and Grubbing Exist ROW. 3. Question: Typically, trees to be removed are paid for by the each over 6" depending on size ranges. How are the tree removals to be paid for here? If included in Prep ROW, how are those outside the ROW to be paid? Response: All tree removal, whether located in right of way or proposed easements, shall be paid under Paving Improvements Bid Item No.1 —Clearing and Grubbing Exist ROW. Page 1 of 3 4. Question: How is temporary HMAC for detour paid for? Response: Temporary HMAC is paid for under Traffic Control Bid Item No.1 — Traffic Control Measures during construction, and is described and included in the provided Specification 34 71 13 Traffic Control as being subsidiary to the bid item. 5. Question: There is an item for remove fence, but no item to replace. Other similar remove & replace items have a remove & replace item or a separate item for removal and another for replace. Response: Pay items for fence removal and replacement have been adjusted and provided in the included Bid Form. 6. Question: Monolithic median nose has a unit of"LF". From what point to what point is a linear foot determined? I have only seen median noses paid by the each, or square foot. Response: The monolithic median nose quantity has been revised and included in the attached Bid Form. 7. Question: The detail for the truck apron on sheet 41 calls for 10.5" of stamped concrete, and the limits shown on sheet 43 shows that portion of the roundabout with an external radius of 43.5' and an internal radius of 30' surrounding the landscaped center. On sheet 56, the splitter island detail calls out the darker section as 10.5"with another note referring to 6"C&G w/truck apron. This is obviously a splitter island which calls for 4" stamped integral colored textured concrete. Am I correct in the assumption? Response: The truck apron is 10.5" of concrete as shown on Plan Sheet 41 is correct. The detail shown on Plan Sheet 56 is correct. Quantities for the 10.5" of stamped concrete at each end of the three (3) splitter islands is now included in the Paving Improvements Bid Item No. 15—Concrete Truck Apron w/ Mountable Curb. See adjusted quantities in Bid Form provided. The quantity for the 4" stamped integral colored textured concrete in each splitter island has been reduced accordingly as shown in Bid Item No. 14—4" Splitter Island Integral Colored Textured Concrete. 8. Question: Where is the flood gate to be removed & replaced? I do not see a location or detail in the drawings. Response: The flood gate is located along Precinct Line Rd and is shown on Plan Sheet 12. The existing gate type is a 3-inch pipe rail swing gate, and this proposed gate will need to match existing size and type and material. Gate is being removed and replaced to allow for grading of the bar-ditches to occur during construction. See adjusted bid item description under Removal Improvements. 9. Question: The center island is xeriscaped, with no irrigation or plantings, and the "medians" are solid concrete (I think the plans call them out as riprap). By including the PARD specs, we need to have 24" of clean soil that parks inspects, and may reject the existing soil if it doesn't meet their approval. Response: The Roundabout center island will ONLY be considered as a "median" according to the PARD specs definition, and 24"of clean soil will be required in this location per the specifications provided on Plan Sheet 5. The three (3) splitter islands will not be considered "medians" and will not be held to the PARD specifications and soil requirements. Page 2 of 3 10. Question: We're guessing that PARD also had some input with regards to the tree protection—the vast majority of which is outside of the existing ROW. Looking at the site, we'd have to do a lot of clearing and pruning simply to install the tree protection, even though the trees are outside of the construction limits. Also, it doesn't appear as though there are easements to allow us onto private property for their installation. Response: Tree protection will be limited to the right of way and proposed easements. No tree protection will be required to extend onto private property. 11. Clarification: The concrete mow strip shown on construction plan sheets 1-1.0 and L2.0 will not be required to have integral color. This Addendum No. 1, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of thesame. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case letter on the outside of your sealed bid envelope: "RECEIVED &ACKNOWLEDGE ADDENDUM NO. 1" Include a signed copy of Addendum No. 1 in the sealed bid envelope at the time of bid submittal, Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Kim Arnold, PMP, LEED-AP ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT B By: JLB CONTRAC ��` r► Lissette Acevedo, P.E. Company: v, L�� Engineering Manager OF DAMEL AARON TREWER N..NN.N.NN...NNNN. 98366 �4 11-29-2017 Page 3 of 3 00 42 43 BID PROPOSAL Page I ora SECTION 00 42 43 PROPOSALFORM Addendum No.1 UNIT PRICE BID Bidder's Application Randol Mill Rd-Part 2-Roundabout Improvements Project Item information Bidder's Proposal Bidlist Specification Unit of Item ist Description Section No. Measuro Bid Quantity Unit Price Bid Value SANITARY SEWER IMPROVEMENTS 1 IManhole Adjustment,Major(Sewper Brand Cover) 13305.0106 EA 1 2 1 Epoxy Manhole Liner For Sanitary Sewer Structures(Warren) 13339.0001 1 VF 1 6 Subtotal: REMOVAL IMPROVEMENTS 1 Remove Concrete Drive 0241.0401 SY 404 2 Remove Fence 0241.0500 LF 452 3 Remove Guardrail 0241.0550 LF 97 4 Pavement Pulverization 0241.1700 SY 3,844 5 Remove and Replace Existing 3"Pipe Rail Gate(Precinct Line Rd) 9999.0001 LF 32 6 Remove and Replace Gate 2-16'Panels(Gas Well Pad Site) 19999.0002 1 LF 1 32 7 lRemove and Haul Off Barricade 19999.0003 1 LF 1 421 1 PAVING IMPROVEMENTS 1 Clearing and Grubbing Exist ROW 3110.0101 LS 1 2 Unclassified Excavation by Plan 3123.0101 CY 2,213 3 SWPPP and Implemenation 3125.0101 LS 1 4 Hydrated Lime @(40lbs/sy) 3211.0400 TON 118 5 8"Lime Treatment 3211.0502 SY 5,900 6 2"Asphalt Pavement Type D 3212.0302 SY 4,700 7 6"Asphalt Pavement Type B 3212.0503 SY 4,700 8 6"Concrete Driveway Replacement 3213.0401 SF 4,650 9 6"Concrete Curb and Gutter 3216.0101 LF 11230 10 Barbed Wire Fence(5 Strand) 3231.0211 LF 397 11 Topsoil 3291.0100 CY 410 F 12 Block Sod Placement 3292.0100 SY 3,625 13 6"Saw Tooth Curb 9999.0004 LF 9 14 4"Splitter Island Integral Colored Textured Concrete 9999.0005 SY 284 15 Concrete Truck Apron with Mountable Curb 9999.0006 SY 391 16 Monolithic Median Nose 9999.0007 EA 9 17 Metal Beam Guard Fence-Furnish and Install 9999.0008 LF 265 18 Safety End Treatment-Furnish and Install 9999.0009 EA 1 19 Downstream Anchor Terminal-Furnish and Install 9999.0010 EA 1 Subtotal: DRAINAGE IMPROVEMENTS 1 4"Concrete Riprap 3137.0101 SY 11220 2 Trench Safety 3305.0109 LF 85 3 21"RCP,Class V 3341.0203 LF 265 4 30"RCP,Class V 3341.0304 LF 57 5 30"SET,2 Pipes 3349.4207 EA 2 E 6 21"Parallel Headwall,5 pipes 19999.0011 EA 1 1 7 21"SET,5 pipes 19999.0012 EA 1 1 Subtotal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 004100_004313 004243 004337004512003513 Bid Proposal Workbook.xls 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSALFORM Addendum No.l UNIT PRICE BID Bidder's Application Randol Mill Rd-Part 2-Roundabout Improvements Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure SIGNAGE AND PAVEMENT MARKINGS 1 4"SLD Pvmt Marking HAS(W) 3217.0001 LF 1,754 2 4"SLD Pvmt Marking HAS m 3217.0002 LF 2,612 3 8"SLD Pvmt Marking HAS(Y) 3217.0202 LF 124 4 Raised Pavement Marker Type II-A-A 3217.2103 EA 66 5 Furnish/Install Alum Sign Ground Mount City Std 3441.4003 EA 21 6 Remove Sign Panel and Post 13441.4108 EA 3 7 Remove and Reinstall Sign Panel and Post 13441.4110 1 EA 2 8 18"DOT Pvmt Marking HAE 19999.0013 1 LF 1 1001 1 Subtotal: STREET LIGHTING 1 2"CONDT RM(Riser) 2605.3014 LF 40 2 2"CONDT PVC SCH 80 m 2605.3015 LF 1,515 3 2"CONDT PVC SCH 80(B) 2605.3016 LF 85 4 No.4 Insulated Elec Condr 3441.1407 LF 120 5 No.8 Insulated Elec Condr 3441.1409 LF 4,800 6 Ground Box Type B,w/Apron 3441.1502 EA 6 7 Furnish/Install 120-240 Volt Single Phase Metered Pedestal 3441.1771 EA 1 8 Rdwy Illum Assembly TY 18(1 Luminaire) 3441.3003 EA 11 9 LED Lighting Fixture 3441.3201 EA 11 10 Rdwy Illum Foundation TY 3 3441.3302 EA 11 Subtotal: LANDSCAPING 1 Decorative Rock,New Mexico Cobble Large 9999.0014 SF 605 2 Decorative Rock,Colorado Cobble Small 9999.0015 SF 1,600 3 Decorative Rock,Oklahoma Creek Boulders 9999.0016 SF 475 4 6"PVC Drain Pipe,Perforated 9999.0017 LF 185 5 6"PVC Drain Pipe,Solid 9999.0018 LF 65 6 Concrete Mow Strip(6"wide) 9999.0019 1 LF 1 220 7 ITemporary Fencing for Tree Protection(Chain Link) 19999.0020 1 LF 1 1,700 Subtotal: TRAFFIC CONTROL 1 Traffic Control Measures during construction 13471.0001 1 MO 1 10 2 Portable Message Sign 13471.0002 1 WK 1 4 Subtotal: w E E CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00_00 43 1300 42 4300 43 3700 45 1200 35 l3 Bid Pmpwd Woddmkxls 00 42 43 BID PROPOSAL Pogo 3 of 3 SECTION 00 42 43 PROPOSALFORM Addendum No.I UNIT PRICE BID Bidder's Application Randol Mill Rd-Part 2-Roundabout Improvements Project Item Information Bidders Proposal Bidlist Specification Unit of Item No. Description Section No. Measure Bid Quantity Unit Price Bid Value Bid Summary Base Bid SANITARY SEWER REMOVAL PAVING DRAINAGE SIGNAGE AND PAVEMENT MARKINGS LIGHTING LANDSCAPING TRAFFIC CONTROL Total Base Bid CONSTRUCTION ALLOWANCE(7%of Base Bid END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS From Revised 20120120 00 4100 004313 004243 004337 004512 003513 Bid Proposal Workbook.xis 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of RANDOL MILL ROAD AT PRECINCT LINE ROAD 6 ROUNDABOUT WITH SANITARY SEWER, PAVING AND DRAINAGE IMPROVEMENTS 7 —PART 2 will be received by the City of Fort Worth Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 200 Texas Street 12 Fort Worth,Texas 76102 13 until 1:30 P.M. CST,December,7, 2017,and bids will be opened publicly and read aloud at 2:00 14 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the(approximate)following: Roundabout construction at the 18 intersection of Randol Mill Rd and Precinct Line Rd, including street light, sanitary sewer, 19 signage,and pavement marking improvements. 20 21 PREQUALIFICATION 22 The improvements included in this project must be performed by a contractor who is pre- 23 qualified by the City at the time of bid opening. The procedures for qualification and pre- 24 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 25 26 DOCUMENT EXAMINATION AND PROCUREMENTS 27 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 28 of Fort Worth's Purchasing Division website at http://fortworth og_v_org/purchasing//and clicking 29 on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract 30 Documents may be downloaded, viewed,and printed by interested contractors and/or suppliers. 31 The contractor is required to fill out and notarize the Certificate of Interested Parties Form 32 1295 and the form must be submitted to the Project Manager before the contract will be 33 presented to the City Council.The form can be obtained at 34 httys://www.ethics.state.tx.us/tee/1295-Info.htm . 35 36 Copies of the Bidding and Contract Documents may be purchased from: 37 Dunaway Associates, LP, 550 Bailey Avenue, Suite 400, Worth,Texas 76107,Phone: 817-335- 38 1121 39 40 The cost of Bidding and Contract Documents is: 41 Set of Bidding and Contract Documents with full size drawings: $100 42 Set of Bidding and Contract Documents with half size (if available)drawings: $75 43 44 PREBID CONFERENCE 45 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 46 BIDDERS at the following location, date,and time: 47 DATE: November 14, 2017 48 TIME: 1:00 PM 49 PLACE: Fort Worth City Hall, 200 Texas Street, and Room#270 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 Fort Worth, Texas 76107 2 LOCATION: Transportation &Public Works Department 3 4 5 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 6 City reserves the right to waive irregularities and to accept or reject bids. 7 8 FUNDING 9 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from 10 revenues generated from 2014 bonds and dedicated by Resolution to the work under this 11 INVITATION TO BIDDERS. 12 13 INQUIRIES 14 All inquiries relative to this procurement should be addressed to the following: 15 Attn: Sofia Ojeda,P.E., City of Fort Worth 16 Email: sofia.ojeda@fortworthtexas.gov 17 Phone: 817-392-7259 18 AND/OR 19 Attn: Daniel Tremper,P.E.,Dunaway Associates,LP 20 Email: dtremper@dunaway-assoc.com 21 Phone: 817-335-1121 22 23 ADVERTISEMENT DATES 24 November 2, 2017 25 November 9, 2017 26 27 END OF SECTION CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO. 100278 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm,partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership,company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 https:Hprojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 42 %20Contractor%2OPrequalification%2OProgranVPREQUALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 https:Hprojectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 48 %20Contractor%2OPrequalification%2OProjzram/PREQUALIFICATION%20REQ 49 UIREMENTS%20FOR%20PAVING%a2000NTRACTORS.PDF?public CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,20I6 CITY PROJECT NO.100278 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 4 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%20and%2 5 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProUam/WSS%20pre 6 qual%20requirements.doc?public 7 8 9 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within 10 seven (7)calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s)for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested,may be grounds 26 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 Special qualification required for this project include the following: 5 recent references 33 of Contractor indicating successful application of coating product(s) of the same 34 material type as specified herein, applied by spray application within the municipal 35 wastewater environment. References shall include at least the following: owner name, 36 City inspector name and phone number, project name/number, size and linear footage of 37 sanitary sewer main, manhole diameter, structure dimensions and number of each, 38 square feet(or vertical feet) of product installed,contract costs, and contract duration. 39 Contractor must demonstrate a successful history of installing the product in structures 40 of similar size and scope. 41 42 4. Examination of Bidding and Contract Documents,Other Related Data, and Site 43 44 4.1.Before submitting a Bid, each Bidder shall: 45 46 4.1.1. Examine and carefully study the Contract Documents and other related data 47 identified in the Bidding Documents (including "technical data" referred to in 48 Paragraph 4.2. below). No information given by City or any representative of the 49 City other than that contained in the Contract Documents and officially 50 promulgated addenda thereto, shall be binding upon the City. 51 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO. 100278 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 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 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. 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 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,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 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 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,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO. 100278 002113-5 INSTRUCTIONS TO BIDDERS 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- 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. 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 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 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. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 200 Texas Street 26 Fort Worth,TX 76102 27 Attn: Sofia Ojeda,Transportation &Public Works Department 28 Email: sofia.ojeda@fortworthtexas.gov 29 Phone: 817-392-7259 30 31 32 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 33 City. 34 35 6.3.Addenda or clarifications may be posted via Buzzsaw at 36 httl2s:Hprof_ectl2oint.buzzsaw.com/fortworthgov/Infrastructure%20Projects/100278%20- 37 %20Randol%2OMill%2ORoad%20- 38 %20IH820%20to%20Precinct%20Line%20Rd/Project%20Drawings/Addenda%20Draw 39 ings?public 40 41 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 42 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 43 Project. Bidders are encouraged to attend and participate in the conference. City will 44 transmit to all prospective Bidders of record such Addenda as City considers necessary 45 in response to questions arising at the conference. Oral statements may not be relied 46 upon and will not be binding or legally effective. 47 48 7. Bid Security 49 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 2 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 3 the requirements of Paragraphs 5.01 of the General Conditions. 4 5 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 6 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 7 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 8 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 9 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 10 other Bidders whom City believes to have a reasonable chance of receiving the award 11 will be retained by City until final contract execution. 12 13 8. Contract Times 14 The number of days within which, or the dates by which,Milestones are to be achieved in 15 accordance with the General Requirements and the Work is to be completed and ready for 16 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 17 attached Bid Form. 18 19 9. Liquidated Damages 20 Provisions for liquidated damages are set forth in the Agreement. 21 22 10. Substitute and "Or-Equal" Items 23 The Contract, if awarded, will be on the basis of materials and equipment described in the 24 Bidding Documents without consideration of possible substitute or"or-equal" items. 25 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 26 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 27 City, application for such acceptance will not be considered by City until after the Effective 28 Date of the Agreement. The procedure for submission of any such application by Contractor 29 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 30 Conditions and is supplemented in Section 0125 00 of the General Requirements. 31 32 11. Subcontractors,Suppliers and Others 33 34 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 35 12-2011 (as amended),the City has goals for the participation of minority business 36 and/or small business enterprises in City contracts.A copy of the Ordinance can be 37 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 38 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 39 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 40 Venture Form as appropriate. The Forms including documentation must be received 41 by the City no later than 2:00 P.M.CST, on the second business days after the bid 42 opening date.The Bidder shall obtain a receipt from the City as evidence the 43 documentation was received.Failure to comply shall render the bid as non- 44 responsive. 45 46 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 47 or organization against whom Contractor has reasonable objection. 48 49 12. Bid Form 50 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 2 obtained from the City. 3 4 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 5 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 6 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 7 price item listed therein. In the case of optional alternatives,the words "No Bid," 8 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 9 written in ink in both words and numerals, for which the Bidder proposes to do the 10 work contemplated or furnish materials required.All prices shall be written legibly. 11 In case of discrepancy between price in written words and the price in written 12 numerals,the price in written words shall govern. 13 14 12.3. Bids by corporations shall be executed in the corporate name by the president or a 15 vice-president or other corporate officer accompanied by evidence of authority to 16 sign. The corporate seal shall be affixed. The corporate address and state of 17 incorporation shall be shown below the signature. 18 19 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 20 partner, whose title must appear under the signature accompanied by evidence of 21 authority to sign. The official address of the partnership shall be shown below the 22 signature. 23 24 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 25 member and accompanied by evidence of authority to sign. The state of formation of 26 the firm and the official address of the firm shall be shown. 27 28 12.6. Bids by individuals shall show the Bidder's name and official address. 29 30 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 31 indicated on the Bid Form. The official address of the joint venture shall be shown. 32 33 12.8. All names shall be typed or printed in ink below the signature. 34 35 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 36 which shall be filled in on the Bid Form. 37 38 12.10. Postal and e-mail addresses and telephone number for communications regarding the 39 Bid shall be shown. 40 41 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 42 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 43 to State Law Non Resident Bidder. 44 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100279 002113-8 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, 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 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 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 002113-9 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 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 18. Signing of Agreement 2 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 3 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 4 Contractor shall sign and deliver the required number of counterparts of the 5 Agreement to City with the required Bonds,Certificates of Insurance,and all other 6 required documentation. City shall thereafter deliver one fully signed counterpart to 7 Contractor. 8 9 10 11 END OF SECTION CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 0035 13-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror,or respondent(hereinafter also referred to as"you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work. The referenced forms may be downloaded from the website links provided below. 10 11 http://www.ethics.state.tx.us/forms/CIQ.pdf 12 13 littl2://www.ethics.state.tx.us/forms/CIS.pdf 14 15 d CIQ Form is on file with City Secretary 16 17 CIQ Form is being provided to the City Secretary 18 19 CIS Form is on File with City Secretary 20 21 F7 CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 27 JLB Contracting LLC By: Ronald D. Stinson Jr. 28 Company Please Print) 29 30 _P.O. Bo_x 24131 Signature /,j 31 Address 32 33 Fort Worth,TX 76124 Title: VP of Business Development 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Sanitary Sewer, Paving and Drainage Improvements(Part 2) Randol Mill Road (Randol Mill Rd at Precinct Line Road) City Project No.: 100278 Units/Sections: Part 2-Roundabout 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. d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Bid Proposal Workbook Add 1 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Pavement Reconstruction b. Street Lighting, Signage and Pavement Markings c. Liner System for Sanitary Sewer Structures(Warren) 4. Time of Completion 4.1. The Work will be substantially complete by 300 days and will be ready for Final Acceptance within 30 days after the date when 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 within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 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 the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150621 Bid Proposal Workbook Add 1 0041 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on Thursday, December 07, 2017 by the entity named below. Respec�bmitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: 77-7 (Signature) Addendum No. 2: Addendum No. 3: Ronald D Stinson, Jr Addendum No. 4: (Printed Name) Title: VP of Business Devel Company: JLB Contracting, LLC Corporate Seal: Address: PO Box 24131 ```��11111►I��'i Fort Worth, Texas 76124 �,�GpNTRgCT�2�� �� ��•• A State of Incorporation: Texas �.� CORP OR-, . r Email: rstinsonCapilbcontracting.com —-n •O: E AL Phone: 817-261-2991 �,i �••.•.•••••�.•=�Q�a�o ,�r!lCit9�oa END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Bid Proposal Workbook Add 1 00 42 43 BID PROPOSAL Page 1 of3 SECTION 00 42 43 PROPOSALFORM Addendum No. 1 UNIT PRICE BID Bidder's Application Randol Mill Rd-Part 2-Roundabout Improvements Project Item Information Bidders Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure SANITARY SEWER IMPROVEMENTS 1 Manhole Adjustment,Major(Sewper Brand Cover) 13305,0106 EA 1 $4 083.00 $4,083.00 2 Epoxy Manhole Liner For Sanitary Sewer Structures(Warren) 13339.0001 1 VF 1 6 $437,501 $2,625.00 Subtotal:1 $6,708.00 REMOVALIMPROVEMENTS 1 Remove Concrete Drive 0241.0401 SY 404 8.15 $3,292.60 2 Remove Fence 0241.0500 LF 452 1.75 $791.00 3 Remove Guardrail 0241.0550 LF 97 7.85 $761.45 4 Pavement Pulverization 0241.1700 SY 3,844 3.40 $13,069.60 5 Remove and Replace Existing 3"Pipe Rail Gate(Precinct Line Rd) 9999.0001 LF 32 127.00 $4,064.00 6 Remove and Replace Gate 2-16'Panels(Gas Well Pad Site) 9999.0002 LF 321 84.00 $2,688.00 7 IRemove and Haul Off Barricade 19999.0003 1 LF 1 421 4.15 $174.30 Subtotal: $24,840.95 PAVING IMPROVEMENTS 1 Clearing and Grubbing Exist ROW 3110.0101 LS 1 $11,700.00 $11,700.00 2 Unclassified Excavation by Plan 3123.0101 CY 2,213 $16.35 $36,182.55 3 SWPPP and Implemenation 3125.0101 LS 1 $5,930.00 $5,930.00 4 Hydrated Lime @(40lbs/sy) 3211.0400 TON 118 $161.00 $18,998.00 5 8"Lime Treatment 3211.0502 SY 5,900 $3.40 $20,060.00 6 2"Asphalt Pavement Type D 3212.0302 SY 4,700 $14.23 $66,881.00 7 6"Asphalt Pavement Type B 3212.0503 SY 4,700 $37.92 $178,224.00 8 6"Concrete Driveway Replacement 3213.0401 SF 4,650 $6.05 $28,132.50, 9 6"Concrete Curb and Gutter 3216.0101 LF i,230 $30.00 $36,900.00 10 Barbed Wire Fence(5 Strand) 3231.0211 LF 397 $9.35 $3,711.95 11 Topsoil 3291.0100 CY 410 $116.65 $47,826.50 12 Block Sod Placement 3292.0100 SY 3 625 $3.90 $14,137.60 13 6"Saw Tooth Curb 9999.0004 LF 9 $95.35 $858.15 14 4"Splitter Island Integral Colored Textured Concrete 9999.0005 SY 284 $85.051 $24,154.20 15 Concrete Truck Apron with Mountable Curb 9999.0006 SY 391 $144.65 $56,558.15 16 Monolithic Median Nose 9999.0007 EA 9 $349.10 $3,141.90 17 Metal Beam Guard Fence-Furnish and Install 9999.0008 LF 265 $24.20 $6,413.00 18 JSafety End Treatment-Furnish and Install 19999.0009 EA 1 $3,908.00 $3,908.00 19 1 Downstream Anchor Terminal-Furnish and Install 19999.0010 EA 1 $1,400.00 $1,400.00 Subtotal: $565,117.40 DRAINAGE IMPROVEMENTS 1 4"Concrete Riprap 3137.0101 SY 1,220 $101.50 $123,830.00 2 Trench Safety 3305.0109 LF 85 $11.65 $990.25 3 21"RCP,Class V 3341.0203 LF 265 $158.65 $42,042.25. 4 30"RCP,Class V 3341.0304 LF 57 $254.30 $14,495.10 5 30"SET,2 Pipes 3349.4207 EA 2 $9,858.00 $19,716.00 6 21"Parallel Headwall,5 pipes 9999.0011 EA 1 $12,832.00 $12,832.00 7 121"SET,5 pipes 19999.0012 1 EA 1 1 $14,815.00 $14,815.00 Subtotal: $228,720.60 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Re,ised 20120120 ILA a m"071"(1,"Cj Bid Proposal Workbook Add 1 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSAL FORM Addendum No. 1 UNIT PRICE BID Bidder's Application Randol Mill Rd-Part 2-Roundabout Improvements Project Item Information Bidder's Proposal Bidlist Description Specification Unit of Bid Quantity Unit Price Bid Value Item No. Section No. Measure SIGNAGE AND PAVEMENT MARKINGS 1 4"SLD Pvmt Markin HAS(W) 3217.0001 LF 1,754 $0.85 $1,490.90 2 4"SLD Pvmt Markin HAS(Y) 3217.0002 LF 2,612 $0.85 $2,220.20 3 8"SLD Pvmt Markin HAS(Y) 3217.0202 LF 124 $1.75 $217.00 4 Raised Pavement Marker Type 11-A-A 3217.2103 EA 66 $4.35 $287.10 5 Furnish/Install Alum Sign Ground Mount City Std 3441.4003 EA 21 $507.45 $10,666.45 6 Remove Si n Panel and Post 3441.4108 EA 3 $116.65 $349.95 7 1 Remove and Reinstall Sign Panel and Post 13441.4110 EA 2 $577.45 $1,154.90 8 18"DOT Pvmt Markin HAE(W) 19999,0013 LF 100 $7.00 $700.00 Subtotal: $17,076.50 STREET LIGHTING 1 2"CONDT RM(Riser) 2605.3014 LF 40 $21.35 $854.00 2 2"CONDT PVC SCH 80(T) 2605.3015 LF 1,515 $7.00 $10,605.00 3 2"CONDT PVC SCH 80(B) 2605.3016 LF 85 $19.85 $1,687.25 4 No.4 Insulated Elec Condr 3441.1407 LF 120 $2.15 $258.00 5 No.8 Insulated Elec Condr 3441.1409 LF 4,800 $1.15 $5,520.00 6 Ground Box Type B,w/Apron 3441.1502 EA 6 $711.60 $4,269.60 7 Fumish/Install 120-240 Volt Single Phase Metered Pedestal 3441.1771 EA 1 $5 960.00 $5,960.00 8 Rdwy Ilium Assembly TY 18(1 Luminaire) 3441.3003 EA 11 $3,150.00 $34,650.00 9 LED Lighting Fixture 3441.3201 EA 11 $729.00 $8,019.00 10 Rdwy Ilium Foundation TY 3 3441.3302 EA 11 $1,342.00, $14,762.00 Subtotal:1 $86,584.85 LANDSCAPING 1 Decorative Rock,New Mexico Cobble Large 9999.0014 SF 605 $26.35 $15,941.75 2 Decorative Rock,Colorado Cobble Small 9999.0015 SF 1,600 $19.70 $31,520.00 3 Decorative Rock,Oklahoma Creek Boulders 9999.0016 SF 475 $29.95 $14,226.25 4 6"PVC Drain Pipe,Perforated 9999.0017 LF 185 $44.35 $8,204.75 5 6"PVC Drain Pipe,Solid 9999.0018 LF 65 $39.65 $2,577.25 6 Concrete Mow Strip(6"wide) 9999.0019 LF 220 $18.45 $4,059.00 7 1 Temporary Fencing for Tree Protection(Chain Link) 19999.0020 LF 1,7001 $5.00 $8,500.00 Subtotal: $85,029.00 TRAFFIC CONTROL 1 Traffic Control Measures during construction 113471.0001 1 MO 1 10 $6,190,001 $61,900.00 2 Portable Message Sin 13471,0002 1 WK 1 4 $575.001 $2,300.00 Subtotal: $64,200.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20120120 Bid Proposal Workbook Add I JLB CONTRACTING, LLC 00 42 43 BID PROPOSAL Page 3 of 3 SECTION 00 42 43 PROPOSALFORM Addendum No. 1 UNIT PRICE BID Bidder's Application Randol Mill Rd-Part 2-Roundabout Improvements Project Item Information Bidder's Proposal Bidlist Specification Unit of Item No. Description Section No. Measure Bid Quantity Unit Price Bid Value Bid Summary Base Bid SANITARY SEWER $6,708.00 REMOVAL $24,840.95 PAVING $565,117.40 DRAINAGE $228,720.60 SIGNAGE AND PAVEMENT MARKINGS $17,076.50 LIGHTING $86,584.85 LANDSCAPING $85,029.00 TRAFFIC CONTROL $64,200.00 Total Base Bid $1,078,277.30 CONSTRUCTION ALLOWANCE(7%of Base Bid) $75,479.41 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Bid Proposal Workbook Add I JLB CONTRACTING, LLC fl 4 BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we JLB Contracting, LLC as Principal hereinafter called the Principal, and Westfield Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth, Texas as Obligee, hereinafter called the Obligee, :n the sure of Five Percent of Bid (5%)---------------------------- Dollars ---------Dollars ($ ----------------------- ), for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Randol Mill Road NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 7th day of December 2017 Ronald D Stinson,Jr JLB CONTRAC T iNG, LLC Principal (Seal) Vice President of Business �2 Development B ♦�������������/ Name/Title JP. �QORp,T WESTFIELD INSURANCE COMPANY Ci .� N Surety (Seal) m � V �'�; Q S .r Y %r �'••••..•.-•••%�`Z`�•` Charles D. Sweeney, Attorney-in-Ft .,��Oqq,WOp.`��. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARINU I His SAMt POWER#AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. Genera( POWER NO. 4220052 06 ' Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make,constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W.SWEENEY, ELIZABETH GRAY,JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent.as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President,any Senior Executive, any Secretary or any Fidelity& Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D.,2011 Corporate .+•"'aw.Wbµti a•••••uu.•rrrr •„,..oepp,� Seals ttQ\ :�kC�p-,` ;,•��p�%nNAL itis, T ��s�/pH,,, WESTFIELD INSURANCE COMPANY Affixed v: .aa. + •G= • l'3 WESTFIELD NATIONAL INSURANCE COMPANY �trr ,�' tir ''•;f'': `��' OHIO FARMERS INSURANCE COMPANY g�i SEAL _m_ .o: o =ted: ��,'• ���� yz,,. •= . 1 _®48 `a State of Ohio r••••• Richard LKinnai �)7 L. rd, Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known,who, being by me duly sworn, did depose and say,that he resides-in, Medina, Ohio;that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial L Seal ,.��a1 A L ~ ' Affixed p`��ll!/%'.1P 2r�;w►—.r • William J. Kahelin,A rney at Law, Notary Public State of Ohio Ngo My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.: - A �'�•i"�,. •?'"•Fr6F o I,Frank A.Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby.certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this th day of Decembex,APiry2017 7 w . ,•..,.nrr.aa, ,,,.,r..b.p SEAL :m= c •` ••�; '� /,fy :v+ !7!✓✓✓ �X�J1 ` 'y :C),: , Secretary ' l'`:y tf sz�•. o, *% .� ;*4; Frank A. Carrin0, Secretary BPOAC2 (combined) (06-02) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. F/� BIDDER: JLB Contracting, LLC By: Ronald D Stinson, Jr PO Box 24131 (Signatu Fort Worth, Texas 76124 Title: VP of Business Development Date: 12!7!2017 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Bid Proposal Workbook Add 1 004511 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s)listed with their Bid.Any contractor or subcontractor who is 7 not prequalified for the work type(s)listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor.The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation,LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH (Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (Insert Project Number) Revised July 1,2011 00 45 12 BID FORM Page 1 of 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 type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Pavement Reconstruction JLB Contracting, LLC 1/1/2019 Street Lighting, Signage and Mels Electric 6/22/2019 Pavement Markings Liner System for Sanitary Woody Contracting 4/30/2018 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: JLB Contracting, LLC By: Ronald D Stins n, Jr PO Box 24131 (Signature) Fort Worth, Texas 76124 Title: VP of Business Development Date: 12/7/2017 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Bid Proposal Workbook Add 1 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 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. 100278 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. 8 9 CONTRACTOR: 10 11 JLB Contractin , LLC By: Ronald D. Stinson Jr. 12 Company (Please Print) 13 14 P.O. Box 24131 Signature,!�2Z2 15 Address 16 17 Fort Worth,Texas 76124 Title: Vice President of Business Development 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEORE ME,the undersigned authority,on this day personally appeared 26 ,OAtJAt b b S /,OS 60 J C ,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 75�,$ C)I)_rgACT nJG , U_L for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this '74 day of 32 ,20)8. 33 34 E. 1 ���� JAMIE GREENWAY P�aG 35 Notary Public, State of Texas 36 'Q Comm. Expires 09-25-2020 Not blic in an for the St exas .•'�+��37i� Notary ID 121 1545-4 38 END OF SEC 39 ITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO. 100278 00 45 40-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is 13% of the total bid value of the contract (Base bid applies to 15 Parks and Community Services). 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 31 deliver the MBE documentation mi person to the appropriate employee of the purchasing division and 32 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 33 time allocated. A faxed and/or emailed copy will not be accepted. 34 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than 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. 35 36 37 38 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form,if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR 6 PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on May 1, 2018 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 JLB Contracting LLC, authorized to do business in Texas,acting by and through its 6 duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Randol Mill Road—Sanitary Sewer. Paving and Drainage Improvements—Part 2 City Project 16 Number 100278 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount, in current funds, of One Million One Hundred Fifty-Three, Seven 20 Hundred Fifty-Six Dollars and 71/100($1,153,756.71). 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 300 days after the date when the 24 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 25 plus any extension thereof allowed in accordance with Article 12 of the General 26 Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 32 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof, Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City One Thousand, Two Hundred 35 Dollars ($1,200.00) for each day that expires after the time specified in Paragraph 4.1 for 36 Final Acceptance until the City issues the Final Letter of Acceptance. 37 Article 5. CONTRACT DOCUMENTS 38 5.1 CONTENTS: 39 A. The Contract Documents which comprise the entire agreement between City and 40 Contractor concerning the Work consist of the following: CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised 11.15.17 CITY PROJECT NO.100278 005243-2 Agreement Page 2of5 41 1. This Agreement. 42 2. Attachments to this Agreement: 43 a. Bid Form 44 1) Proposal Form 45 2) Vendor Compliance to State Law Non-Resident Bidder 46 3) Prequalification Statement 47 4) State and Federal documents (project specific) 48 b. Current Prevailing Wage Rate Table 49 c. Insurance ACORD Form(s) 50 d. Payment Bond 51 e. Performance Bond 52 f. Maintenance Bond 53 g. Power of Attorney for the Bonds 54 h. Worker's Compensation Affidavit 55 i. MBE and/or SBE Utilization Form 56 3. General Conditions. 57 4. Supplementary Conditions. 58 5. Specifications specifically made a part of the Contract Documents by attachment 59 or, if not attached, as incorporated by reference and described in the Table of 60 Contents of the Project's Contract Documents. 61 6. Drawings. 62 7. Addenda. 63 8. Documentation submitted by Contractor prior to Notice of Award. 64 9. The following which may be delivered or issued after the Effective Date of the 65 Agreement and, if issued,become an incorporated part of the Contract Documents: 66 a. Notice to Proceed. 67 b. Field Orders. 68 c. Change Orders. 69 d. Letter of Final Acceptance. 70 71 Article 6.INDEMNIFICATION 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its officers, servants and employees, from and against any and all 74 claims arising out of, or alleged to arise out of,the work and services to be performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is specifically intended to operate 77 and be effective even if it is alleged or proven that all or some of the damages being 78 sought were caused, in whole or in part, by any act, omission or negligence of the city. 79 This indemnity provision is intended to include, without limitation, indemnity for 80 costs,expenses and legal fees incurred by the city in defending against such claims and 81 causes of actions. 82 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised 11.15.17 CITY PROJECT NO.100278 005243-3 Agreement Page 3 of 5 83 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 84 the city,its officers,servants and employees,from and against any and all loss,damage 85 or destruction of property of the city,arising out of,or alleged to arise out of,the work 86 and services to be performed by the contractor, its officers, agents, employees, 87 subcontractors, licensees or invitees under this contract. This indemnification 88 provision is specifically intended to operate and be effective even if it is allezed or 89 proven that all or some of the damages being sought were caused,in whole or in part, 90 by any act,omission or negligence of the city. 91 92 Article 7.MISCELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 95 have the meanings indicated in the General Conditions. 96 7.2 Assignment of Contract. 97 This Agreement, including all of the Contract Documents may not be assigned by the 98 Contractor without the advanced express written consent of the City. 99 7.3 Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns and legal 101 representatives to the other party hereto, in respect to all covenants, agreements and 102 obligations contained in the Contract Documents. 103 7.4 Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 106 remaining provisions shall continue to be valid and binding upon CITY and 107 CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of 110 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 111 Northern District of Texas,Fort Worth Division. 112 7.6 Authority to Sign. 113 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 114 than the duly authorized signatory of the Contractor. 115 116 7.7 Prohibition On Contracts With Companies Boycotting Israel. 117 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 118 Code, the City is prohibited from entering into a contract with a company for goods or 119 services unless the contract contains a written verification from the company that it: (1) 120 does not boycott Israel; and(2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised 11.15.17 CITY PROJECT NO.100278 005243-4 Agreement Page 4 of 5 121 The terms "boycott Israel"and "company" shall have the meanings ascribed to those terms 122 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 123 certifies that Contractor's signature provides written verification to the City that 124 Contractor: (1) does not boycott Israel, and(2) will not boycott Israel during the term of 125 the contract. 126 127 7.8 Immigration Nationality Act. 128 Contractor shall verify the identity and employment eligibility of its employees who 129 perform work under this Agreement, including completing the Employment Eligibility 130 Verification Form(1-9). Upon request by City,Contractor shall provide City with copies of 131 all 1-9 forms and supporting eligibility documentation for each employee who performs 132 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 133 establish appropriate procedures and controls so that no services will be performed by any 134 Contractor employee who is not legally eligible to perform such services. 135 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 136 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 137 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 138 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 139 Contractor, shall have the right to immediately terminate this Agreement for violations of 140 this provision by Contractor. 141 142 7.9 No Third-Party Beneficiaries. 143 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 144 and there are no third-party beneficiaries. 145 146 7.10 No Cause of Action Against Engineer. 147 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 148 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 149 subcontractors, for any claim arising out of, in connection with, or resulting from the 150 engineering services performed. Only the City will be the beneficiary of any undertaking by 151 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 152 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 153 in any way responsible for those duties that belong to the City and/or the City's construction 154 contractors or other entities, and do not relieve the construction contractors or any other 155 entity of their obligations, duties, and responsibilities, including, but not limited to, all 156 construction methods, means, techniques, sequences, and procedures necessary for 157 coordinating and completing all portions of the construction work in accordance with the 158 Contract Documents and any health or safety precautions required by such construction 159 work. The Engineer and its personnel have no authority to exercise any control over any 160 construction contractor or other entity or their employees in connection with their work or 161 any health or safety precautions. 162 163 SIGNATURE PAGE TO FOLLOW 164 CITY OF FORT WORTH SANITARYSEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised 11.15.17 CITY PROJECT NO.100278 00 52 43-5 Agreement Page 5 of 5 165 166 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 167 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 168 Date"). 169 Contractor:JLB Contracting LLC City of Fo By: Susan Alanis By Assistant City Manager (Signature) + Ronald D Stinson,Jr Date S Vice President of Business Attest: DsYelowleni (Printed Name) City Se re ry FQRT Title: (Seal) i U :_ Address: P.O. Box 24131 M&C C-28649 Date: 05/01/2018 Form 1295 No 2017-292XAS City/State/Zip: Fort Worth, Texas 76124 Contract Compliance Manager: �> By signing, I acknowledge that I am the person Za/dr responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting require e s. Wilma J. SmitV.EE. Project Manager Aroroved as to Form and Legality: DougQ�WBlack Assistant City Attorney 170 171 AP ROVAL RECOMMENDED: 172 173 —_+_ I 1. L) (,,J 174 Douglaf W. Wiersig, P.E. 175 OFFICIAL.RECORD DIRECTOR, 176 CITY SECRETARY Transportation and Public Works Dept. FT.WORTN,TX CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised 11.15.17 CITY PROJECT NO. 100278 0061 13-1 PERFORMANCE BOND Page 1 of 2 Bond No. 8966742 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, JLB Contracting,LLC ,known as"Principal"herein and 8 Westfield Insurance Company , a corporate surety(sureties, if more than one) 9 duly authorized to do business in the State of Texas,known as"Surety" herein(whether one or 10 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as"City"herein, in the penal sum of, One Million, One 12 Hundred Fifty-Three Thousand, Seven Hundred Fifty-Six Dollars & Seventy-One Cents 13 ($1,153,756.71), lawful money of the United States,to be paid in Fort Worth,Tarrant County, 14 Texas for the payment of which sum well and truly to be made, we bind ourselves,our heirs, 15 executors,administrators, successors and assigns,jointly and severally, firmly by these presents. 16 WHEREAS,the Principal has entered into a certain written contract with the City 17 awarded the Ist day of May_2018,which Contract is hereby referred to and made a 18 part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor 19 and other accessories defined by law, in the prosecution of the Work, including any Change 20 Orders, as provided for in said Contract designated as Randol Mill Road—Sanitary Sewer, 21 Paving and Drainage Improvements Part 2, City Project No. 100278. 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications,and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become null and void,otherwise to remain in full force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 29 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 30 Worth Division. CITY OF FORT WORTH Sanitary Sewer,Paving and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Randol Mill Road—Part 2 Revised July 1,2011 City Project No. 100278 0061 13-2 PERFORMANCE BOND Page 2 of 2 Bond No. 8966742 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 16`' day of May, 2018. 6 PRINCIPAL: 7 JLB CONTRACTING LLC 8 9 / 10 B v 11 Signature 12 EST: 13 14 15 (Priv pa Secretary Name and Title 16 17 Address: P.O. Box 24131 18 Fort Worth,Texas 76124 19 20 tL 21 Wim s as t rincipal 22 SURETY: 23 WESTFIELD INSURANCE COMPANY 24 25 26 BY: 27 Signatu 28 29 Kyle W. Sweeney,Attorney-in-Fact 30 Name and Title 31 32 Address: 555 Republic Drive, Suite 450 33 Plano,Texas 75074 34 35 A Lit 36 Witness to Surety Elizabeth Gray Telephone Number: 972-516-2600 37 38 39 40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. J± CITY OF FORT WORTH -.Sanitary Sewer,YirkhE and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - _ - �— Randol Mill Road—Part 2 Revised July 1,2011 City Project No.100278 0061 14-l PAYMENT BOND Page l of 2 Bond No. 8966742 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, JLB Contracting,LLC known as "Principal" herein, and 8 Westfield Insurance Company , a corporate surety (sureties), duly authorized to 9 do business in the State of Texas, known as "Surety" herein (whether one or more), are held and 10 firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of 11 the State of Texas, known as "City" herein, in the penal sum of One Million, One Hundred Fifty- 12 Three Thousand, Seven Hundred Fifty-Six Dollars & Seventy-One Cents ($1,153,756.71), lawful 13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 14 which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, 15 successors and assigns,jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded 17 the 151 day of May , 2018 , which Contract is hereby referred to and made a part 18 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and 19 other accessories as defined by law, in the prosecution of the Work as provided for in said 20 Contract and designated as Randol Mill Road — Sanitary Sewer, Paving and Drainage 21 Improvements Part 2, City Project No. 100278. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH Sanitary Sewer,Paving and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Randol Mill Road—Part 2 Revised July I,2011 City Project No. 100278 0061 14-2 PAYMENTBOND Page 2of2 Bond No. 8966742 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 16th day of May, 2018. 3 PRINCIPAL: JLB CONTRACTING, LLC 1 ATT BY/ SignatureRonald D Stinson, r Vice Presided of Bu ness DewioprtNrM (P ' c* al) Secretary Name and Title Address: P.O. Box 24131 Fort Worth,Texas 76124 Witne s as to rincipal SURETY: WESTFIELD INSURANCE COMPANY ATTEST: BY: S&ature Kyle W. Sweeney, Attorney-in-Fact (Surety) Secretary Name and Title Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Witness as to Surety Elizabe Gray Telephone Number: 972-516-2600 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address,both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 CITY OF FORT WORTH - SanitffF5 !kr,Paving and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ___ - Randol Mill Road—Part 2 Revised July 1,2011 '' City Project No.100278 0061 19-1 MAINTENANCE BOND Page I of 3 Bond No. 8966742 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we JLB Contracting,LLC , known as"Principal"herein and 9 Westfield Insurance Company , a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas, known as"Surety"herein(whether one or 11 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas,known as"City"herein, in the sum of One Million, 13 One Hundred Fifty-Three Thousand, Seven Hundred Fifty-Six Dollars& Seventy-One Cents 14 ($1,153,756.71), lawful money of the United States,to be paid in Fort Worth,Tarrant County, 15 Texas, for payment of which sum well and truly be made unto the City and its successors,we 16 bind ourselves,our heirs,executors, administrators,successors and assigns,jointly and severally, 17 firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the 1St day of May2018 , which Contract is hereby referred to and a made part 21 hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and 22 other accessories as defined by law, in the prosecution of the Work, including any Work resulting 23 from a duly authorized Change Order(collectively herein,the"Work") as provided for in said 24 contract and designated as Randol Mill Road—Sanitary Sewer,Paving and Drainage 25 Improvements Part 2, City Project No. 100278; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need thereof at any time within the Maintenance 34 Period. CITY OF FORT WORTH Sanitary Sewer,Paving and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Randol Mill Road—Part 2 Revised July 1,2011 City Project No. 100278 0061 19-2 MAINTENANCE BOND Page 2 of 3 Bond No. 8966742 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City,to a completion 4 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond;and 11 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort 14 Worth Division; and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH Sanitary Sewer,Paving and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Randol Mill Road—Part 2 Revised July 1,2011 City Project No. 100278 0061 19-3 MAINTENANCE BOND Page 3 of 3 Bond No. 8966742 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 16' day of May , 2018 3 4 PRINCIPAL: 5 JLB CONTRACTING.LLC b Of 7 8 BY(. L L) 9 Signature 10 EST: 11 , 12 13 (Pri ip Secretary Name and Title 14 15 Address:P.O.Box 24131 16 Fort Worth,Texas 76124 17 18 19 Witness as twFrmcipal 20 SURETY: 21 WESTFIELD INSURANCE COMPANY 22 23 24 BY: 25 Signature 26 27 Kyle W. Sweeney,Attorney-in-Fact 28 ATTEST: Name and Title 29 30 Address: 555 Republic Drive, Suite 450 31 (Surety)Secretary Plano,Texas 75074 32 33 34 Witnes s to Surety Elizabeth Gray Telephone Number: 972-516-2600 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 CITY OF FORT WORTH Sanitary Sewer*�Paijhg and Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS _ Randol Mill Road—Part 2 Revised July I,2011 City Project No. 100278 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's Usted puede Ilamar al numero de telefono gratis de toll-free telephone number for information or to Westfield Insurance Company's /Ohio Farmers make a complaint at: Insurance Company's para informacion o para someter una queja al.- 1-800-368-3597 l:1-800-368-3597 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Usted tambien puede escribir a Westfield Insurance Company at: Company/Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Plano, Texas 75074-8848 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on Seguros de Texas para obtener informacion acerca companies, coverages, rights or complaints de companias, coberturas, derechos o quejas al: at: 1-800-252-3439 1-800-252-3439 Puede escribir al Departamento de Seguros de You may write the Texas Department of Texas: Insurance: P. O. Box 149104 P. O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax: (512)475-1771 Fax: (512)475-1771 Web: http://www.tdi.state.tx.us Web: http://www.td i.state.tx.us E-mail: ConsumerProtection(a-_)tdi.state.tx.us E-mail: ConsumerProtection(c�tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: PREMIUM OR CLAIM DISPUTES: Si tiene una disputa concerniente a su prima o a un Should you have a dispute concerning your reclamo, debe comunicarse con el agente o premium or about a claim you should Westfield Insurance Company/Ohio Farmers contact the agent or Westfield Insurance Insurance Company primero. Si no se resuelve la Company and/or Ohio Farmers Insurance disputa, puede entonces comunicarse con el Comapny first. If the dispute is not resolved, departamento (TDI). you may contact the Texas Department of Insurance. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se ATTACH THIS NOTICE TO YOUR convierte en parte o condicion del documento POLICY: This notice is for information only adjunto. and does not become a part or condition of the attached document. IHIa NUwtH OF AT IORNEY SUPERCEDES ANY PREVIOUS POWER BEAHINO IHIJ SAMt POWER#AND ISSUED PRIOR TO 04/20111, FOR ANY PERSON OR PERSONS NAMED BELOW. POWER NO. 4220052 06 General Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a -Company- and collectively as -Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS, and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved,that the President, any Senior Executive, any Secretary or any Fidelity& Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' 'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.- (Each adopted at a meeting held on February 6,2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D.,2011 •„aw....w.yq C ,.,.,,,,,..••,,, .............., sealste�r�`asOAkC�'••,s P�1nNAL \11SWESTFIELD INSURANCE COMPANY Affixed WESTFIELD NATIONAL INSURANCE COMPANY ', = °"� z` =�.11pRTE • '� OHIO FARMERS INSURANCE COMPANY N' )�(9� •ro$ .r: SEAL 7m' =oI •ac 1848 By: State of Ohio '•'••" Richard L. Kinnaird, Jr., National Surety Leader and County of Medina ss.: Senior Executive On this 20th day of APRIL A.D.,2011 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides"in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial Seal at A L S Affixed ,�P;\\„�/ •= O%`�-...-�j•. s Ir • �r wlliam J. Kahelin, A rney at Law, Notary Public State of Ohio =;N d. �o My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.: 9y f'o F ........... O 1, Frank A.Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Compames at Westfield Center, Ohio, this 10ay of May A.D. ` j�•`�,sun,\,�' ,.• ��ONAL,ti \%SUlP,�;4 ` 018 v,..• �.F c �P s �C SEAL 'A N O SEAL ::m: % • S¢cretary ,.••L•,M 1� :o, : 1848 :� Frank A. Corrina, Secretary BPOAC2 (combined) (06-02) Client#: 55189 JLBCON ACORDTM CERTIFICATE OF LIABILITY INSURANCE D5/222/DD/YYYY) 5/22/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Joyce Hinze The Nitsche Group PHO(AICNE 979-540-2240 143 East Austin E-MAIL FtI: Alc No ADDRESS: Joyceh@thenitschegroup.com Giddings,TX 78942-3299 979 542-3666 INSURER(S)AFFORDING COVERAGE MAIC# INSURER A:Cincinnati Insurance Company 10677 INSURED INSURER B•Texas Mutual Insurance Company 22945 AB Contracting, LLC 10172 P O Box 24131 INSURER C:vVeatcheater Surplus Llnea Insurance Co. INSURER D: Fort Worth,TX 76124 INSURER E INSURERF'. COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INR WVD POLICY NUMBER DLSUBR POLICY EFF MM/DDY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EPP0396782 8/01/2016 08/01/2019 pEACCMHpp��OEEC7CURRENCE $1,000,000 CLAIMS-MADE nX OCCURREMISES EaEoNcaurrence $500,000 X PD Ded:1,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 62,000,000 PRO- POLICY�ECTT UI LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: A AUTOMOBILE LIABILITY EBA0396782 8/01/2017 08/01/201 EO aBIcNeDtSINGLE LIMIT 1,000,000_ X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY Per accident X Drive Oth Car $ A X UMBRELLA LIAB X OCCUR EPP0396782 8/01/2016 08/01/201 EACH OCCURRENCE s5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5 OOO OOO DED X RETENTION$0 $ B WORKERS COMPENSATION 0001310112 8/01/2017 081011201 X PER OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1 000,000 OFFICERIMEMBER EXCLUDED? � N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Pollution Liab G28151184002 8/01/2017 08/01/2018 2,000,000 Aggregate 1,000,000 Each Cond 10,000 Deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Randoi Mill Road-Sanitary Sewer,Paving and Drainage Improvements-Part 2 City Project No,100278 As per policy provision,City of Fort Worth is listed as additional insured in regard to the auto and general liability policies as provided by blanket additional insured endorsement when required by written contract. A blanket waiver of subrogation endorsement is provided to the Certificate Holder in regard to (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Ci Of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ry THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 200 Texas Street ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth,TX 76102 AUTHORIZED REPRESENTATIVE � ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 Of 2 The ACORD name and logo are registered marks of ACORD #S760728/M713144 066 DESCRIPTIONS (Continued from Page 1) the workers compensation policy as per policy provision when required by written contract. As per policy provision the general liability policy contains an endorsement with Primary and Noncontributory wording. SAGITTA 25.3(2016/03) 2 Of 2 #S760728/M713144 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febnmiy2,2016 CITY PROJECT NO. 100278 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... l 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent, Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents................................................................. 10 3.05 Reuse of Documents ................................................................................................................... 10 3.06 Electronic Data............................................................................................................................ 11 Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physical Conditions............................................................................. 12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article 5 —Bonds and Insurance ................................................................................... ................................. 16 5.01 Licensed Sureties and Insurers................................................................................................... 16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace........................................................... 19 Article 6—Contractor's Responsibilities........................................................................................................ 19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmazy2,2016 CITY PROJECT NO. 100278 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities.................................................................... 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work ..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD-PART 2 Revision:Febnkuy2,2016 CITY PROJECT NO. 100278 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 R 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15 -Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD-PART 2 Revision:Febmazy2,2016 CITY PROJECT NO.100278 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............................................................................................Y...........................................63 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Fdxuary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page I of 63 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO.100278 UU /1 UU-l 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmazy 2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febnimy2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmacy2,2016 CITY PROJECT NO.100278 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmazy2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: .� 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmazy2,2016 CITY PROJECT NO. 100278 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febniary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:February 2,2016 CITY PROJECT NO. 100278 UU 12 UU-l GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:February 2,2016 CITY PROJECT NO.100278 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febnkiry2,2016 CITY PROJECT NO. 100278 00 72 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 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary 2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmazy 2,2016 C ITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Felxuary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febnmry2,2016 CITY PROJECT NO. 100278 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmazy2,2016 CITY PROJECT NO. I00278 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmaiy2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Fdn�y 2,2016 CITY PROJECT NO.100278 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or Submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Fdxuary2,2016 CITY PROJECT NO.100278 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Felxuary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO.100278 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11 th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Fdxiwy2,2016 CITY PROJECT NO.100278 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. http://www,window.state.tx.us/taxinfo/taxfonns/93-fonms.htm1 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary 2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmacy2,2016 CITY PROJECT NO. 100278 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmazy 2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmacy2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febniary2,2016 CITY PROJECT NO.100278 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febwary 2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project 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 Sofia Ojeda, P.E., or his/her successor pursuant to written notification from the Director of Transportation and Public Works. 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:February 2,2016 CITY PROJECT NO. 100278 007200-1 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febniazy2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febnzary 2,2016 CITY PROJECT NO.100278 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor,if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:February 2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febnoty 2,2016 CITY PROJECT NO. 100278 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.I or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febniary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if- 1. f1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmazy2,2016 CITY PROJECT NO. 100278 007200-1 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. Cn Y OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febnuary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.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 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febniary2,2016 CITY PROJECT NO. 100278 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.I 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 11.0 LB; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:February 2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 00 72 00-1 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmazy2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febniary 2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 00 72 00-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmazy 2,2016 CITY PROJECT NO. 100278 00 72 00-1 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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:February 2,2016 CITY PROJECT NO. 100278 007200-I GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Februacy2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febniary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmazy2,2016 CITY PROJECT NO. 100278 0072 00-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:February 2,2016 CITY PROJECT NO. 100278 00 72 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 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febniazy2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Fdxuary2,2016 Crr'Y PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febnuary2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if- 1. £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 SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:February 2,2016 CITY PROJECT NO. 100278 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revision:Febmary2,2016 CITY PROJECT NO. 100278 007300-1 SUPPLEMENTARY CONDITIONS Page I of 4 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 11 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions,unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24 SC-3.03B.2,"Resolving Discrepancies" 25 26 Plans govern over Specifications. 27 28 SC-4.01A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 31 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 32 Contract Drawings. 33 34 SC-4.01A.1.,"Availability of Lands" 35 36 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 37 October 25,2017: 38 39 Outstanding Easements to Be Acquired 40 Easement Type Owner Target Date Drainage Easement Isa Hamza Alkam February 2018 Temp.Construction George M.Morris,Jr.,Trustee February 2018 41 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 42 and do not bind the City. 43 44 If Contractor considers the final easements provided to differ materially from the representations on the 45 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 46 notify City in writing associated with the differing easement line locations. 47 48 SC-4.01A.2,"Availability of Lands" 49 50 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 4 1 2 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 3 as of October 25,2017: 4 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT __... ....... ... 1-I.-I-11.... Spectrum OH Cable-Precinct Line Rd and Randol Mill Rd November 2017 ._1111.. _1111.... _1111.. 11.1..1... _. .......... _ . ....._.. .. ......_. AT&T OH Phone-Precinct Line Rd and Randol Mill Rd January 2018 _...... ......... ....... ... -.1-1 11 1....... .11....11 . ...... .......... Oncor Power Poles-Precinct Line Rd and Randol Mill Rd January 2018 ............ .....1 1.......11 . .. 1..1._.11.. ....... ........ . ...... ...............-... ........ 11 1 ..1 ... ........ 5 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 6 and do not bind the City. 7 8 SC-4.02A.,"Subsurface and Physical Conditions" 9 10 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 11 12 A Geotechnical Engineering Report No. 1402.00,dated May 8,2015,prepared by Gorrondona and 13 Associates,Inc.a sub-consultant of Dunaway Associates L.P.,a consultant of the City,providing additional 14 information on Randol Mill Rd Paving and Drainage Improvements. 15 16 The following are drawings of physical conditions in or relating to existing surface and subsurface 17 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 18 None 19 20 SC-4.06A.,"Hazardous Environmental Conditions at Site" 21 22 The following are reports and drawings of existing hazardous environmental conditions known to the City: 23 None 24 25 SC-5.03A.,"Certificates of Insurance" 26 27 The entities listed below are"additional insureds as their interest may appear" including their respective 28 officers,directors,agents and employees. 29 30 (1) City of Fort Worth 31 (2) Consultant: Dunaway Associates L.P.,Gorrondona Associates,Inc.,and the Rios Group. 32 (3) Other: None 33 34 SC-5.04A.,"Contractor's Insurance" 35 36 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 37 coverages for not less than the following amounts or greater where required by laws and regulations: 38 39 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 40 41 Statutory limits 42 Employer's liability 43 $100,000 each accident/occurrence 44 $100,000 Disease-each employee 45 $500,000 Disease-policy limit 46 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO. 100278 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 4 1 SC-5.04B.,"Contractor's Insurance" 2 3 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 4 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 5 minimum limits of- 6 7 $1,000,000 each occurrence 8 $2,000,000 aggregate limit 9 10 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 11 General Aggregate Limits apply separately to each job site. 12 13 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 14 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 15 16 SC 5.04C.,"Contractor's Insurance" 17 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 18 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 19 20 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 21 defined as autos owned,hired and non-owned. 22 23 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 24 least: 25 26 $250,000 Bodily Injury per person/ 27 $500,000 Bodily Injury per accident/ 28 $100,000 Property Damage 29 30 31 SC-6.04.,"Project Schedule" 32 33 Project schedule shall be tier 3 for the project. 34 35 SC-6.07.,"Wage Rates" 36 37 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 38 Appendixes: 39 Buzzsaiv location, Resources/02-Construction Documents/Specifications/Div 00-General Conditions/CFW 40 Horizontal Wage Rate Table.pdf 41 42 SC-6.09.,"Permits and Utilities" 43 44 SC-6.09A.,"Contractor obtained permits and licenses" 45 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 46 None. 47 48 SC-6.0911."City obtained permits and licenses" 49 The following are known permits and/or licenses required by the Contract to be acquired by the City: 50 The CDC Permit with the CORPS—already obtained. 51 52 SC-6.09C."Outstanding permits and licenses" 53 54 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of June 9, 55 2017: None. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO.100278 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 4 1 2 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 3 4 SC-7.02.,"Coordination" 5 6 The individuals or entities listed below have contracts with the City for the performance of other work at 7 the Site: 8 Vendor Scope of Work Coordination Authority None None None 9 10 SC-8.01,"Communications to Contractor" 11 12 None 13 14 SC-13.03C.,"Tests and Inspections" 15 16 None 17 18 SC-16.01C.1,"Methods and Procedures" 19 20 None 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F.Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised February 2,2016 CITY PROJECT NO. 100278 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment,and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project,such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 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,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT 100278 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,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT 100278 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT 100278 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to I or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution- General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names, or 31 catalog numbers. 32 a. When this method of specifying is used,it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names,or catalog numbers,provided said products are"or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike,discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution,including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 f3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion,substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design,including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended _Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 013119-1 PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised August 17,2012 CITY PROJECT NO.100278 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised August 17,2012 CITY PROJECT NO.100278 013119-3 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,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised August 17,2012 CITY PROJECT NO. 100278 013120-1 PROJECT MEETINGS Pagel of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings,in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule,including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication,delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE RAPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 013216-1 CONSTRUCTION PROGRESS SCHEDULE Pagel of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating,status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract,but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3-Schedule submittal required by contract as described in the 27 Specification and herein.Majority of City projects,including all bond program 28 projects 29 d. Tier 4-Schedule submittal required by contract as described in the 30 Specification and herein.Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5- Schedule submittal required by contract as described in the 34 Specification and herein.Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes, expected delays,key schedule issues, critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day,working 37 days per week,the amount of construction equipment,or any combination 38 of the foregoing,sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities,and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades),equipment and work schedule(overtime,weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor,in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which,according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time,it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of j ob conditions,weather, 27 technical difficulties,strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work,in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates,and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE RAPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE RAPROVEN1ENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment,including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE RAPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 013300-1 SUBMITTALS Pagel of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples,including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal,I hereby represent that I have determined and verified 33 field measurements,field construction criteria,materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/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 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include,but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication,and installations in conformance 26 with approved shop drawings,applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned,Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings,data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors,including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy,for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings,data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED"is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial,at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered"Not Approved"until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal,appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections,include,but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number,"-xxx",beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating,and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City,sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power,light,heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting,operation of equipment,or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING[NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 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,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit,such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015713-1 STORM WATER POLLUTION PREVENTION Pagel 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 Stonmwater Pollution Prevention Plan. CITY OF FORT WORTH SANITARY SEWER PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division,(817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated 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 [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED [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,PAVING AND DRAINAGE RAPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/a-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 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use,including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH SANITARY SEWER PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING[NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment,and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment,and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel,equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel,equipment,and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised November 22,2016 CITY PROJECT NO.100278 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment,and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment[Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 The work performed and materials furnished in accordance with this Item are 33 subsidiary to the various Items bid and 34 2. Remobilization for suspension of Work as specifically required in the Contract 35 Documents 36 a. Measurement 37 1) Measurement for this Item shall be per each remobilization performed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under"Measurement"will be paid for at the unit 41 price per each"Specified Remobilization"in accordance with Contract 42 Documents. 43 c. The price shall include: 44 1) Demobilization as described in Section 1.1.A.2.a.1) 45 2) Remobilization as described in Section 1.1.A.2.a.2) CrrY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised November 22,2016 CrrY PROJECT NO.100278 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby,idle time,or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby,idle time,or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price per each"Work Order Mobilization"in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section I.1.A.3.a.2) 22 d. No payments will be made for standby,idle time,or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"will be paid for at the unit 31 price per each"Work Order Emergency Mobilization"in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby, idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised November 22,2016 CITY PROJECT NO.100278 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS [NOT USED] 6 PART 3- EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 9 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised November 22,2016 CITY PROJECT NO.100278 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. Construction 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 3. As-Built Survey 29 a. Measurement 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this 33 Item are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 1.3 REFERENCES 36 A. Definitions 37 1. Construction Survey-The survey measurements made prior to or while construction 38 is in progress to control elevation,horizontal position, dimensions and configuration 39 of structures/improvements included in the Project Drawings. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IN[PROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised August 31,2017 CITY PROJECT NO.100278 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1 2. As-built SurveX—The measurements made after the construction of the improvement 2 features are complete to provide position coordinates for the features of a project. 3 3. Construction Staking—The placement of stakes and markings to provide offsets and 4 elevations to cut and fill in order to locate on the ground the designed 5 structures/improvements included in the Project Drawings. Construction staking 6 shall include staking easements and/or right of way if indicated on the plans. 7 4. Survey"Field Checks"—Measurements made after construction staking is 8 completed and before construction work begins to ensure that structures marked on 9 the ground are accurately located per Project Drawings. 10 B. Technical References 11 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw 12 website)—017123.16.01— 7123.16.01—Attachment A Survey Staking Standards 13 2. City of Fort Worth-Standard Survey Data Collector Library(fxl)files(available on 14 City's Buzzsaw website)—01 71 23.16.02—Attachment B_Survey Data Collector 15 Library.fxl. 16 3. Texas Department of Transportation(TxDOT) Survey Manual,latest revision 17 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land 18 Surveying in the State of Texas, Category 5 19 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS 22 A. Submittals,if required, shall be in accordance with Section 0133 00. 23 B. All submittals shall be received and reviewed by the City prior to delivery of work. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Field Quality Control Submittals 26 1. Documentation verifying accuracy of field engineering work, including coordinate 27 conversions if plans do not indicate grid or ground coordinates. 28 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 29 (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards. Contractor 30 shall submit an updated Construction As-built Spreadsheet with the second partial 31 payment request each month. 32 3. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 33 constructed improvements during the progress of the construction signed and 34 sealed by RPLS responsible for the work. 35 1.7 CLOSEOUT SUBMITTALS 36 B. As-built Redline Drawing Submittal 37 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 38 constructed improvements after the construction is completed signed and sealed 39 by RPLS responsible for the work. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE DOROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised August 31,2017 CITY PROJECT NO.100278 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 2. Contractor shall submit the proposed as-built and completed redline drawing 2 submittal 1 week prior to scheduling the project final for City review and comment. 3 Revisions,if necessary, shall be made to the as-built redline drawings and 4 resubmitted to the City prior to scheduling the construction final. 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Construction Staking 8 1. Construction staking will be performed by the Contractor. 9 2. Coordination 10 a. Contact City's Project Representative at least one week in advance notifying 11 the City of when Construction Staking is scheduled. 12 b. It is the Contractor's responsibility to coordinate staking such that 13 construction activities are not delayed or negatively impacted. 14 3. General 15 a. Contractor is responsible for preserving and maintaining stakes. If City 16 surveyors are required to re-stake for any reason,the Contractor will be 17 responsible for costs to perform staking. If in the opinion of the City, a 18 sufficient number of stakes or markings have been lost,destroyed disturbed or 19 omitted that the contracted Work cannot take place then the Contractor will be 20 required to stake or re-stake the deficient areas. 21 B. Construction Survey 22 1. Construction Survey will be performed by the Contractor. 23 2. Coordination 24 a. Contractor to verify that horizontal and vertical control data established in the 25 design survey and required for construction survey is available and in place. 26 3. General 27 a. Construction survey will be performed in order to construct the work shown 28 on the Construction Drawings and specified in the Contract Documents. 29 b. For construction methods other than open cut,the Contractor shall perform 30 construction survey and verify control data including,but not limited to,the 31 following: 32 1) Verification that established benchmarks and control are accurate. 33 2) Use of Benchmarks to furnish and maintain all reference lines and grades 34 for tunneling. 35 3) Use of line and grades to establish the location of the pipe. 36 4) Submit to the City copies of field notesused to establish all lines and 37 grades,if requested,and allow the City to check guidance system setup prior 38 to beginning each tunneling drive. 39 5) Provide access for the City,if requested,to verify the guidance system and 40 the line and grade of the carrier pipe. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 correction of it,as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to the City. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised August 31,2017 CITY PROJECT NO.100278 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 1 9) If the installation does not meet the specified tolerances(as outlined in 2 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 3 the installation in accordance with the Contract Documents. 4 C. 5 C. As-Built Survey 6 1. Required As-Built Survey will be performed by the Contractor. 7 2. Coordination 8 a. Contractor is to coordinate with City to confirm which features require as- 9 built surveying. 10 b. It is the Contractor's responsibility to coordinate the as-built survey and 11 required measurements for items that are to be buried such that construction 12 activities are not delayed or negatively impacted. 13 3. General 14 a. The Contractor shall provide as-built survey including the elevation and 15 location(and provide written documentation to the City) of construction 16 features during the progress of the construction including the following: 17 1) Sanitary Sewer 18 a) Manholes and Junction Structures 19 (1) Rim and flowline elevations and coordinates for each 20 manhole and junction structure. 21 2) Roadway 22 a) Roundabout top and bottom of curb elevations at the truck aprons 23 b) Profile of roundabout(west, east and north approach legs too) 24 b. The Contractor shall provide as-built survey including the elevation and 25 location(and provide written documentation to the City) of construction 26 features after the construction is completed including the following: 27 1) Sanitary Sewer 28 a) Manholes and Junction Structures 29 (1) Rim and flowline elevations and coordinates for each 30 manhole and junction structure. 31 2) Roadway 32 a) Roundabout top and bottom of curb elevations at the truck aprons 33 b) Profile of roundabout(west, east and north approach legs too) 34 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 WARRANTY 37 PART 2- PRODUCTS 38 A. A construction survey will produce,but will not be limited to: 39 1. Recovery of relevant control points,points of curvature and points of intersection. 40 2. Establish temporary horizontal and vertical control elevations(benchmarks) 41 sufficiently permanent and located in a manner to be used throughout construction. 42 3. The location of planned facilities,easements and improvements. 43 a. Establishing final line and grade stakes for piers, floors,grade beams,parking 44 areas,utilities, streets,highways,tunnels,and other construction. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised August 31,2017 CITY PROJECT NO.100278 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 b. A record of revisions or corrections noted in an orderly manner for reference. 2 c. A drawing,when required by the client,indicating the horizontal and vertical 3 location of facilities, easements and improvements,as built. 4 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 5 construction staking projects. These cut sheets shall be on the standard city template 6 which can be obtained from the Survey Superintendent(817-392-7925). 7 5. Digital survey files in the following formats shall be acceptable: 8 a. AutoCAD(.dwg) 9 b. Text File(.txt) 10 c. ESRI Shapefile(.shp) 11 d. CSV file(.csv) 12 6. Survey files shall include vertical and horizontal data tied to original project control 13 and benchmarks,and shall include feature descriptions 14 PART 3- EXECUTION 15 3.1 INSTALLERS 16 A. Tolerances: 17 1. The staked location of any improvement or facility should be as accurate as practical 18 and necessary. The degree of precision required is dependent on many factors all of 19 which must remain judgmental.The tolerances listed hereafter are based on 20 generalities and,under certain circumstances, shall yield to specific requirements. 21 The surveyor shall assess any situation by review of the overall plans and through 22 consultation with responsible parties as to the need for specific tolerances. 23 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft.vertical 24 tolerance.Horizontal alignment for earthwork and rough cut should not exceed 25 1.0 ft.tolerance. 26 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 27 c. Paving or concrete for streets, curbs,gutters,parking areas, drives,alleys and 28 walkways shall be located within the confines of the site boundaries and, 29 occasionally,along a boundary or any other restrictive line.Away from any 30 restrictive line,these facilities should be staked with an accuracy producing no 31 more than 0.05ft.tolerance from their specified locations. 32 d. Underground and overhead utilities,such as sewers,gas,water,telephone and 33 electric lines,shall be located horizontally within their prescribed areas or 34 easements.Within assigned areas,these utilities should be staked with an 35 accuracy producing no more than 0.1 ft tolerance from a specified location. 36 e. The accuracy required for the vertical location of utilities varies widely.Many 37 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 38 should be maintained.Underground and overhead utilities on planned profile, 39 but not depending on gravity flow for performance,should not exceed 0.1 ft. 40 tolerance. 41 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 42 specifications or in compliance to standards. The City reserves the right to request a 43 calibration report at any time and recommends regular maintenance schedule be 44 performed by a certified technician every 6 months. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised August 31,2017 CITY PROJECT NO.100278 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 1. Field measurements of angles and distances shall be done in such fashion as to 2 satisfy the closures and tolerances expressed in Part 3.LA. 3 2. Vertical locations shall be established from a pre-established benchmark and 4 checked by closing to a different bench mark on the same datum. 5 3. Construction survey field work shall correspond to the client's plans. Irregularities 6 or conflicts found shall be reported promptly to the City. 7 4. Revisions,corrections and other pertinent data shall be logged for future reference. 8 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 APPLICATION 12 3.5 REPAIR/RESTORATION 13 A. If the Contractor's work damages or destroys one or more of the control 14 monuments/points set by the City,the monuments shall be adequately referenced for 15 expedient restoration. 16 1. Notify City if any control data needs to be restored or replaced due to damage 17 caused during construction operations. 18 a. Contractor shall perform replacements and/or restorations. 19 b. The City may require at any time a survey"Field Check"of any monument 20 or benchmarks that are set be verified by the City surveyors before further 21 associated work can move forward. 22 3.6 RE-INSTALLATION [NOT USED] 23 3.7 FIELD [OR] SITE QUALITY CONTROL 24 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 25 City in accordance with this Specification. This includes easements and right of way,if 26 noted on the plans. 27 B. Do not change or relocate stakes or control data without approval from the City. 28 3.8 SYSTEM STARTUP 29 A. Survey Checks 30 1. The City reserves the right to perform a Survey Check at any time deemed 31 necessary. 32 2. Checks by City personnel or 3`d party contracted surveyor are not intended to relieve 33 the contractor of his/her responsibility for accuracy. 34 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised August 31,2017 CITY PROJECT NO.100278 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen efinitions and references under 1.3;modified 1.6;added 1.7 closeout submittal equirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; dded 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. 9 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised August 31,2017 CITY PROJECT NO.100278 F W ®R ORT ORTH Section 017123.01 - Attachment A Survey Staking Standards February 2017 G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\01 7123.16.01—Attachment A_Survey Staking Standards.docx Page 1 of 22 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. (httr)://onlinemanuals.txdot.eov/txdotmanuals/ess/ess.r)dt) 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 Ill. Standard Staking Supplies IV. Survey Equipment, Control,and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 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 Stakin>; 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 G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for'Zoning Maps'. Under'Layers', expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration 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 every 6 months. 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,storm drain,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 G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates,the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Protected 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 Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format Axt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes(if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234—As-built of Water on Main Street Grid NAD83 TXSP 4202.csv G:\Production\Transportation\2008\2008279\Engineering\Specifications\RandoI Mill Rd-100%Specs- Roundabout Only\Division 01\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234—As-built of Water on Main Street—Project Specific Datum.csv Example Control Stakes G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 Y Q � V) W Q C1] J U7 Z p Z W H J Q I— m _Z ::D W n W U 1016 EL.= 100.00' m _ i— J 0 _ i-- Z p W C z i-- W _. Z W p U Cfl = O O t— z t— LLI — Z .:.� 0 Q w= Z J U) Q J U 0 J z W W m 0 D p d x Z p 0 0 m .. C:� 0 QCP #1 N=5000.00 E=5000.00 = V. Water Staking Standards G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200'on even stations II. 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 IL 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 II. 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 II. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main Ill. 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 II. RIM grades should only be provided if on plans Example Water Stakes G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 Uj =)N z z z 7' O/S i W/L LL- LLJ k§�� \ g §®Q§ z Qjo U �7' 0/S y W/Ljr=MjSTA-1+72.81jkC-3.81 Ui CD m7 \ \ LLJ Cm IE 0—<z < LLI CL 38 3E z o m M § , \ < z ( \0 2 § z g`za- Z C-4i :3 z LLJ z Ir z 5 7' W z 1:Li 7 .s? 0 < 1�--STA-0+0-0) LL- LLJ C; � � \ , - .a, §q§� (A CD z:: x aw Do =0 _5 Li ai CO z V1. SanitarV Sewers akin■ G:\Production\Transportation\2008\2008279\Engineering\Specifications\RandoI Mill Rd-100%Specs- R undab ut Roundabout Only\Division 01\01 71 23.16.01—Attachment A—Survey Staking Standards.docx Page 9 of 22 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 be on the stake when provided in the plans G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\017123.16.01_Attachment A Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes �8 N N z Z ii 1b U 7' /S SS sr,,�a+7+°n -,JOc-ate c-ate c-om Ui W 1 r 1 Z Z - 1 012' o/s 55 C-3 �= c-sem a a-o� b ' W r--. D fi LLIZ y�y CAW VI u,9d Z lis !N jE1 1 �o LL- o IUje W W 1 ` a t }5l La � -W 3 /ti C W a W W.� Q LY`,( �y = r� 'A/ F- 9 F FZF zr.. wq�7 yZ9 F F � 9 An Q 7' / 55 srN.oaoo t c-6 C c-s r+ogm u` 01 i-� 1 V'/ Z I— �, Z Z (� < ,2' 0/S SS I x sr�-o{oa 1�.z c-4� m asa 3 c-oa 6 LA- Z 29 f- �E� r G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\017123.16.01-Attachment A_Survey Staking Standards.docx Page 11 of 22 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 stokes shall consist of o 60D nail or hub set with o 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 IL 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 be on the stake when provided in the plans G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING } (SIDE FACING ) 1 C of NC, FLAGGING REQUIRED F-01 IN LIEUdF PINK PAINTED LATH rn � I b Vm n - � BACK 19 !i BACK (90E FAKING REM) BOE FA[INC R.E►W_} � IDENTIFIES WHICH IDENTIFIES WHICH POINT f; END OF THE WINO POINT 0 END OF THE YANG BEING STAKED BEING STAKED Jr LO HIS ELEVAnON o 11 INLET STATION HUB ELEVATION A I tN 'I (IF NOTED ON PLANS) ; t T C IDENTIFIES GRADE T T6 TOP OF CURB + �3 I + al a n , IDENS GRADE � - TO FLOWUNE TIFIE - L—.-1� _ DISTANCES FOR INLET'S STANDARD 10' - 16' RECESSED 1O' - 20' STANDARD DOUBLE 10' – 26,67' HUB WITH TACK 1 T I I BACK OE INLET F •v yl a• a1 bl DNHOLE alRIM :.f I BACK OF CURBaACK OF CURB ---------' WINS' .'�''�.• - 'e.:. •'•• '- •+' ,•4ANC, ---------- ELO LINE FACE OF INLET FACE OF INLET RJ7IZNE ELGE OF PAVEMENT EDGE OF PA%MAENT ED'S OF PA' FAENT EDGE # PAVEMENi— G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\01 7123.16.01—Attachment A—Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Stakine 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 III. 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 G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING q-) ' o 00 FRONT IDiNrimGCMD FRONT V' (SDE FACING lt}POINT OF a� FRONT -L; T car (SIDE FACING CL) PON0EOF 4JRWATURE PC {SIDE FACING q} i o D 9C PT BACK N jomrinm owsrTism � 1 (SIDE FACING R.0.W.) 8ACK r,F CUR OR F/r z q' a 1 q 111 I PCINT iII 71873 III I III i r 4IonnmEs MADE is i II T TO TOP-0F WFU j III I HUB ELEVATlu ION ' + RADIUS GRAPE ONi 1 o olus PaNrsl NO FLADIUNG REQUIRED IN LIEU OF PINK...PAI h1T'ED LATH TOR OF CURB r f r� xr rrrr f rte' � r r r r r r r r r r r r y s r Jam' BACK OF CURB —x rrr _- rryrr rrr -•�,.,• rrr Jrr rrr ��� r r b FACE OF CURB I l 1' L ---�-� - - pR FLIM 4VLI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100°x6 Specs- Roundabout Only\Division 01\01 7123.16.01_Attachment A Survey Staking Standards.docx Page 15 of 22 R � &®� � 0 !§a■ z UP � — �� 0,/ Q F+Uj _ \ §»f ®6 . 0 'L §\ z 0 �� 2 f g a . m » � sw 7 X11 Asa ». a 1/ k -__ _. k &��® � — ■ m§ a (� 2 ■E£ e d ) __la *m a � 3 qk { 22 $ yEe_!« � . ! w qk§ > _� �7� j2k / /t \K N -. §:r dumon\R nsport§o AZ 0\0 8 7\Engine Hmgpe f cation\m n d 9m R-i 0%Specs- Ro pes- R undabout Only D»Son 01\017123:E01Attaame«A 5 Rp Staking aandawsdoa Page 16 D 22 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 template can be obtained from the survey superintendent(see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LT/+RT GRADE ELEV. G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore,the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted.See section IV. As-built survey should include the following(additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs,stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND"to notify the City. G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 M - JIF bf r ` ' Jill a 7- i7 1ppBBj KU sl '.ifs "-MOMi f - M!� r! 1 st � - EE � bIts; to -- — _ C t $I!!!a! of - - Cp■�'ip�,��1!a plc � � ! C li g �.�_ :.,•�—�"�wr i_ ,��—�-- allst G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\017123.16.01—Attachment A Survey Staking Standards.docx Page 20 of 22 STA&WX-LP ML/r:CL*TOY Rol STA C►57m-1Z ft LFLD7D DRI STA&OLIO-LPML WIaD DR) RE6WE L SALVAGE EX r SSW pppR IrWER WE VALVE r AEDWO IN Law=T 717 EXIST.FWER h IYX LE l'FF MGTALL 60SW SLEEVE STA 012M-OWL / f� P6 ! /i^J�45* FMS E REDEVER jr4rVERT.ffND STAD+K75-WWL 5 iJ�J yp963T�I192 \._/ E•2TA�fln94 O HrX BACFW TEE tp h 9fAE VALVE / h FIRE N7 [DT AS '�► 4, H#LF BMNr LEAD � P h C GOE VALVE leamt(a4 r • �� �'7 4c�2J.O'�' ( ]'/ NSD .m.•mss+% � id �+�. / 222i9B CP.'Qi[ae�nr s.r>rimn L7IT ws..on a Lw ern LOT 2 •WNW. `� 6YRe'ry I 1 REMOVE EXIST. LT WER r 4• �' sP. \� �.. GP.•H 6y \B' \ .�� • xw N6➢ON+1S.SlD 44. TAY•2 777, ITEV.730612 Q fR aar Q 12'WATER y -- ---- -8- TAY-1 j• vdr" Cox—�e5rtr __ sP.b - PROPOSED C EEXrSr.caE vA `' SEE SHE SrA JSTAU,lD->P LOT A Hr-V h f2 EVERT.BEND �'-'M e•.a e+.eo+.s*+ \ e� Nfi9gOl7,4B9i a+vwn ue -Q�, E 229Gi/53W2 m.•crass/ • STA 00=-WK TU YD DRI STA 0.5758- P /Z II STA 9L58-Il N D/STALL NISTALL A15TALL, h IPY1 SG(W SLEEVE h/T EYERn AEND h/2'EVEM.Bm 57 IF OF I2 MER PPE Nb9O05.5.54O Nd5O0525653 C MIrr 710 EMT.0 NATER E-2296302813 E•229S"A= Nd9ON59279 E-229530W36 P G:\Production\Transportation\2008\2008279\Engineering\Specifications\Randol Mill Rd-100%Specs- Roundabout Only\Division 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 i Y a T IN 4 19 e C Iloilo +\ • t Lk b 3NI7 55'd d 09-0 VIS 3AV H31VW Y � E °e �r U4 _ r _ to 14 iq of A 10 IL F r i -E r y Roundabout Only\Division 01\017123.16.01—Attachment A Survey Staking Standards.docx Page 22 of 22 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health,safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic,adhesives, dust, dirt,stains, fingerprints,labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors,lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs, lights,signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 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 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates,licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 017719-2 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,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation,in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING[NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH SANITARY SEWER PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 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 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 'h inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white,for typed pages 36 2) Holes reinforced with plastic,cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title"OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included,indexed to content of the volume 25 c. List,with each product: 26 1) The name,address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included,indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 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,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 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,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed 8 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100278 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City I complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100278 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor,subject to the 26 City's approval. 27 2) However,design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor,subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 100278 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings,have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 100278 Revised July 1,2011 330131-1 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 1 of 7 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION 3 PART1 - 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 0132 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 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,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised March 3,2016 CITY PROJECT NO.100278 3301 31-2 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 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. 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 01 33 00. 40 B. All submittals shall be approved by the Engineer or the City prior to delivery. 41 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 42 video data per the CCTV Manual. Provide additional copy of video in Windows Media 43 AudioNideo(.wmv)format for City Inspection review. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised March 3,2016 CITY PROJECT NO.100278 33 01 31-3 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 3 of 7 1 D. If inspected with other software provide video data in Windows Media AudioNideo 2 (.wmv)format. Provide CCTV log in EXCEL spread sheet format—The CCTV spread 3 sheet log can be found on Buzzsaw. Location: Resources\70—Inspection 4 Tools\Standard Construction. 5 E. Inspection Report shall include: 6 1. Asset 7 a. Date 8 b. City 9 c. Address and/or Project Name 10 d. Main Number—GIS ID(If Available) 11 e. Upstream Manhole GIS ID (If Available) 12 f. Downstream Manhole GIS ID (If Available) 13 g. Pipe Diameter 14 h. Material 15 i. Pipe Length 16 j. Mapsco Location Number 17 k. Date Constructed 18 1. Pipe Wall Thickness 19 2. Inspection 20 a. Inspection Number(i.e. I",2',etc...) 21 b. Crew Number 22 c. Operator Name 23 d. Operator Comments 24 e. Reason for Inspection 25 f. Equipment Number 26 g. Camera Travel Direction(Upstream/Downstream) 27 h. Inspected Length(feet) 28 i. Work Order Number(if required) 29 j. City Project Number(if required) 30 k. City Contract Name 31 1. DOE/TPW Number(if required) 32 m. Consultant Company Name 33 n. Consultant Contact Name 34 o. Consultant Contact Phone Number 35 p. Contractor Company Name 36 q. Contractor Contact Name 37 r. Contractor Contact Phone Number 38 1.6 INFORMATIONAL SUBMITTALS 39 A. Pre-CCTV submittals 40 1. 2 copies of CCTV video results on USB drive 41 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 42 B. Additional information that may be requested by the City 43 1. Listing of cleaning equipment and procedures 44 2. Listing of flow diversion procedures if required 45 3. Listing of CCTV equipment 46 4. Listing of backup and standby equipment CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised March 3,2016 CITY PROJECT NO.100278 330131-4 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 4 of 7 1 5. Listing of safety precautions and traffic control measures 2 1.7 CLOSEOUT SUBMITTALS 3 A. Post-CCTV submittals 4 1. 2 copies of CCTV video results on USB drive 5 2. 2 Hard copies of Inspection Report.A pdf copy on USB drive shall be submitted to 6 the City Inspector for review prior to scheduling a project final walk through. 7 3. CCTV speadsheet log in EXCEL format—A blank copy of the CCTV spread sheet 8 log can be found on Buzzsaw. Location: Resources\70—Inspection Tools\Standard 9 Construction 10 4. Construction Plans identifying the line segments that were videoed. Include cover 11 sheet,overall line layout sheet(s),and plan and profile sheet(s). 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 A. Equipment- 19 1. Closed Circuit Television Camera 20 a. The television camera used shall be one specifically designed and constructed 21 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 22 picture of the entire periphery of the pipe. The camera shall be operative in 100 23 percent humidity/submerged conditions. The equipment will provide a view of 24 the pipe ahead of the equipment and of features to the side of the equipment 25 through turning and rotation of the lens. The camera shall be capable of tilting 26 at right angles along the axis of the pipe while panning the camera lens through 27 a full circle about the circumference of the pipe. The lights on the camera shall 28 also be capable of panning 90-degrees to the axis of the pipe. 29 b. The radial view camera must be solid state color and have remote control of the 30 rotational lens.The camera shall be capable of viewing the complete 31 circumference of the pipe and manhole structure,including the cone-section or 32 corbel.The camera lens shall be an auto-iris type with remote controlled 33 manual override. 34 2. Video Capture System 35 a. The video and audio recordings of the sewer inspections shall be made using 36 digital video equipment. A video enhancer may be used in conjunction with, 37 but not in lieu of,the required equipment. The digital recording equipment 38 shall capture sewer inspection on USB drive,with each sewer segment(from 39 upstream manhole to downstream manhole)inspection recorded as an 40 individual file in Windows Media Audio/Video(.wmv) format. City has a right 41 to change the format from.WMV media to .MP4 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised March 3,2016 CITY PROJECT NO.100278 330131-5 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 5 of 7 1 b. The system shall be capable of printing pipeline inspection reports with 2 captured images of defects or other related significant visual information on a 3 standard color printer. 4 c. The system shall store digitized color picture images and be saved in digital 5 format on a USB drive. 6 d. The system shall be able to produce data reports to include, at a minimum,all 7 observation points and pertinent data. All data reports shall match the defect 8 severity codes outlined in the City's CCTV manual. 9 e. Camera footage,date&manhole numbers shall be maintained in real time and 10 shall be displayed on the video monitor as well as the video character 11 generators illuminated footage display at the control console. 12 PART 3- EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 18 plans or City to be used during inspections. Inspections performed using 19 identification numbers other than the plans or from assigned numbers from the City 20 will be rejected. 21 2. Inspection shall not commence until the sewer section to be televised has been 22 completely cleaned in conformance with Section 33 04 50. (Sewer system should 23 be connected to existing sewer system and should be active) 24 3. Inspection of newly installed sewers(not yet in service)shall not begin prior to 25 completion of the following: 26 a. Pipe testing 27 b. All manhole work is complete 28 c. Installation of all lateral services 29 d. Vacuum test of manholes 30 4. Temporary Bypass Pumping(if required) shall conform to Section 33 03 10. 31 B. Storm Sewer Lines 32 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 33 CCTV equipment and cleaning requirements. 34 3.4 INSPECTION(CCTV) 35 A. General 36 1. Begin inspection immediately after cleaning of the main. 37 2. Move camera through the line in either direction at a moderate rate, stopping when 38 necessary to permit proper documentation of the main's condition. 39 3. Do not move camera at a speed greater than 30 feet per minute. 40 4. Use manual winches,power winches,TV cable,and power rewinds that do not 41 obstruct the camera view,allowing for proper evaluation. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE RAPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised March 3,2016 CITY PROJECT NO.100278 330131-6 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 6 of 7 1 5. During investigation stop camera at each defect along the main. 2 a. Record the nature,location and orientation of the defect or infiltration location 3 as specified in the CCTV Manual. 4 6. Pan and tilt the camera to provide additional detail at: 5 a. Manholes,Include condition of manhole in its entirety and interior corrosion 6 protection(if applicable)(Camera should pan the entire manhole from top as 7 well as while lowering into manhole, also show complete view of invert) 8 b. Service connections,Pan the Camera to get a complete overview of service 9 connection including zooming into service connection Include location(i.e. 3 10 o'clock, 9 o'clock,etc...) 11 c. Joints,Include comment on condition,signs of damage, etc... 12 d. Visible pipe defects such as cracks,broken or deformed pipe,holes, offset 13 joints,obstructions or debris(show as%of pipe diameter). If debris has been 14 found in the pipe during the post-CCTV inspection, additional cleaning is 15 required and pipe shall be re-televised. 16 e. Infiltration/Inflow locations 17 f. Pipe material transitions 18 g. Other locations that do not appear to be typical for normal pipe conditions 19 h. Note locations where camera is underwater and level as a%of pipe diameter. 20 7. Provide accurate distance measurement. 21 a. The meter device is to be accurate to the nearest 1/10 foot. 22 8. CCTV inspections are to be continuous. 23 a. Do not provide a single segment of main on more than 1 USB drive. 24 b. A single segment is defined from manhole to manhole. 25 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 26 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before 27 rehabilitation work. 28 2. If, during inspection,the CCTV will not pass through the entire section of main due 29 to blockage or pipe defect,set up so the inspection can be performed from the 30 opposite manhole. 31 3. Provisions for repairing or replacing the impassable location are addressed in 32 Section 33 3120, Section 33 3121 and Section 33 3122. 33 C. Post-Installation Inspection 34 1. Complete manhole installation before inspection begins. 35 2. Prior to inserting the camera,flush and clean the main in accordance to Section 33 36 0450. 37 D. Documentation of CCTV Inspection 38 1. Sanitary Sewer Lines 39 a. Follow the CCTV Manual(CCTV standard manual supplied by City upon 40 request)for the inspection video,data logging and reporting or Part 1.5 E of 41 this section. 42 2. Storm Sewer Lines 43 a. Provided documentation for video,data logging,and reporting in accordance 44 with City of Fort Worth Transportation/Public Works Department 45 requirements. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised March 3,2016 CITY PROJECT NO.100278 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 W Line Segment ID From Node: To Node: Materal: FIBERGLASS W Pipe Size: az Seg. Length: Contractor Name: Direction: Downstream V Video File Name: Observation Distance in Feet Clock Rating Comments 33 01 31-7 CLOSED CIRCUIT TELEVISION(CCPV)INSPECTION Page 7 of 7 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING 7 A. See Section 33 04 50. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson Various—Added requirements for coordination with T/PW for Storm Sewer CCTV 03/03/2016 J Kasavich Various—Alternative to CCTV Manual,modified submittal detail requirements 15 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised March 3,2016 CITY PROJECT NO.100278 3305 13-1 FRAME,COVER,AND GRADE RINGS -COMPOSITE Page 1 of 5 1 SECTION 33 0513 2 FRAME,COVER,AND GRADE RINGS -COMPOSITE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Compression Molded Composite Frames and Covers used as access ports into 7 sanitary sewer structures such as manholes and junction boxes.Composite rings 8 and covers shall only to be used in the sanitary sewer system, unless otherwise 9 specified in plans. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Added 2.2.A.I.b.—for"Sewper" brand manhole cover to be used. 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 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Measurement 19 a. This Item is considered subsidiary to the structure containing the frame,cover 20 and grade rings. 21 2. Payment 22 a. The work performed and the materials furnished in accordance with this Item 23 are subsidiary to the unit price bid per each structure complete in place,and no 24 other compensation will be allowed. 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification,unless a date is specifically cited. 30 2. American Association of State Highways and Transportation Officials(AASHTO) 31 a. AASHTO HS-25—AASHTO Highway Bridge Specification:Axial Loading to 32 meet or exceed 21,280 pounds/wheel load 33 b. AASHTO M306—Standard Specification for Drainage, Sewer,Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD-PART 2 CITY PROJECT NO.100278 330513-2 FRAME,COVER,AND GRADE RINGS -COMPOSITE Page 2 of 5 1 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 2 fabrication for specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All moldings shall display: 6 a. Approved Molder 7 b. Molding date 8 c. Wording that material is non-metallic 9 d. Country of origin 10 2. Provide manufacturer's: 11 a. Specifications 12 b. Load tables 13 c. Dimension diagrams 14 d. Anchor details 15 e. Installation instructions 16 B. Certificates 17 1. Manufacturer shall certify that all moldings conform to the ASTM and AASHTO 18 designations. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2- PRODUCTS 26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 01 60 00 unless otherwise specified on the plans. 31 a. The manufacturer must comply with this Specification and related Sections. 32 b. Use the"Sewper"brand for manhole cover per City instructions. 33 2. Any product that is not listed on the Standard Products List is considered a 34 substitution and shall be submitted in accordance with Section 0125 00. 35 B. Moldings CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD-PART 2 CITY PROJECT NO. 100278 330513-3 FRAME,COVER,AND GRADE RINGS -COMPOSITE Page 3 of 5 1 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or 2 combined with reinforcing fiber rovings, short fiber filaments,or equivalent 3 nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a 4 polymer,vinylester,or a blend of these.The moldings shall be true to pattern in 5 locations affecting their strength and value for the service intended. Before the 6 moldings are removed from the molding operation,they shall be thoroughly 7 deflashed and cleaned at the parting lines,holes,notches and all exposed edges. 8 2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle 9 loading with permanent deformation. Composite frames shall have a minimum wall 10 thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel 11 impact. 12 3. Metal reinforcements or metal hinges molded within the composite shall not be 13 permitted. 14 4. All composite moldings shall have UV stabilizers(concentrations from 0.05%to 15 5%)added prior to shaping the product by injection molding. 16 5. Covers 17 a. Composite covers shall be compression molded under high pressures(>0.5 18 tons/sq inch of x-y surface area)and high temperatures(>200 degrees F)and 19 shall be molded in the USA. Components for locking systems below the cover 20 exposed to sewer environment shall be made of noncorrosive materials such as 21 nonmagnetic 316 stainless steel(Austenite)or a polymer. 22 b. Size to set flush with the frame with no larger than a 1/8 inch gap between the 23 frame and cover 24 c. Provide with 2 inch wide pick slots in lieu of pick holes. 25 d. Provide gasket in frame and cover. 26 e. Standard Dimensions 27 1) Sanitary Sewer 28 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 29 cover assemblies unless otherwise specified in the Contract Documents. 30 f. Standard Labels 31 1) Sanitary Sewer 32 a) Cast lid with the word"SANITARY SEWER"in 2-inch letters across 33 the lid. 34 g. Hinge Covers 35 1) Provide water tight gasket on all hinged covers. 36 2) Sanitary Sewer 37 a) Provide hinged covers for all manholes or structures constructed over 38 all sewer lines. 39 C. Grade Rings 40 1. Provide grade rings in sizes from 2-inch up to 8-inch. 41 2. Use concrete in traffic loading areas. 42 D. Joint Sealant 43 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 44 form. 45 2. Provide sealant that is not dependent upon a chemical action for its adhesive 46 properties or cohesive strength. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD-PART 2 CITY PROJECT NO. 100278 330513-4 FRAME,COVER,AND GRADE RINGS -COMPOSITE Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4. 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 10 2. Clean surfaces of dirt, sand,mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. 13 B. Frame and Cover 14 1. Sanitary Sewer 15 a. For sanitary sewer structures install frame, cover and grade rings in accordance 16 with applicable City Standard Detail. 17 2. Hinge Cover 18 a. Provide hinge cover on all manhole covers. 19 C. Joint Sealing 20 1. Seal frame,grade rings and structure with specified sealant. 21 D. Concrete Collar 22 1. Provide concrete collar around all frame and cover assemblies. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD-PART 2 CITY PROJECT NO. 100279 330513-5 FRAME,COVER,AND GRADE RINGS -COMPOSITE Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP[NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 10/26/17 D.Tremper Added 2.2.A.l.b.—for specifying"Sewper" brand manhole cover to be used. 13 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD-PART 2 CITY PROJECT NO. 100278 330514-1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 1 of 7 1 SECTION 33 0514 2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets,valve boxes,cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from 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 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 32 01 17—Permanent Asphalt paving Repair 16 4. Section 32 0129—Concrete Paving Repair 17 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 18 6. Section 33 05 13—Frame,Cover and Grade Rings 19 7. Section 33 39 10—Cast-in-Place Concrete Manholes 20 8. Section 33 39 20—Precast Concrete Manholes 21 9. Section 33 12 20—Resilient Seated(Wedge) Gate Valve 22 10. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve 23 11. Section 33 04 11 —Corrosion Control Test Station 24 12. Section 33 04 12—Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Manhole—Minor Adjustment 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment using only grade 30 rings or other minor adjustment devices to raise or lower a manhole to a 31 grade as specified on the Drawings. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each"Manhole Adjustment, 35 Minor"completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 330514-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 7 1 4) Disposal of excess material 2 5) Grade rings or other adjustment device 3 6) Reuse of the existing manhole frame and cover 4 7) Furnishing,placing and compaction of embedment and backfill 5 8) Concrete base material 6 9) Permanent asphalt patch or concrete paving repair,as required 7 10) Clean-up 8 2. Manhole-Major Adjustment 9 a. Measurement 10 1) Measurement for this Item shall be per each adjustment requiring structural 11 modifications to raise or lower a manhole to a grade as specified on the 12 Drawings. 13 b. Payment 14 1) The work performed and the materials furnished in accordance with this 15 Item will be paid for at the unit price bid per each"Manhole Adjustment, 16 Major"completed. 17 c. The price bid shall include: 18 1) Pavement removal 19 2) Excavation 20 3) Hauling 21 4) Disposal of excess material 22 5) Structural modifications,grade rings or other adjustment device 23 6) Reuse of the existing manhole frame and cover 24 7) Furnishing,placing and compaction of embedment and backfill 25 8) Concrete base material 26 9) Permanent asphalt patch or concrete paving repair,as required 27 10) Clean-up 28 3. Manhole-Major Adjustment with Frame and Cover 29 a. Measurement 30 1) Measurement for this Item shall be per each adjustment requiring structural 31 modifications to raise or lower a manhole to a grade specified on the 32 Drawings or structural modifications for a manhole requiring a new frame 33 and cover, often for changes to cover diameter. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item will be paid for at the unit price bid per each"Manhole Adjustment, 37 Major w/Cover"completed. 38 c. The price bid shall include: 39 1) Pavement removal 40 2) Excavation 41 3) Hauling 42 4) Disposal of excess material 43 5) Structural modifications,grade rings or other adjustment device 44 6) Frame and cover 45 7) Furnishing,placing and compaction of embedment and backfill 46 8) Concrete base material 47 9) Permanent asphalt patch or concrete paving repair,as required 48 10) Clean-up CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 330514-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 4. Inlet 2 a. Measurement 3 1) Measurement for this Item shall be per each adjustment requiring structural 4 modifications to inlet to a grade specified on the Drawings. 5 b. Payment 6 1) The work performed and the materials furnished in accordance with this 7 Item will be paid for at the unit price bid per each"Inlet Adjustment' 8 completed. 9 c. The price bid shall include: 10 1) Pavement removal 11 2) Excavation 12 3) Hauling 13 4) Disposal of excess material 14 5) Structural modifications 15 6) Furnishing,placing and compaction of embedment and backfill 16 7) Concrete base material,as required 17 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 18 required 19 9) Clean-up 20 5. Valve Box 21 a. Measurement 22 1) Measurement for this Item shall be per each adjustment to a grade specified 23 on the Drawings. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item will be paid for at the unit price bid per each"Valve Box Adjustment' 27 completed. 28 c. The price bid shall include: 29 1) Pavement removal 30 2) Excavation 31 3) Hauling 32 4) Disposal of excess material 33 5) Adjustment device 34 6) Furnishing,placing and compaction of embedment and backfill 35 7) Concrete base material,as required 36 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 37 required 38 9) Clean-up 39 6. Cathodic Protection Test Station 40 a. Measurement 41 1) Measurement for this Item shall be per each adjustment to a grade specified 42 on the Drawings. 43 b. Payment 44 1) The work performed and the materials furnished in accordance with this 45 Item will be paid for at the unit price bid per each"Cathodic Protection 46 Test Station Adjustment'completed. 47 c. The price bid shall include: 48 1) Pavement removal 49 2) Excavation CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 330514-4 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 7 1 3) Hauling 2 4) Disposal of excess material 3 5) Adjustment device - 4 6) Furnishing,placing and compaction of embedment and backfill 5 7) Concrete base material,as required 6 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 7 required 8 9) Clean-up 9 7. Fire Hydrant 10 a. Measurement 11 1) Measurement for this Item shall be per each adjustment requiring stem 12 extensions to meet a grade specified by the Drawings. 13 b. Payment 14 1) The work performed and the materials furnished in accordance with this 15 Item will be paid for at the unit price bid per each"Fire Hydrant Stem 16 Extension"completed. 17 c. The price bid shall include: 18 1) Pavement removal 19 2) Excavation 20 3) Hauling 21 4) Disposal of excess material 22 5) Adjustment materials 23 6) Furnishing,placing and compaction of embedment and backfill 24 7) Concrete base material,as required 25 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 26 required 27 9) Clean-up 28 8. Miscellaneous Structure This Item is intended for a unique structure. Bid Item 29 should include details to identij�the specific structure(i.e. Miscellaneous Structure 30 Adjustment, Sta. 1+00) 31 a. Measurement 32 1) Measurement for this Item shall be per each adjustment requiring structural 33 modifications to said structure to a grade specified on the Drawings. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item will be paid for at the unit price bid per each"Miscellaneous Structure 37 Adjustment'completed. 38 c. The price bid shall include: 39 1) Pavement removal 40 2) Excavation 41 3) Hauling 42 4) Disposal of excess material 43 5) Structural modifications 44 6) Furnishing,placing and compaction of embedment and backfill 45 7) Concrete base material 46 8) Permanent asphalt patch or concrete paving repair,as required 47 9) Clean-up CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 330514-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 1.3 REFERENCES 2 A. Definitions 3 1. Minor Adjustment 4 a. Refers to a small elevation change performed on an existing manhole where the 5 existing frame and cover are reused. 6 2. Major Adjustment 7 a. Refers to a significant elevation change performed on an existing manhole 8 which requires structural modification or when a 24-inch ring is changed to a 9 30-inch ring. 10 B. 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. Texas Commission on Environmental Quality(TCEQ): 15 a. Title 30,Part I, Chapter 217, Subchapter C,Rule 217.55—Manholes and 16 Related Structures. 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 28 2.2 MATERIALS 29 A. Cast-in-Place Concrete 30 1. See Section 03 30 00. 31 B. Modifications to Existing Concrete Structures 32 1. See Section 03 80 00. 33 C. Grade Rings 34 1. See Section 33 05 13. 35 D. Frame and Cover CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 3305 14-6 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 1. See Section 33 05 13. 2 E. Backfill material 3 1. See Section 33 05 10. 4 F. Water valve box extension 5 1. See Section 33 12 20. 6 G. Corrosion Protection Test Station 7 1. See Section 33 04 11. 8 H. Cast-in-Place Concrete Manholes 9 1. See Section 33 39 10. 10 I. Precast Concrete Manholes 11 1. See Section 33 39 20. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3- EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION 17 A. Verification of Conditions 18 1. Examine existing structure to be adjusted,for damage or defects that may affect 19 grade adjustment. 20 a. Report issue to City for consideration before beginning adjustment. 21 3.3 PREPARATION 22 A. Grade Verification 23 1. On major adjustments confirm any grade change noted on Drawings is consistent 24 with field measurements. 25 a. If not, coordinate with City to verify final grade before beginning adjustment. 26 3.4 ADJUSTMENT 27 A. Manholes,Inlets, and Miscellaneous Structures 28 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 29 30-inch frame and cover assembly per TCEQ requirement. 30 2. On manhole major adjustments,inlets and miscellaneous structures protect the 31 bottom using wood forms shaped to fit so that no debris blocks the invert or the 32 inlet or outlet piping in during adjustments. 33 a. Do not use any more than a 2-piece bottom. 34 3. Use the least number of grade rings necessary to meet required grade. 35 a. For example,if a 1-foot adjustment is required,use 2 6-inch rings,not 6 2-inch 36 rings. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 330514-7 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 7 of 7 1 b. The maximum height of adjustment shall be no more than 12 inches for any 2 combination of grade rings. If 12 inches is required,use 3—4 inch rings. 3 B. Valve Boxes 4 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 5 the Drawings. 6 C. Backfill and Grading 7 1. Backfill area of excavation surrounding each adjustment in accordance to Section 8 33 05 10. 9 D. Pavement Repair 10 1. If required pavement repair is to be performed in accordance with Section 32 01 17 11 or Section 32 0129. 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 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover;Added 12/20/2012 D.Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4—Pavement repair requirements were added 9/20/2017 W.Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 34 inch rings 23 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO. 100278 333960-1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 8 1 SECTION 33 39 60 2 LINER 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 sanitary 10 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 SIHB 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. None. 18 C. Related Specification Sections include but are not necessarily limited to: 19 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 —General Requirements 22 3. Section 33 0130—Sewer and Manhole Testing 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Manholes 26 a. Measurement 27 1) Measurement for this Item shall be per vertical foot of coating as measured 28 from the bottom of the frame to the top of the bench. 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 bid per vertical foot of"Epoxy Manhole Liner"applied. 33 c. The price bid shall include: 34 1) Removal of roots 35 2) Removal of existing coatings 36 3) Removal of steps 37 4) Repair/seal connection of the existing frame to chimney 38 5) Repairs of any cracks in the existing structure chimney, corbel(cone),wall, 39 bench,including any replacement of damaged rebar,pipe 40 6) Surface cleaning 41 7) Furnishing and installing Liner as specified by the Drawings CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 333960-2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 8 1 8) Hauling 2 9) Disposal of excess material 3 10) Clean-up 4 11) Cleaning 5 12) Testing 6 2. Non-Manhole Structures 7 a. Measurement 8 1) Measurement for this Item shall be per square foot of area where the 9 coating is applied. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement"shall be paid for at the unit 13 price bid per square foot of"Epoxy Structure Liner"applied. 14 c. The price bid shall include: 15 1) Removal of roots 16 2) Removal of existing coatings 17 3) Removal of steps 18 4) Repair/seal connection of the existing frame to chimney 19 5) Repairs of any cracks in the existing structure chimney,corbel(cone),wall, 20 bench,including any replacement of damaged rebar,pipe 21 6) Surface cleaning 22 7) Furnishing and installing Liner as specified by the Drawings 23 8) Hauling 24 9) Disposal of excess material 25 10) Clean-up 26 11) Cleaning 27 12) Testing 28 1.3 REFERENCES 29 A. Reference Standards 30 L Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification,unless a date is specifically cited. 33 2. ASTM International(ASTM): 34 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 35 Reagents. 36 b. D638, Standard Test Method for Tensile Properties of Plastics. 37 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 38 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 39 Reinforced Plastics and Electrical Insulating Materials. 40 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 41 the Taber Abraser. 42 f. D4414, Standard Practice for Measurement of Wet Fihn Thickness by Notch 43 Gages. 44 g. D4541, Standard Test Method for Pull-off Strength of Coatings Using Portable 45 Adhesion Testers. 46 3. Environmental Protection Agency(EPA). 47 4. NACE International(MACE). CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 8 1 5. Occupational Safety and Health Administration(OSHA). 2 6. Resource Conservation and Recovery Act, (RCRA). 3 7. The Society for Protective Coatings/MACE International(SSPC/NACE): 4 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to delivery. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Product Data 11 1. Technical data sheet on each product used 12 2. Material Safety Data Sheet(MSDS)for each product used 13 3. Copies of independent testing performed on the coating product indicating the 14 product meets the requirements as specified herein 15 4. Technical data sheet and project specific data for repair materials to be topcoated 16 with the coating product including application,cure time and surface preparation 17 procedures 18 5. Material and method for repair of leaks or cracks in the structure 19 B. Contractor Data 20 1. Current documentation from coating product manufacturer certifying Contractor's 21 training(and/or licensed)as an approved installer and equipment complies with the 22 Quality Assurance requirements specified herein 23 2. 5 recent references of Contractor indicating successful application of coating 24 product(s) of the same material type as specified herein,applied by spray 25 application within the municipal wastewater environment. References shall include 26 at least the following: owner name, City inspector name and phone number,project 27 name/number, size and linear footage of sanitary sewer main,manhole diameter, 28 structure dimensions and number of each, square feet(or vertical feet) of product 29 installed,contract cost, and contract duration. Contractor must demonstrate a 30 successful history of installing the product in structures of similar size and scope. 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE 34 A. Qualifications 35 1. Contractor 36 a. Be trained by, or have training approved and certified by,the coating product 37 manufacturer for the handling,mixing, application and inspection of the coating 38 product(s)to be used as specified herein 39 b. Initiate and enforce quality control procedures consistent with the coating 40 product(s)manufacturer recommendations and applicable NACE or SSPC 41 standards as referenced herein CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 333960-4 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 8 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Keep materials dry,protected from weather and stored under cover. 3 B. Store coating materials between 50 degrees F and 90 degrees F. 4 C. Do not store near flame,heat or strong oxidants. 5 D. Handle coating materials according to their material safety data sheets. 6 1.11 FIELD [SITE] CONDITIONS 7 A. Provide confined space entry,flow diversion and/or bypass plans as necessary to 8 perform the specified work. Active flows shall be diverted with flow through plugs as 9 required to ensure that flow is maintained off the surfaces to be lined. 10 1.12 WARRANTY 11 A. Contractor Warranty 12 1. Contractor's Warranty shall be in accordance with Division 0. 13 PART 2- PRODUCTS 14 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 15 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 16 A. Repair and Resurfacing Products 17 1. Compatible with the specified coating product(s)in order to bond effectively,thus 18 forming a composite system 19 2. Used and applied in accordance with the manufacturer's recommendations 20 3. The repair and resurfacing products must meet the following: 21 a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy 22 topcoating compatibility 23 b. Factory blended,rapid setting,high early strength,fiber reinforced,non-shrink 24 repair mortar that can be toweled or pneumatically spray applied and 25 specifically formulated to be suitable for topcoating with the specified coating 26 product used 27 B. Coating Product 28 1. Capable of being installed and curing properly within a manhole or concrete utility 29 environment 30 2. Resistant to all forms of chemical or bacteriological attack found in municipal 31 sanitary sewer systems; and,capable of adhering to typical manhole structure 32 substrates 33 3. The 100 percent solids, solvent-free ultra high-build epoxy system shall exhibit the 34 following characteristics: 35 a. Application Temperature—50 degrees F,minimum 36 b. Thickness— 125 mils minimum for newly installed structures;250 mils 37 minimum for rehabilitation of existing structures(Warren Environmental 38 System 301,ARC S1HB by A.W. Chesterton Company); 500 mils minimum 39 (SpectraShield). CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CrrY PROJECT NO.100278 333960-5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 8 1 c. Color—White,Light Blue,or Beige 2 d. Compressive Strength(per ASTM D695)—8,800 psi minimum 3 e. Tensile Strength(per ASTM D638)—7,500 psi minimum 4 f. Hardness, Shore D(per ASTM D4541)—70 minimum 5 g. Abrasion Resistance(per ASTM D4060 CS 17F Wheel)—80 mg loss 6 maximum 7 h. Flexural Modulus(per ASTM D790)—400,000 psi minimum 8 i. Flexural Strength(per ASTM D790)— 12,000 psi minimum 9 j. Adhesion to Concrete,mode of failure(ASTM D4541): Substrate(concrete) 10 failure 11 k. Chemical Resistance(ASTM D543/G20) all types of service for: 12 1) Municipal sanitary sewer environment 13 2) Sulfuric acid, 70 percent 14 3) Sodium hydroxide,20 percent 15 C. Coating Application Equipment 16 1. Manufacturer approved heated plural component spray equipment 17 2. Hard to reach areas,primer application and touch-up may be performed using hand 18 tools. 19 3. Applicator shall use approved specialty equipment that is adequate in size,capacity, 20 and number sufficient to accomplish the work in a timely manner. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL 23 1. Testing 24 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 25 manhole,2 spaced equally apart along the wall and 1 on the bench. 26 1) Document and attest measurements and provide to the City. 27 b. After coating has set,repair all visible pinholes by lightly abrading the surface 28 and brushing the lining material over the area. 29 c. Repair all blisters and evidence of uneven cover according to the 30 manufacturer's recommendations. 31 d. Test manhole for final acceptance according to Section 33 0130. 32 e. A bonded third party testing company shall perform the testing. 33 PART 3 - EXECUTION 34 3.1 INSTALLERS 35 A. All installers shall be certified applicators approved by the manufacturers.Applicator 36 shall use adequate number of skilled workmen that have been trained and experienced for 37 the approved product. 38 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION 41 A. Manhole Preparation CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 333960-6 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 8 1 1. Stop active flows via damming,plugging or diverting as required to ensure all 2 liquids are maintained below or away from the surfaces to be coated. 3 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 4 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 5 source. 6 a. Where varying surface temperatures do exist,coating installation should be 7 scheduled when the temperature is falling versus rising. 8 B. Surface Preparation 9 1. Remove oils,roots,grease,incompatible existing coatings,waxes,form release, 10 curing compounds,efflorescence,sealers,salts or other contaminants which may 11 affect the performance and adhesion of the coating to the substrate. Remove any 12 steps found in the structure. 13 2. Remove concrete and/or mortar damaged by corrosion,chemical attack or other 14 means of degradation so that only sound substrate remains. 15 3. Surface preparation method,or combination of methods,that may be used include 16 high pressure water cleaning,high pressure water jetting,abrasive blasting, 17 shotblasting,grinding,scarifying,detergent water cleaning,hot water blasting and 18 others as described in SSPC SP 13/NACE No. 6. 19 4. All methods used shall be performed in a manner that provides a uniform, sound, 20 clean,neutralized,surface suitable for the specified coating product. 21 5. After completion of surface preparation,inspect for leaks, cracks,holes,exposed 22 rebar,ring and cover condition,invert condition,and inlet/outlet pipe condition. 23 6. After defects in the structure have been identified,seal cracks,repair exposed rebar 24 with new rebar to match existing,repair leaks and cracks with grout or other 25 methods approved by the Manufacturer. All new rebar shall be embedded in 1 %z 26 inch epoxy mastic. Replace/seal connection between existing frame and chimney if 27 it is found loose or not attached. 28 7. The repair mortar and epoxy topcoat must share the same epoxy matrix to ensure a 29 bonded weld. No cementitious repair material, quick setting high strength concrete 30 with latex or curing agent additives,or quick set mortars will be allowed. Proper 31 surface preparation procedures must be followed to ensure adequate bond strength 32 to any surface to be coated. New cement cure time is at least 30 days prior to 33 coating. 34 3.4 INSTALLATION 35 A. General 36 1. Perform coating after the sewer line replacement/repairs,grade adjustments and 37 grouting are complete. 38 2. Perform application procedures per recommendations of the coating product 39 manufacturer, including environmental controls,product handling,mixing and 40 application. 41 B. Temperature 42 1. Only perform application if surface temperature is between 40 and 120 degrees F. 43 2. Make no application if freezing is expected to occur inside the manhole within 24 44 hours after application. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 333960-7 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 8 1 C. Coating 2 1. Spray apply per manufacturer's recommendation at a minimum film thickness of 3 125 mils. 4 2. Apply coating from bottom of manhole frame to the bench/trough,including the 5 bench/trough. 6 3. After walls are coated,remove bench covers and spray bench/trough to at least the 7 same thickness as the walls. 8 4. Apply any topcoat or additional coats within the product's recoat window. 9 a. Additional surface preparation is required if the recoat window is exceeded. 10 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 11 flow. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. Each structure will be visually inspected by the City the same day following the 16 application. 17 B. Groundwater infiltration of the system shall be zero. 18 C. All pipe connections shall be open and clear. 19 D. The inspector will check for deficiencies,pinholes,voids,cracks,uncured spots, 20 delamination,and thin spots. Any deficiencies in the liner shall be marked and repaired 21 according to the procedures outlined by the Manufacturer. 22 E. If leaks are detected they will be chipped back,plugged and coated immediately with 23 protective epoxy resin coating. 24 1. Make repair 24 hours after leak detection. 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES 29 A. Upon final completion of the work,the manufacturer will provide a written certification 30 of proper application to the City. 31 B. The certification will confirm that the deficient areas were repaired in accordance with 32 the procedure set forth in this Specification. The final report will detail the location of the 33 repairs in the structure and description of the repairs. 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] 37 END OF SECTION CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE ARPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 333960-8 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 8 of 8 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised December 20,2012 CITY PROJECT NO.100278 347113-1 TRAFFIC CONTROL Pagel of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Added A.1.c.8—Temporary Asphalt Pavement and item A.1.c.9—Temporary 9 Lighting items to be included in Section 1.2 Price and Payment Procedures. 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. Installation of Traffic Control Devices 16 a. Measurement 17 1) Measurement for Traffic Control Devices shall be per month for the Project 18 duration. 19 a) A month is defined as 30 calendar days. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under"Measurement"shall be paid for at the 23 unit price bid for"Traffic Control". 24 c. The price bid shall include: 25 1) Trak Control implementation 26 2) Installation 27 3) Maintenance 28 4) Adjustments 29 5) Replacements 30 6) Removal 31 7) Police assistance during peak hours 32 8) Temporary Asphalt Pavement required to complete each phase 33 9) Temporary Lighting required to complete each phase 34 2. Portable Message Signs 35 a. Measurement 36 1) Measurement for this Item shall be per week for the duration of use. 37 b. Payment 38 1) The work performed and materials furnished in accordance to this Item and 39 measured as provided under"Measurement"shall be paid for at the unit 40 price bid per week for"Portable Message Sign"rental. 41 c. The price bid shall include: CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised November 22,2013 CITY PROJECT NO.100278 3471 13-2 TRAFFIC CONTROL Page 2 of 5 1 1) Delivery of Portable Message Sign to Site 2 2) Message updating 3 3) Sign movement throughout construction 4 4) Return of the Portable Message Sign post-construction 5 3. Preparation of Traffic Control Plan Details 6 a. Measurement 7 1) Measurement for this Item be per each Traffic Control Detail prepared. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the unit price bid per each"Traffic Control Detail" 11 prepared. 12 c. The price bid shall include: 13 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 14 longer 15 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 16 (TMUTCD) 17 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 18 4) Incorporation of City comments 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification,unless a date is specifically cited. 24 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 25 3. Item 502,Barricades, Signs, and Traffic Handling of the Texas Department of 26 Transportation, Standard Specifications for Construction and Maintenance of 27 Highways, Streets, and Bridges. 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination 30 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 31 implementing Traffic Control within 500 feet of a traffic signal. 32 B. Sequencing 33 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 34 approved by the City and design Engineer before implementation. 35 1.5 SUBMITTALS 36 A. Provide the City with a current list of qualified flaggers before beginning flagging 37 activities.Use only flaggers on the qualified list. 38 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 39 Engineering Division,311 W. 10'Street. The Traffic Control Plan(TCP) for the 40 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 41 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 42 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 43 Engineer. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE AdPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised November 22,2013 CITY PROJECT NO.100278 3471 13-3 TRAFFIC CONTROL Page 3 of 5 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor will be responsible for having a licensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets. 4 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 5 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 6 changes to the Traffic Control Plan(s) developed by the Design Engineer. 7 G. Design Engineer will furnish standard details for Traffic Control. 8 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2- PRODUCTS 16 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 17 2.2 ASSEMBLIES AND MATERIALS 18 A. Description 19 1. Regulatory Requirements 20 a. Provide Traffic Control Devices that conform to details shown on the 21 Drawings,the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 22 Device List(CWZTCDL). 23 2. Materials 24 a. Traffic Control Devices must meet all reflectivity requirements included in the 25 TMUTCD and TxDOT Specifications—Item 502 at all times during 26 construction. 27 b. Electronic message boards shall be provided in accordance with the TMUTCD. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3- EXECUTION 31 3.1 EXAMINATION [NOT USED] 32 3.2 PREPARATION 33 A. Protection of In-Place Conditions CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised November 22,2013 CITY PROJECT NO.100278 3471 13-4 TRAFFIC CONTROL Page 4 of 5 1 1. Protect existing traffic signal equipment. 2 3.3 INSTALLATION 3 A. Follow the Traffic Control Plan(TCP) and install Traffic Control Devices as shown on 4 the Drawings and as directed. 5 B. Install Traffic Control Devices straight and plumb. 6 C. Do not make changes to the location of any device or implement any other changes to 7 the Traffic Control Plan without the approval of the Engineer. 8 1. Minor adjustments to meet field constructability and visibility are allowed. 9 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 10 1. Corrective action includes but is not limited to cleaning,replacing,straightening, 11 covering, or removing Devices. 12 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 13 and that retroreflective characteristics meet requirements during darkness and rain. 14 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 15 and state laws(by failing to famish the necessary flagmen,warning devices,barricades, 16 lights,signs,or other precautionary measures for the protection of persons or property),the 17 Inspector may order such additional precautionary measures be taken to protect persons 18 and property. 19 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 20 or in conflict with the proposed method of handling traffic or utility adjustments,can be 21 constructed during any phase. 22 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 23 distance of drivers entering the highway from driveways or side streets. 24 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 25 be erected and mounted on portable supports. 26 1. The support design is subject to the approval of the Engineer. 27 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 28 J. If at any time the existing traffic signals become inoperable as a result of construction 29 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 30 approved by the Engineer,to be used for Traffic Control. 31 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 32 turn-ons,street light pole installation,or other construction will be done during peak traffic 33 times(AM: 7 am—9 am,PM:4 pm-6 pm). 34 L. Flaggers 35 1. Provide a Contractor representative who has been certified as a flagging instructor 36 through courses offered by the Texas Engineering Extension Service,the American 37 Traffic Safety Services Association,the National Safety Council,or other approved 38 organizations. 39 a. Provide the certificate indicating course completion when requested. 40 b. This representative is responsible for training and assuring that all flaggers are 41 qualified to perform flagging duties. CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised November 22,2013 CITY PROJECT NO.100278 3471 13-5 TRAFFIC CONTROL Page 5 of 5 1 2. A qualified flagger must be independently certified by 1 of the organizations listed 2 above or trained by the Contractor's certified flagging instructor. 3 3. Flaggers must be courteous and able to effectively communicate with the public. 4 4. When directing traffic,flaggers must use standard attire, flags,signs,and signals 5 and follow the flagging procedures set forth in the TMUTCD. 6 5. Provide and maintain flaggers at such points and for such periods of time as may be 7 required to provide for the safety and convenience of public travel and Contractor's 8 personnel,and as shown on the Drawings or as directed by the Engineer. 9 a. These flaggers shall be located at each end of the lane closure. 10 M. Removal 11 1. Upon completion of Work,remove from the Site all barricades, signs, cones,lights 12 and other Traffic Control Devices used for work-zone traffic handling in a timely 13 manner,unless otherwise shown on the Drawings. 14 3.4 REPAIR/RESTORATION [NOT USED] 15 3.5 RE-INSTALLATION [NOT USED] 16 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.7 SYSTEM STARTUP [NOT USED] 18 3.8 ADJUSTING [NOT USED] 19 3.9 CLEANING [NOT USED] 20 3.10 CLOSEOUT ACTIVITIES [NOT USED] 21 3.11 PROTECTION [NOT USED] 22 3.12 MAINTENANCE [NOT USED] 23 3.13 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required 6/09/17 D.Tremper Added Temporary Pavement to be included in Section 1.2.A for Measurement and Payment 10/25/17 D.Tremper Added Temporary Lighting to be included in Section 1.2.A for Measurement and Payment 26 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised November 22,2013 CITY PROJECT NO.100278 99 99 00- SPECIAL PROVISIONS 9999.0001-Remove and Replace Existing Flood Gate(Precinct Line Rd),see Specs 02 4113 & 31 10 00. 9999.0002- Remove and Replace Gate(Gas Well Pad Site),see Specs 02 4113 &3110 00. 9999.0003-Remove and Haul Off Barricade,see Specs 02 4113 &3110 00. 9999.0004-6"Saw Tooth Curb,see Spec 32 16 13. 9999.0005-4"Splitter Island Integral Colored Textured Concrete,see TxDOT Spec 528. 9999.0006-Concrete Truck Apron w/Mountable Curb,see Spec 32 16 13. 9999.0007-Monolithic Median Nose,see TxDOT Spec 420. 9999.0008-Metal Beam Guard Fence,see TxDOT Spec 540. 9999.0009-Safety End Treatment,see TxDOT Spec 467. 9999.0010-Downstream Anchor Terminal,see TxDOT Spec 544. 9999.0011-21"Parallel Headwall,5 pipes,see Spec 33 49 40. 9999.0012-21"Safety End Treatment(SET),see Spec 33 49 40. 9999.0013-18"DOT Pavement Marking HAE(W),see Spec 3217 23. 9999.0014-Decorative Rock,New Mexico Cobble Large,see Specs in plans. 9999.0015-Decorative Rock, Colorado Cobble Small,see Specs in plans. 9999.0016-Decorative Rock,Oklahoma Creek Boulders,see Specs in plans. 9999.0017-6"PVC Drain Pipe,Perforated,see Spec 33 46 00. 9999.0018-6"PVC Drain Pipe,Solid,see Spec 33 46 00. 9999.0019-6" Mow Strip,see Spec 03 30 00 and Specs in plans. 9999.0020-Temporary Construction Fencing(6' Chain Link),see Specs in plans. Sanitary Sewer,Paving,and Drainage Improvements Randol Mill Rd-Part 2 City Project No. 100278 1 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GG 4.06 HazaMeus EavipemnenW Gendifien at Sit GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GG 6.24 Neadisefimin en CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 GC-4.01 Availability of Lands Outstanding Easements to Be Acquired EASEMENT TYPE OWNER TARGET DATE Temp.Construction George M. Morris,Jr.Trustree February 2018 Drainage Easement Isa Hamza Alkam February 2018 CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 RANDOL MILL ROAD PAVING & DRAINAGE IMPROVEMENTS PARCEL No. 5 TE 8001 RANDOL MILL ROAD JOHN A. HUST SURVEY, ABSTRACT No. 702 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: OCTOBER 13, 2016 GRANTOR: GEORGE M. MORRIS, JR., TRUSTEE GRANTOR'S MAILING ADDRESS (including County): 8723 AUTUMN OAKS DRIVE DALLAS, DALLAS COUNTY, TX 75243-7601 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the John A. Hust Survey, Abstract No. 702, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a tract of land deeded to George M. Morris, Jr., Trustee as recorded in Volume 10219, Page 2196 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of paving and drainage improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. Temporary Construction Easement 06/15/2016 FoR_ T�H, TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Temporary Construction Easement 06/15/2016 FoR_ T�H. GRANTOR: George M. Morris, Jr., Trustee GRANTEE: City of Fort Worth By(Signature): (Print Name) ,Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Temporary Construction Easement 06/15/2016 Foe H. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 120 Notary Public in and for the State of Texas Temporary Construction Easement 06/15/2016 FoR_ T� RANDOL MILL ROAD PAVING & DRAINAGE IMPROVEMENTS PARCEL No. 5 TE CITY PROJECT No. 100278 8001 RANDOL MILL ROAD, TARRANT COUNTY,TEXAS JOHN A.RUST SURVEY,ABSTRACT No. 702 EXHIBIT "A" Being a temporary construction easement situated in the John A. Hust Survey, Abstract No. 702, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a tract of land deeded to George M. Morris, Jr., Trustee as recorded in Volume 10219, Page 2196 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bound as follows: COMMENCING at a 5/8 inch iron rod found for the northwest corner of a 4.0369 acre tract of land(by deed)deeded to Cunningham Commercial Enterprises,Inc. as recorded in Volume 14177, Page 510 of said Deed Records of Tarrant County,Texas,said 5/8 inch iron rod being the northeast corner of a 3 5.73 7 acre tract of land(by deed)deeded to Dorex,Inc. as recorded in County Clerk's File No. D204228391 of the Official Public Records of Tarrant County, Texas, said 5/8 inch iron rod also being in the south righty-of-way line of Randol Mill Road(a variable width right-of-way), from which a 1/2 inch iron rod found for the northeast corner of said 4.0369 acre tract of land bears South 86 degrees 02 minutes 05 seconds East, a distance of 420.18 feet, said 1/2 inch iron rod being the northwest corner of a 14.371 acre tract of land (by deed) deeded to JRD Group, Inc. as recorded in Volume 10745, Page 460 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod also being in the south right-of-way line of said Randol Mill Road; THENCE North 54 degrees 17 minutes 11 seconds West, (radial bearing) 117.44 feet to a point for corner in the south line of said tract of land deeded to George M. Morris, Jr., Trustee, said point being in the north right-of-way line of said Randol Mill Road, said point also being the beginning of a non- tangent curve to the left having a radius of 265.20 feet, a central angle of 31 degrees 12 minutes 05 seconds, and whose chord bears North 70 degrees 12 minutes 54 seconds East; THENCE with said non-tangent curve to the left, with the south line of said tract of land deeded to George M. Morris, Jr., Trustee, and with the north right-of-way line of said Randol Mill Road, an arc length of 144.42 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being in the east line of said tract of land deeded to George M. Morris, Jr., Trustee, said point also being in the northwesterly right-of-way line of Precinct Line Road (a variable width right-of-way); THENCE North 27 degrees 49 minutes 57 seconds West, a distance of 68.10 feet to a point for corner in the southeasterly line of an existing Valve Site Easement as recorded in County Clerk's File No. D210138948 of said Official Public Records of Tarrant County, Texas; THENCE North 16 degrees 44 minutes 33 seconds East, with the southeasterly line of said existing Valve Site Easement, a distance of 47.72 feet to a point for corner; Exhibit A Page 1 of 2 THENCE South 71 degrees 00 minutes 43 seconds East, a distance of 94.25 feet to a point for comer in the southeasterly line of said tract of land deeded to George M. Morris, Jr., Trustee, said point being in the northwesterly right-of-way line of said Precinct Line Road, said point also being the beginning of a non-tangent curve to the right having a radius of 265.20 feet, a central angle of 22 degrees 30 minutes 28 seconds, and whose chord bears South 43 degrees 21 minutes 38 seconds West, a distance of 103.51 feet, from which a point for corner in the southeasterly line of said tract of land deeded to George M. Morris, Jr., Trustee bears a chord bearing of North 23 degrees 25 minutes 14 seconds East, a distance of 80.10 feet, said point also being in the northwesterly right-of-way line of said Precinct Line Road; THENCE with said non-tangent curve to the right, with the southeasterly line of said tract of land deeded to George M.Morris,Jr., Trustee,and with the northwesterly right-of-way line of said Precinct Line Road, an arc length of 104.18 feet to the POINT OF BEGINNING and containing 5,936 square feet or 0.136 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: October 13, 2016 Curtis Smith OF l Registered Professional Land SurveyorP J'G�STFR'F� No. 5494 �,•''�� �°;gin Texas Firm No. 1016900 CURTIS SMITH °,pOF5494 `•.•fss •'-lam Exhibit A Page 2 of 2 EXHIBIT "B " ACQUISITION PARCEL No. 5 TE LOCATION GEORGE M. MORRIS, JR., TRUSTEE / / Q qE�/ VOLUME 10219, PAGE 2196 / / Q 5' SUBJECT TRACT & D.R.T.C.T. / / Q 3 / LOCATION OF ACQUISITION 20.0'PIPEUNE EASEMENT / / o / JOHN A. HUST SURVEY / C.C.F. No. D208224877 / \ O.P.R.T.C.T. ti ABSTRACT No. 702 16.39S3A ACCRRES (SEED) IZA/ 30.0'PIPEUNE EASEMENT / C.C.F. No. D213269599 C.C.F. No. D210138948 / / 3 O.P.R.T.C.T. O.P.R.T.C.T. VALVE SITE EASEMENT LINE TABLE C.C.F. No. D210138948 �� G� m O.P.R.T.C.T. cy::::::::::::. 3� Q LINE BEARING DISTANCE �. L-1 N 27'49 57 68.10 20.0'PIPEUNE EASEMENT L-Z N 16'44 33 E 47.72 C.C.F. No. D208319549 L-3 S 71'00 43 E 1 94.25 O.P.R.T.C.T. ....' :....1.... TEMPORARY CONSTRUCTION _ EASEMENT AREA P.0.B. 6.936 SQ. FT. OR 0.136 ACRES ------ RANDOL MILL ROAD — -- (A VARIABLE WIDTH RIGHT-OF-WAY) P.0.C. — FND 5 8"IR y S 86.0205"E 420.18-- — "— FND 1/2-IR 4.0369 ACRES (BY DEED) 35.737 ACRES (BY DEED) CUNNINGHAM COMMERCIAL em DOREX, INC. ENTERPRISES, INC. ELI v C.C.F. No. D204228391 VOLUME 14177, PAGE 510 O.P.R.T.C.T. D.R.T.C.T. a z go aCURVF CURVE RADIUS DELTA ANGLE CHORD BEARING CHORD LENGTH ARC LENGTH w TABLE o- C-1 265.20 31'12'05" N 70'12 54 E 142.64 144.42 a 0!o C-2 265.20 17'22 18 N 23'25 14 E 80.10 80.41 n C-3 265.20 22'30 28 S 43'21'38"W 103.51 104.18 I M J NOTES: 1 LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 100 50 0 100 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD-83, THE NORTH CENTRAL. ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE SCALE IN FEET FoRTWORTH City o f Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 RAND OL MILL R OAD OF TF PAVING & DRAINAGE IMPROVEMENTS PARCEL NO. 5 TE --F-CnYPROJ. N0. 100278 _coP��G TEMPORARY CONSTRUCTION EASEMENT _- TIS SMIT OWNER: GEORGE M. MORRIS, JR., TRUSTEE _ -5494- N SURVEY: JOHN A. HUST SURVEY, ABSTRACT No. 702 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ESS• �� ACQUISITION AREA: 5,936 SQUARE FEET OR 0.136 ACRES SUBJECT PROPERTY ACREAGE: 91.309 ACRES (CALCULATED) CURTIS SMITH JOB No. DUNA1402.00 DRAWN BY: JPH I CAD FILE: 05—TE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 13, 2016 EXHIBIT B PAGE 1 OF 1 I SCALE: 1" - 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX 817-496-1768 RANDOL MILL ROAD PAVING & DRAINAGE IMPROVEMENTS PARCEL No. 4 PE 8101 RANDOL MILL ROAD JOHN A. HUST SURVEY, ABSTRACT No. 702 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT DRAINAGE FACILITY EASEMENT DATE: OCTOBER 13, 2016 GRANTOR: ISA HAMZA ALKAM GRANTOR'S MAILING ADDRESS (including County): 2608 TRENT TRAIL FORT WORTH, TARRANT COUNTY, TX 76118-7703 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent drainage easement situated in the John A. Hust Survey, Abstract No. 702, City of Fort Worth, Tarrant County, Texas, said permanent drainage easement being a portion of a 16.393 acre tract of land (by deed) deeded to Isa Hamza Alkam as recorded in County Clerk's File No. D213269599 of the Official Public Records of Tarrant County,Texas,said permanent drainage easement being more particularly described in Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Drainage Facility, hereafter referred to as"Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, pipelines, junction boxes, inlets, flumes, headwalls, wingwalls, slope pavement, gabions, rock rip-rap, drop structures and PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/15/2016 Foe_ T�H. access ramps, and other erosion control measures in, upon, under and across a portion of the Easement Property and more fully described in Exhibit "A" and "B° attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or(11) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, or any structure not requiring a building permit but which may threaten the structural integrity or capacity of the Facility and its appurtenances. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successors and assigns to warrant and forever defend all and singular the Easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. PERMANENT DRAINAGE FACILITY EASEMENT Rev.06/15/2016 FoR�x. GRANTOR: Isa Hamza Alkam GRANTEE: City of Fort Worth By(Signature): (Print Name) , Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) , Title THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas,on this day personally appeared ,known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20_. Notary Public in and for the State of Texas PERMANENT DRAINAGE FACILITY EASEMENT Rev.06115/2016 FoR_ T�H. EXHIBIT "B 99ALOCIONN LOCATION PARCEL No. 4 PE 12 SUBJECT TRACT & Q 3o :::::::::j' JOHN A. HUST SURVEY LOCATION OF ACQUISITION N a...........::.... ABSTRACT No. 702 ((/ / \ro ::::::::::::::::::;:I h LINE T L LIE BEARING ...........:''; 1� LN1 N 02'2137ED51.62E PERMANENT DRAINAGE L-2 N 15"15'11 E 147.60 oy EASEMENT AREA L-3 S 74'44 49 E 50.00 3 j 36.769 SQ. FT. OR .......... 0.844 ACRES 16.393 ACRES (BY DEED) m ::::;::: ISA HAMZA ALKAM V :::.'•'; S 02'21'37"W 42.00' C.C.F. No. D213269599 (� O.P.R.T.C.T. S 06'43'04T 81.28' APPROXIMATE LOCATION OF "•""•' REMAINDER OF FND 1/2-IR : ::'••:• 10' SEWER EASEMENT S 39'34'59"E 73.71' VOLUME 3320, PAGE 637 N 06'43'04"W PIPELINE 100.00' '•'•':': $ 65'35'04'E 65.63' 75.0' PIPELINE EASEMENT C.C.F. No. D207335370 D.R.T.C.T. FND 1/2-IR BEARS •'•' S 53'1 1'37"W 0.42' N 39'3459'W ::;:::; . ' :.--;,...: :8f46'35`E 286. P — 100.00 --=: . _:: .�: ......::....:......:•:•::•::. :.... ....'..?•::: —.?s:..,,._ S 04 48'47'W FND 1/2-IR BEARS :. :i: :: : ::::::::::::::•:•:::7. 50.00 ..... :::::............ .: S 26'52'58'W 0.60' — _ :.:� N 84'46 3YW :.............. N 65'35'04"W 85.63' ""'• " RA A'D 295.07' — — — — '`"— r� 1 V OL MILL ROAD 118.62' S 8446'35-E — — ' ` (A VARIABLE WIDTH RIGHT-OF-WAY) — — 4.0369 ACRES (BY DEED) FND COFTW CUNNINGHAM COMMERCIAL 3"BRASS DISK ENTERPRISES, INC. 14.371 ACRES (BY DEED) IN CONCRETE VOLUME 14177, PAGE 510 JRD GROUP, INC. STAMPED MONUMENT D.R.T.C.T. VOLUME 10745, PAGE 460 #09934049 D.R.T.C.T. TR NOTES: LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PUT. 100 50 0 �OO 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET City o f Fort worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 RAND OL MILL ROAD ..°F.. rF PAYING & DRAINAGE IMPR 0 VEMENTS ,`P;• � s Tc PARCEL NO. 4 PE CITY PROJ. NO. 100278 PERMANENT DRAINAGE EASEMENT CURTIS SMITH OWNER: ISA HAMZA ALKAM SURVEY: JOHN A. HUST SURVEY, ABSTRACT No. 702 -� poF5494o�Q: LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ti' •..ESS_,. ACQUISITION AREA: 36,769 SQUARE FEET OR 0.844 ACRES S U SUBJECT PROPERTY ACREAGE: 16.393 ACRES (BY DEED) ICURTIS SMITH JOB No. DUNA1402.00 I DRAWN BY: JPH CAD FILE: 04—PE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: OCTOBER 13, 2016 1 EXHIBIT B PAGE 1 OF 1 SCALE: 1" = 100' N0. 5494 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 Gorrondona & Associates, Inc. Land Surveying•Aerial Mapping•Geotechnical Engineering• Construction Materials Testing May 8,2015 Mr. Daniel Tremper, PE Dunaway Associates, LP 550 Bailey Avenue,Suite 400 Fort Worth,Texas 76107 Re: GEOTECHNICAL ENGINEERING REPORT—ADDENDUM No.2 Randol Mill Road Improvements Fort Worth,Texas G&AI Project No.DUNA 1402.00 Dear Mr.Tremper: Gorrondona & Associates, Inc. (GAI) is pleased to submit this Addendum No. 2 to our Geotechnical Engineering Report, dated February 27, 2014 for the above referenced project. The principal purpose of this design report is to provide pavement design recommendations for Section C of Randol Mill Road. Our engineering analysis and recommendations presented herein are based on the subsurface conditions encountered in the soil borings drilled along the referenced roadway section and the results of laboratory testing performed on the soil samples retrieved. PROJECT LOCATION The project site is located along Randol Mill Road beginning from about 0.28-miles east of its intersection with Cooks Lane and extending to about 0.32-miles north of its intersection with Lowery Road in Fort Worth, Texas. The general location and orientation of the site are provided as an attachment at the end of this report. FIELD INVESTIGATION The subsurface investigation for this project is summarized below. Boring locations are provided at the end of this report. Boring Nos. Depth,feet bgs Date Drilled Location2 B-16 to B-19 10 4/17/2015 Along Section C of Randol Mill Road Notes: 1. bgs=below ground surface 2. Boring locations provided in Appendix B-Boring Location Diagram were not surveyed and should be considered approximate. Borings were located by recreational hand-held GPS unit. Horizontal accuracy of such units is typically on the order of 20-feet. 7524 Jack Newell Blvd.So. •Fort Worth,Texas 76118 e 817.496.1424• Fax 817.496.1768 Gorrondona&Associates,Inc.—Texas Engineering Firm Registration No. F-7933 Mr.Daniel Tremper,PE G&AI Project No: DUNA 1402.00 May 8,2015 SITE CONDITIONS Site Photographs. Photographs representative of the site at the time of this investigation are provided at the end of this report. Soil Conditions. Descriptions of the various strata and their approximate depths and thickness per the Unified Soil Classification System (USCS) are provided on the boring logs included at the end of this report. A brief summary of the stratigraphy indicated by the borings are provided below. Generalized Subsurface Conditions along Sectli6ty of Rari&l M if koa4 (Borings B-16 6 9-19) Nominal Depth,feet bgs (Except as Noted) General Detailed Desfbii Top of Bottom of Description Soils/Materials Encountered Layer Layer 0 12 to ASPHALT 3 to 8-inches ASPHALT over 7 to 10-inches SANDY GRAVEL 17-inches PAVEMENT BASE,chemically treated. 12 to 5 to 7.5 FAT CLAY Firm to hard, FAT CLAY(CH)/FAT CLAY WITH SAND(CH)and 17-inches LEAN CLAY hard,SANDY LEAN CLAY(CL). 5 to 7.5 10 LEAN CLAY Stiff to hard,SANDY LEAN CLAY(CL),stiff CLAYEY SAND(SC), CLAYEY SAND stiff SANDY SILTY CLAY(CL-ML)and dense,POORLY-GRADED SAND SAND(SP). Note: Boring Termination Depth=10 feet bgs. Groundwater Conditions. The borings were advanced using auger drilling and intermittent sampling methods in order to observe groundwater seepage levels. Groundwater levels encountered in the borings during this investigation are identified below. Boring No. Depth Groundwater Initially Groundwater Depth 4fter-15 Minutes Encountered(feet,bgs) (feet,bgs) B-16 to B-19 Not Encountered Not Encountered PAVEMENT DESIGN Recommendations for rigid and flexible pavement and preparation of the pavement subgrade are provided in the following sections. Pavement recommendations were developed utilizing the City of Fort Worth Pavement Design Manual (DRAFT), dated July 2012 and the 1993 AASHTO Pavement Design Manual. Specific traffic loads were provided to G&AI from Dunaway. Based upon our knowledge of the type of development, the street classification per the City of Fort Worth is that of a Collector Roadway. Any unusual loading conditions should be brought to our attention prior to finalizing the pavement design so that we may assess and modify our recommendations as necessary. Flexible asphaltic pavements, prone to subgrade soil-related shrinking and swelling, do not perform as well as rigid pavements. As a result, the lifespan of flexible asphaltic pavement can be reduced substantially when compared to rigid pavement. Page 2 of 5 Mr. Daniel Tremper,PE G&AI Project No: DUNA 1402.00 May 8,2015 The need for increased maintenance of flexible asphaltic pavements should be considered prior to its selection.Still,the goal of this project assessment entails a flexible pavement section,thus we focus our assessment accordingly. Design Parameters. The following design parameters were assumed in the current analysis. The assumed values are based on the 1993 AASHTO Pavement Design Manual, the City of Fort Worth Pavement Design Manual and our experience with similar projects. a...�._r- ::_.::s-: ,.,.:.3 ....>.'_, s3.Y. r 1g0ara3 a Ftk SA--.�~- Street Classification Collector Design Life 15 Years Growth Rate 2.5 percent per year Total Number of ESALS for Design Life(Rigid) 2,000,000 Total Number of ESALS for Design Life(Flexible) 3,000,000 Native Soils Lean Clay/Fat Clay Initial Serviceability 4.5(Concrete)and 4.2(Asphalt) Terminal Serviceability 2.25 Reliability 85% Layer Coefficient for Asphalt Type D 0.44 (Surface Course) Layer Coefficient for Asphalt Type B 0.34 (Base Course) Standard Deviation (Rigid) 0.39 Standard Deviation (Flexible) 0.45 Drainage Coefficient 1.00 Load Transfer Coefficient 3.0 Concrete Modulus of Elasticity 4,000,000 psi Concrete Modulus of Rupture 620 psi Composite Modulus of Subgrade Reaction (k)(Rigid) 250 psi/in Resilient Modulus, MR(Stabilized Subgrade) 15,000 psi Notes: 1. Our design assumes adequate drainage is provided to the subgrade soils. 2. For flexible pavement design we have assumed"mi=1"for TxDOT Item 340,"Dense-Graded Hot-Mixed Asphalt', Type A or B base course and for TxDOT Item 247, "Crushed Stone Flexible Base", Type A, Grades 1 and 2 base course. Rigid Pavement. Portland cement concrete (PCC), minimum 28-day compressive strength of 4,000 pounds per square inch (psi)should be utilized for rigid pavement. Grade 60 reinforcing steel should be utilized in the transverse and longitudinal directions. Page 3 of 5 Mr.Daniel Tremper, PE G&AI Project No: DUNA 1402.00 May 8,2015 G&AI recommends the following rigid pavement thicknesses: Thickness Ume�Stabilized _ "Paving Use k IVlirnmurri Reinforcing (i�clies) Subgrade (inches) Collector 8 8 No.4 bars spaced on 18-inch intervals in both directions Flexible Pavement. The following Hot Mix Asphalt(HMA) paving sections are recommended: P,eViflg.tJse HMACType D HMAC Type B Lime StabilizedSu4grade Asphalt Thickness BASE (inches] (inches) (inches) Collector 2 6 8 Asphaltic concrete pavement should comply with COFW Design Standards and TOOT Standard Specifications, Item 340, "Dense-Graded Hot-Mix Asphalt (Method)", Type A or B (Base Course) and Type D (Surface Course),or equivalent. Reclaimed Asphalt Pavement. Pulverization of pavement base materials is routinely carried out for rehabilitation of roads through full-depth reclamation (FDR) or Reclaimed Asphaltic Pavement (RAP). The primary stabilizers currently used are cement, lime, and fly ash. The optimum stabilizer content is currently determined either based on experience or through a series of laboratory tests that evaluates the strength, stiffness and durability of the base-stabilizer mix. For lab testing, base materials are retrieved from the site before pulverization. The change in gradation due to pulverization can significantly impact the base strength and stiffness. For this project, we recommend, however, the stabilization of the pulverized RAP with lime be in quantities determined at the time of construction. Pulverized RAP should be temporarily stockpiled near the project site to enable effective preparation of the subgrade soils including proof rolling and lime stabilization. Pulver mixed RAP may then be placed and compacted in loose lifts not exceeding 8-inches in thickness. Pavement Subgrade Stabilization. Lean clay and fat clay is expected to be encountered or exposed at pavement subgrade. The pavement subgrade should be prepared according to the COFW Pavement Design Standards Manual, dated 2005, Section 3, Subgrade Modification /Stabilization and the Special Technical Specifications, STS-003 Earthwork, Section 3.07. The pavement subgrade should be protected and maintained in a moist condition until the pavement is placed. We recommend the subgrade be stabilized using the following: Reagent Application Rate Application Depth (pounds per square and) (inches Lime 40 8 Page 4 of 5 Mr.Daniel Tremper, PE G&AI Project No: DUNA 1402.00 May 8,2015 Lime stabilization should be performed in accordance with TxDOT Standard Specifications, Item 260, "Lime Stabilized Subgrade",or local equivalent. In lieu of lime stabilization, consideration may be given to substituting a flexible base meeting TxDOT Item 247,Type A, Grades 1 or 2 on an equal basis. All other recommendations in our original geotechnical engineering report remain unchanged. Please contact us if you have any questions or require additional services. Respectfully submitted, Lee Gurecky, E.I.T. Project Engineer Jenell Strachan, P.E. Area Manager-Geotechnical &CMT Services ATTACHMENTS: 1. Boring Location and Plan, 2. Boring logs and Laboratory Testing Results 3. Site Photographs Gorrondona &Associates, Inc.—Texas Engineering Firm Registration No. F-7933 Page 5 of 5 i Ta V- IE 46 r�u Ir fla Amb a ' TNt m 0 V IF 1 ►wip oWr x Cldi kra & IN - { 41) + 4 49L I, Ell w � r ■ ° k e r m . 0 �J a Ak cli +■� 5arx�nQ a � yI �• • - I fir f: 4 • I c ■ � r, r J - L 'i�sxys��4w=_ t ♦ a � i rQ V m ' - O J - rr 7? Qr a . Z • O - � o f 71 to • ■ y 4 � � 1 W set, di �^ E3Gorrondona and Associates BORING NUMBER B-16 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT Dunaway Associates,Inc. PROJECT NAME Randal Mill Road Improvements PROJECT NUMBER DUNA1402.00 PROJECT LOCATION Fort Worth,Texas DATE STARTED 4/17/15 COMPLETED 4/17/15 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY DK CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY -- ATTERBERG a z d y W o LIMITS W �_ P5 a Z n a LL H W" O MATERIAL DESCRIPTION a? o m 0> Y v o y a H o (� 2 W U2 0 0 U W 2O zi J gJ �Z W u� o a a o U o a 0.0 LL PAVEMENT-8-inch ASPHALT+8-inch BASE. AU FAT CLAY(CH)-Firm to stiff,dark gray. ST 1.50 0.5 31 2.5 a 0 P ST 3.00 0.9 31 68 24 44 88 a a ❑ 5.0 SANDY LEAN CLAY(CL)-Stiff to very stiff, 0 brown and gray. ui z w LaLa o ST 4.50 1.0 3.1 122 12 a a O J J_ 0 z 7.5 0 0 N a With calcareous nodules and iron nodules below ST 4.00 0.3 16 8 feet. ❑ ❑ LU a W 5 f ST 3.00 0.6 17 W F 10.0 Bottom of hole at 10.0 feet. Gorrondona and Associates BORING NUMBER B-17 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT Dunaway Associates,Inc. PROJECT NAME Randal Mill Road Improvements PROJECT NUMBER DUNA1402.00 PROJECT LOCATION Fort Worth,Texas DATE STARTED 4/17/15 COMPLETED 4/17/15 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY DK CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY -- ATTERBERG a o z m y w= LIMITS w _ w w > m C7 �m a of 3z� H� ¢� T O c B ~� ❑z U z a 0 MATERIAL DESCRIPTION g U >C7 ❑Q w w > y rn ❑ z �' w �_ H H U X O o ❑v �J (L ~ OU� mUZ Y" �� a� U d }v ~ _7� �� �❑ Cn c7 Q w O � a s �O �zi g� z w 0.0 cn o' a ❑ U J a a 2 PAVEMENT-5-inch ASPHALT+7-inch BASE. AU FAT CLAY(CH)-Hard,dark brown. ST 4.50+ 1.5 19 56 21 35 88 2.5 N N ❑ W g ST 4.50+ 0.8 3.8 98 18 0 v 5.0 SANDY LEAN CLAY(CL)-Hard,brown. a w vi z z W 2 W o ST 4.50+ 1.5 15 c a O C J J_ J O 7.5 0 0 N a With calcareous nodules below 8 feet. ST 4.50+ 10 z 0 0 w 5 w ST 4.50+ 9 a 10.0 Bottom of hole at 10.0 feet. E3Gorrondona and Associates BORING NUMBER B-18 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT Dunaway Associates,Inc. PROJECT NAME Randol Mill Road Improvements PROJECT NUMBER DUNA1402.00 PROJECT LOCATION Fort Worth,Texas DATE STARTED 4/17/15 COMPLETED 4/17/15 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY DK CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY -- ATTERBERG W o z m �, W= LIMITS w (nW W W > w rnn }} w" H H.. =C7 F-m 4 WD �zJ H� Q� yt c m ~� Z)z U Z^ a a O MATERIAL DESCRIPTION w g U >C7 Q W z >13 �'o� '� Z �' w f- U a ov �� a� O� mo> Y" a,. E o` y �" 5� (ng_ Fo to (� QZ W UZ U(n U m 0 2O Zi �� UZ w to a a o U a a a 0.0 PAVEMENT-7-inch ASPHALT+10-inch BASE. AU FAT CLAY WITH SAND(CH)-Hard,dark brown. 2.5 ST 4.50+ 1.3 20 Q 0 c� W g LU LU ST 4.50+ 1.3 17 54 21 33 77 0 v 5.0 0. ui z W SANDY LEAN CLAY(CL)-Hard,dark brown. 2 W x rc a ST 4.50+ 0.9 3.8 123 9 0 J J J z 7.5 0 CLAYEY SAND(SC)-Stiff,tan and gray. 0 fV O Z o r� ST 3.00 0.1 11 W W W W a ; ST 10 L) 10.0 r Bottom of hole at 10.0 feet. E3Gorrondona and Associates BORING NUMBER B-19 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT Dunaway Associates,Inc. PROJECT NAME Randol Mill Road Improvements PROJECT NUMBER DUNA1402.00 PROJECT LOCATION Fort Worth,Texas DATE STARTED 4/17/15 COMPLETED 4/17/15 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY DK CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY -- ATTERBERG W o _ z m LIMITS z = U }a}Ix >- vow wa z y's,- ca �� } F-m n wo 3z� HC, QC, HL C N ��• DZ V h z W Q O MATERIAL DESCRIPTION g > JO>; Y '.3'v '•3'" a�' c w j a V w m �z OOv mOz V O o 0 d Oz C7� g zi �❑ m n0 H Um Q g0 JJ CL z_ w 0.0 n a LL PAVEMENT-3-inch ASPHALT+10-inch BASE. AU SANDY LEAN CLAY(CL)-Hard,dark brown and reddish brown. ST 4.50+ 0.9 12 2.5 o j ST 4.50+ 0.9 1.9 108 7 c� Uj w „- a ST 4.50+ 6 27 18 9 55 a -fir: v 5.0 SANDY SILTY CLAY(CL-ML)-Stiff,reddish brown and tan. z ST 2.00 4 a 0 a SS &(26)3 4 22 16 6 62 J J O 7.5 0 POORLY-GRADED SAND(SP)-Dense,tan. 0 fV v AU 4 2 7 W N � I 5 SS 13-18-19 a (37) 2 s w a 10.0 Bottom of hole at 10.0 feet. UNCONFINED COMPRESSION TEST 1111 HIL4 3 r 1 N N N U) j 2 y m d E 0 U 1 0 0 2.5 5 7.5 10 Axial Strain, % Sample No. 1 Unconfined strength,tsf 3.148 Undrained shear strength,tsf 1.574 Failure strain, % 5.3 Strain rate, in./min. 1.00 Water content, % 12.1 Wet density, pcf 136.9 Dry density, pcf 122.2 Saturation, % 84.2 Void ratio 0.3897 Specimen diameter, in. 2.73 Specimen height, in. 5.80 Height/diameter ratio 2.12 Description:Brown SANDY LEAN CLAY(CL) LL= I PL= PI I GS=2.72 Type: Shelby Tube Project No.: DLTNA1402.00 Client: Dunaway Associates,Inc. Date Sampled:4/17/2015 Remarks: Project: Randol Mill Road Improvements Location:Boring B-16 Sample Number: 1 Depth: 5'-7' UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 4 3- 4- CO)4- N Y N CO) N L V/ 2 W L a E U � 1 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength,tsf 3.825 Undrained shear strength,tsf 1.912 Failure strain, % 1.5 Strain rate, in./min. 1.00 Water content, % 18.0 Wet density, pcf 115.9 Dry density, pcf 98.3 Saturation, % 67.1 Void ratio 0.7278 Specimen diameter, in. 2.75 Specimen height, in. 5.81 Height/diameter ratio 2.11 Description: Dark Brown FAT CLAY(CI) LL= I PL= PI = GS=2.72 Type: Shelby Tube Project No.:DUNA1402.00 Client: Dunaway Associates,Inc. Date Sampled:4/17/2015 Remarks: Project: Randol Mill Road Improvements Location: Boring B-17 Sample Number: 1 Depth: 3'-5' UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 4 3 w N r+ N N N w Cn > 2 fA N m a E 0 U 1 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength,tsf 3.765 Undrained shear strength,tsf 1.883 Failure strain, % 2.0 Strain rate, in./min. 1.00 Water content, % 9.4 Wet density, pcf 134.1 Dry density, pcf 122.6 Saturation, % 66.4 Void ratio 0.3849 Specimen diameter, in. 2.72 Specimen height, in. 5.78 Height/diameter ratio 2.12 Description:Dark Brown SANDY LEAN CLAY(CL) LL t I PL= PI I GS=2.72 Type: Shelby Tube Project No.: DUNA1402.00 Client: Dunaway Associates,Inc. Date Sampled:4/17/2015 Remarks: Project: Randol Mill Road Improvements Location: Boring B-18 Sample Number: 1 Depth: 55-7.5' UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 2 1.5 w w vi Cn > 1 .N U) 2 CL E 0 U 0.5 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength,tsf 1.930 Undrained shear strength,tsf 0.965 Failure strain, % 1.2 Strain rate, in./min. 1.00 Water content, % 6.7 Wet density, pcf 115.3 Dry density, pcf 108.1 Saturation, % 31.7 Void ratio 0.5707 Specimen diameter, in. 2.71 Specimen height, in. 5.52 Height/diameter ratio 2.04 Description: Dark Brown and Reddish Brown SANDY LEAN CLAY(CL) LL= I PL= PI = I GS=2.72 1 Type: Shelby Tube Project No.: DUNA1402.00 Client: Dunaway Associates,Inc. Date Sampled: 4/17/2015 Remarks' Project: Randol Mill Road Improvements Location: Boring B-19 Sample Number: 1 Depth: 3'-,,V UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas .k } 00 k I m m W tko C •L m m t N O 1 0 LU z op tko •C U V LL m IL r.. cu E 2 au a o QL (� Ca- V C O O 2 °C a = W ~ O Vf -O C m cr- to to m m m m 4 s O LU Z a `sto00 L O f0O LL m LL N O Z O Z U a1 O L a GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth v _ MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime JLB Contracting,LLC PROJECT NAME: MNV/DBE X NON-MNV/DBE Randol Mill Rd 8 Precinct Line Rd BID DATE December 7,2017 City's MBE Project Goal: Prime's MBE Project Utilization: PROJECT NUMBER 100278 13% 24.39% 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 Managing Department on or before 5:00 p.m. five (5) City business days 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 MNVBE 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. Marketplace is the geographic area of Tarrant Dallas Denton Johnson Parker,and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1St tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be bonafide 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 prime 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-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.5/30/12 FORT WORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e., Minority and non-M/WBEs. MBE firms are to be listed first,use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE,please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please note that Iv certified MBEs will be counted to meet an MBE goal. Certification N Detail Detail (check one) o Subcontracting Work Supplies Purchased Dollar Amount SUBCONTRACTOR/SUPPLIER T n Company Name i M Address e M w S w Telephone/Fax r B B B B E E E E Klutz Construction 1 X Concrete Riprap $106,140 PO Box 185 Kennedale, Texas 76060 817-561-5591 Green Scaping 1 X Landscape, $156,816 2401 Handley Ederville Fence & Rd, Fort Worth, TX Patterened 76118 Concrete 817-577-9299 Sunset Trucking 1 X Haul HMAC $41,614 7200 Midway Rd, Fort Material Worth, TX 76118 817-589-0551 Woody Contractors 1 X Pipe Sub $95,022 650 Tower Drive Kennedale, Texas 76060 (817) 483-4787 Rooker Asphalt 1 X Liquid Asphalt $48,954 10719 Plano Road 200 Supplier Dallas, TX 75238 Phone: 214-341-5209 Fax: 214-341-1182 Martin Marietta 1 X Raw Aggregate $15,023 1503 LBa Frwy, Ste 400 Supplier Dallas, Texas 75234 972-647-3377 Rev.5/30/12 ATTACHMENT 1A Page 3 of 4 Site Solutions 1 X Excavation Sub $44,532 9324 Sage Villa Dr #1212 Fort Worth, Texas 76117 817-229-5828 Mels Electric 1 X Electrical Sub $74,284 6305 S IH 45 Wilmer, Texas 75172 972-441-6208 972-441-6394 Cross Roads LP 1 X Barricades, $43,953 5021 David Strickland Guard Rail & Fort Worth, Texas 76119 Signage 817-634-0044 817-634-0048 US Lime 1 X Lime Supplier $16,284 P.O. Box 851 Cleburne, TX 76033 817-296-8169 Roadmaster Striping 1 X Traffic Marking $4,308 1301 SE Mckinney St Sub Rice, Texas 75155 903-326-4530 Total Dollar Amount of MBE Subcontractors/Suppliers $262,956 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $383,974 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $646,930 The Contractor 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. 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 contractor 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. Rev.5/30/12 ATTACHMENT 1A Page 4 of 4 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 submitted with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder 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. Ronald D Stinson, Jr r` Authorized Sign—aturer Printed Signature Vice-President of Business Development Title Contact Name/Title(if different) JLB Contracting,LLC 817-261-2991 817-261-3044 Company Name Telephone and/or Fax PO Box 24131 rstinson@jlbcontracting.com Address E-mail Address Fort Worth,Texas 76124 December 11,2017 City/State/Zip Date Rev.5/30/12 ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: --- NON-M/W/DBE Randol Mill Rd Paving & Drainage Improvements BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 13 Bio I Bio 1100278 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.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 IC Page 2 of 4 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 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, eu rson 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 wastwere 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.2/10115 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: Randol Mill Rd Paving&Drainage Improvements A joint venture form must be completed on=rh 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 .oint venture MBE firm Non-MBE firm name: name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular 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 malting 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 Pa e3of3 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 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. Notary Public Print Name Notary Public Signature Commission Expires (seal) Rev.2/10/15 ATTACHMENT 1B FORT WORTH 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: M/W/DBE NON-M/W/DBE Randol Mill Rd Paving & Drainage Improvements BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 13 % % 100278 If both answers to this form are YES, do not complete ATTACHMENT 1 C (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 1 C. This form is only applicable if bsith answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date,will result in 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/Stateop Date Rev.2/10/15 ]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 13 %of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 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 opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at(817)212-2674. Rev.2/10/15 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth ' Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MNWC11 NON-M/W/DBE Randol Mill Rd Paving & Drainage Improvements BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 13 Bio I % 1100278 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 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FORTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E El El El El 17 Rev.2/10/15 FORT WORTH ATTACHMENT IA � 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 No SUBCONTRACTOR/SUPPLIER Company Name T n Detail Detail Address i M W Subcontracting Supplies DollarAmount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E El El E El 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 Title Contact Name/Title(if different) Company Name Telephone and/or Fax Address E-mail Address City/State2ip Date Rev.2/10/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SANITARY SEWER,PAVING AND DRAINAGE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RANDOL MILL RD—PART 2 Revised July 1,2011 CITY PROJECT NO.100278 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 (C�q-,q CERTIFICATE OF INTERESTED PARTIES FORM 1295 l of l Complete Nos.l-4 and 6 if there are interested panties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING I Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-292951 JLB Contracting, LLC Fort Worth,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 12/12/2017 being filed. City of Fort Worth Date Acknowl 3ed, L 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 100278 Randol Mill Road at Precinct Line Road Roundabout Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Davis,Sam Fort Worth,TX United States X Cabaza,Aaron Austin,TX United States X 5 Check only if there is NO Interested Party. F1 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. JAMIE GREENWAY J�1p'pY pLe��' Notary Public,state of Texas Comm.Expires 09-25-202 -00 0 FID 1211545-4 oNotary Y Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE /► �,{��� Swom to and subsc i ed before me,by the said JTZ •Jr'l'1/ S this the day of-�, 20 to ce which,witness my hand and seal of office. E S ig lure of officer administ ing oath Printed name of officer adminis ring oath Title of office administering oath FoV1,6vided by Texas Ethics ommission www.ethics.state.tx.us Version V1.0.3337 s C-AZIO�A5 I CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parries. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-292951 JLB Contracting, LLC Fort Worth,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 12/12/2017 being filed. City of Fort Worth Date Acknoy�qed: Ll3 Provide the identification number used by the governmental entity or state agency to track or identity the contract,and(/provide a description of the services,goods,or other property to be provided under the contract. 100278 Randol Mill Road at Precinct Line Road Roundabout Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Davis,Sam Fort Worth,TX United States X Cabaza,Aaron Austin,TX 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 correct. �y pie i� JAMIE GREENWAY ° ' '':,:Notary Public,State of Texas ��--� -. 9% }Q Comm.Expires 09-25-2020 0 . Notary ID 1211545-4 L_ ,,��,� y Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subsc i ed before me,by the said )S this the day of LW"� . 20 to ce which,witness my hand and seal of office. E S ig ture of officer administ ing oath Printed name of officer adminislering oath Title of officer administering oath Fot7l'ovided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.3337