Loading...
HomeMy WebLinkAboutContract 50930 CITY SECRETARY 3 FORTWORTH, CCNMCTNC. i PROJECT MANUAL FOR THE CONSTRUCTION OF WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016 WSM-F, PART I City Project No.02727 Water No.59601-0600430-CO2727-CO1783 _ Sewer No.59607-0600430-CO2727-CO1783 TIPW No.30100-0200431-CO2727-006283 Betsy Price David Cooke i Mayor City Mwager ., Kenneth Morgan Water Director _ Douglas W. Wiersig,P.E. Direetor,Transportation and Public Works Department Prepared for The City of Fort Worth { WATER DEPARTMENT 2018 ..,. °F/ i +w�irvc :: AMi�ros, // �lti9 00 90528 ctN of Fo�1 waRV OFFICIAL RECORD C11YS�CRErARY i"14iN 4�` CITY SECRETARY ' FT.WIORTM,TX � 1 FORTWORTH, City of Fort Worth Standard Construction Specification Documents w Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 4 ..F SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders .. 0021 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority 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 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 0178.23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised February 2,2016 City Project No.02727 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02-Existing Conditions 0241 14 Utility Removal/Abandonment Division 03- Concrete None Division 26-Electrical None Division 31 -Earthwork None Division 32- Exterior Improvements None 4M Division 33-Utilities 33 1210 Water Services 1-inch to 2-inch 33 31 23 Sanitary Sewer Pipe Enlargement Division 34-Transportation None Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps:Hprojectpoint.buzzsaw.com/cl ient/fortworth,eov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02- Existing Conditions 0241 15 Paving Removal Division 03- Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) ^ 03 34 16 Concrete Base Material for Trench Repair Division 26-Electrical None Division 31 - Earthwork 31 23 16 Unclassified Excavation Division 32- Exterior Improvements 4W 3201 17 Permanent Asphalt Paving Repair 32 01 29 Concrete Paving Repair 3211 33 Cement Treated Base Courses 32 12 16 Asphalt Paving CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised February 2,2016 City Project No.02727 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 4 w 32 12 73 Asphalt Paving Crack Sealants 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting . 323129 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding,and Sodding Division 33-Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television(CCTV)Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation,Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame,Cover and Grade Rings 33 05 14 Adjusting Manholes,Inlets,Valve Boxes, and Other Structures to Grade 33 05 17 Concrete Collars 33 05 30 Location of Existing Utilities 33 1105 Bolts,Nuts,and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 12 40 Fire Hydrants 3331 15 High Density Polyethylene (HDPE)Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC)Gravity Sanitary Sewer Pipe 33 31 50 Sanitary Sewer Service Connections and Service Line 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes Division 34- Transportation 3471 13 Traffic Control ., Appendix GC-4.02 Subsurface and Physical Conditions IA GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised February 2,2016 City Project No.02727 �" 6/6/2018 M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT 'ORRT11 COUNCIL ACTION: Approved on 6/5/2018 - Ordinance No. 23234-06-2018 DATE: 6/5/2018 REFERENCE NO.: **C-28709 LOG NAME: 602016WSMFPI-GRATEX CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT. Authorize Execution of Contract with Gra-Tex Utilities, Inc., in the Amount of$2,767,633.00 for Water and Sanitary Sewer Main Replacement Contract 2016 WSM-F, Part 1 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Fund in the amount of $2,456,243.00 from available funds; and 2. Authorize execution of a contract with Gra-Tex Utilities, Inc., in the amount of $2,767,633.00 for Water and Sanitary Sewer Main Replacement Contract 2016 WSM-F, Part 1 (City Project No. CO2727). DISCUSSION: This Mayor and Council Communication is to authorize a construction contract for the replacement of deteriorated water or sanitary sewer mains located in the West Meadowbrook Neighborhood area and as identified on the streets, alleys and easements below: [LrPk coe Street [From To Avenue G Collard Street S. Ayers Water Avenue Avenue H 113ishop Street Little Street Water Haynes Avenue Hawlet Street E. Lancaster Water Avenue Alley Between Avenue H and Avenue G S. Ayers Wallace! Sewer Avenue 'Street Alley between Ave G and E Rosedale Street Collard Street (S. Ayers Sewer Avenue Easement Between S. Clairemont Avenue and 60 feet south of 120 feet north Haynes Avenue Hampshire of Hawlet Sewer Boulevard Street Easement between Haynes Avenue and Panola Avenue Hampshire Sewer Perkins Street Boulevard Easement 120 feet south of Hampshire 200 feet west [200 feet east Boulevard and between Hampshire Boulevard of Clairmont f Clairmont Sewer and Union Pacific Railroad Avenue venue _ In conjunction with replacement of the water mains, all connecting lead service lines will be removed and replaced. There are a total of 63 lead services that have been identified that will be replaced as http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25842&councildate=6/5/2018 1/3 6/6/2018 M&C Review part of this contract. Additionally, asphalt pavement rehabilitation will be conducted on Avenue G, _ Avenue H and Haynes Avenue, subsequent to the water main replacement. The Transportation and Public Works Department's share of this contract is $710,798.00. The project was advertised for bids on February 22, 2018 and March 1, 2018 in the Fort Worth Star- Telegram. On March 22, 2018, the following bids were received: Bidder Amount Time of Completion Gra-Tex Utilities, Inc. $2,767,633.00 365 Calendar Days Ark Contracting Services, LLC $2,889,323.00 Jackson Construction, Ltd 1$3,205,520.00 Woody Contractors, Inc. $3,427,680.00 Excel Aircraft dba Excel Trenching $41 067,818.00 In addition to the contract amount, $483,151.00 (Water: $205,096.00; Sewer: $91,470.00; Paving: $186,585.00) is required for project management, material testing and inspection $138,382.00 ' (Water: $71,106.00; Sewer: $31,736.00; Paving: $35,540.00) is provided for project contingencies. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project will have no impact on the Transportation and Public Works' annual operation budget nor on the Water Department' s operating budget when completed. Construction is expected to start in July 2018 and be completed by July 2019. M/WBE OFFICE— Gra-Tex Utilities, Inc., is in compliance with the City's Business Diversity Ordinance by committing to 26 percent MBE participation on this project. The City"s MBE goal on this project is 25 percent. The project is located in COUNCIL DISTRICT 8, Mapsco 78G, K, L. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Water and Sewer Capital Fund and the General Capital Projects Fund. The Fiscal year 2018 Water Operating Budget includes appropriations of$29,069,236.00 for the purpose of providing Pay-As—You-Go funding for Water Capital Projects. After this transfer for Fiscal Year 2018, the balance will be $8,697,911.00. The Fiscal Year 2018 Water Operating Budget includes appropriations of$29,022,689.00 for the purpose of providing Pay-As-You-Go funding for Sewer Capital Fund - Legacy. After this transfer for Fiscal Year 2018, the balance will be $8,108,440.00. Appropriations for Water and Sanitary Sewer Main Replacement Contract 2016 WSM-F Part 1: FUND Existing Additional project Total* Appropriations Appropriations General Capital Projects 932,923.00 $0.00 $932,923.00 Fund 30100 I ' Water & Sewer Capital $0.00 $2,456,243.00 $2,456,243.00 Fund 56002 ( F Project Total _ _ V $2,456,243.00 $3,389,166.00 http://apps.cfwnet.orq/council vacket/mc review.asp?ID=25842&councildate=6/5/2018 911 6/6/2018 M&C Review 1 I $932,923.00 * Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID I I Year Chartfield 2 Submitted for City Manager's Office by_ Jay Chapa (5804) Originating Department Head: Chris Harder(5020) Additional Information Contact: Lawrence Hamilton (2626) ATTACHMENTS 602016WSMFPI-GRATEX 1295 Form.pdf 602016WSMFPI-GRATEX 1of2.pdf 602016WSMFPI-GRATEX 2of2.pdf 602016WSMFPI-GRATEX 60 AO 18R.docx dW http://apps.cfwnet.ora/council Dacket/mc review.asD?ID=25842&councildate=6/5/2018 iia CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Comprete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-336170 gra-tex utilities inc arlington,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for whit t e form is 04/09/2018 being filed. City of Fort Worth Date AcknowlV I 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. 02727 water,sewer and paving 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary rosenbaum,sheldon Arlington,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION n / My name is ��P_� ►� !�n1F�Da..u�./!ti Prt�/��/1/ and my date of birth isT.T My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in TA--ran I County, State of on theday of 0 20_L_ . (month) (Year) i�`' "�F: GREG HUGDAHL,SR. * •° My Notary ID 111128160988 Expires February 1,2022 Stg of authorized agent of c oftacting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 00 q5 10.1 MAYOR AND COUNCIL COMMUNICATION(M&C) Pap I of 1 1 SECTION 00 0510 2 MAYOR AND COUNCIL.CONtWMCATiON(M&Q 3 4 5 6 7 8 9 l0 11 +` 12 13 1$ is 16 17 18 19 20 21 �. 22 23 END OF SECTION CITY Ov MRT WORTH WATER AND SANITARY SEWER STANDARD COMTRUCTION SPECIFICATION DOCUMENTS REPLACE,. HNT CONTRACT 2016 WSWF,PART I Re yw July 19$0I 1 City Prgjeq Nd,02727 CITY OF FORT WORTH WATER DEPARTMENT ENGINEERING SERVICES DIVISION ADDENDUM NO. 1 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016 WSM-F,PART I CITY PROJECT NO. 02727 Water No. 59601-0600430-CO2727-C01783 Sewer No. 59607-0700430-CO2727-CO1783 UPW No.30100-0200431-CO2727-CO6283 RELEASE DATE:March 13,2018 INFORMATION TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In SECTION 00 42 43 PROPOSAL FORM;an additional.pay item shall be added to UNIT I: WATER IlAPROVEMENTS and UNIT If SEWER W.-ROVEMENTS as follows: Project Iteminfonmdon Bidders Proposal -- Pay Rom Bid IktItem Specification HidQu..a unit of Description Unit PAM BidYabe — - No. Section No. Measuremeat UNIT I:WATER HYRROVEMENTS W43 3201.0201 32 0117 100 SY _As�hait Pavement Repair.Bevond_ _._ __. .—•___-- -- _ .._ Defined Woo,Residential Dollars G/ O Cents ffftl` . W44 32 01 20 100 SY Concrete Pavement Repair.Beyond_ _ - -- Trench Repair Width,Residential_._......_._.._... � fit— its Cents W-46 3305.0206 .330610 100 — CY Imported Embedment/Backff Acceptable Backfill-- ---- — -- 140 �Gr� Dollars Cents i Project Item information Bidders Proposal Bid Liu item swiliicetian Unit of I Pay Item No. Section No. Bid Quantity .Measurement Description Unit Price Bid Value — —1 = U TT II:SEWER 1WROVEMENTS , S-30 3201.6201 32 01 17 100 SY Asphalt Pavement f epair Beyond + Defined Width,Residential _ r Dollars elft- Cents 1 S-31 32 01 29 100 SY Concrete Pavement Re it Be nd 1 Trench Repair Width,ResidenUal, -.moo ars f----_------- --- Cents S_32 3305.0206 330590 -100 CY_ Imported Embedment/Badifig, y.- -------- --- —---- - - �__ Acceptabip Back it Dollars —-------- - ----- -------- ----+ 2 2 ro Cents y Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: KENNETH MORGAN DIRECTOR,WATER DEPARTMENT By awrence Hamilton,P.E. Water Department Engineering Services w CITY OF FORT WORTH WATER DEPARTMENT ENGINEERING SERVICES DIVISION ADDENDUM NO. 2 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016 WSM F,PART I CITY PROJECT NO. 02727 4 Water-No. 59601-0600430-CO2727-CO1783 Sewer No. 59607-0700430-CO2727-CO1783 T/PW No.30100-0200431-CO2727-CO6283 RELEASE DATE:March 14,2018 INFORMATION TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In SECTION 00 42 43.PROPOSAL FORM; an additional pay item shall be added to UNPT 1: WATER IMPROVEMENTS as follows: Pmject temintomation Bid'deesPwposat -- Bid IhtItem Specifibatmn M4 of J Pay Item No. Section No, Bid Quantity Measurement, lksenption UniEl?rice Hid Value ----- UNIT I:WATERMWROVEMENTS - W46 3125.0101 31 25 00 1 LS SWPPP z 1 acre _ I 14,m _Dollars Cents Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: KENNE.TH MORGAN DIRECTOR,WATER DEPARTMENT - By: d1aJVA%tVNMA1�&i Lawrence H milton,P.E. Water Department Engineering Services 000515-1 ADDENDA Page I of 1 1 SECTION 00 0515 2 ADDENDA 3 .. a 5 6 g 9 ]0 11 12 13 14 15 ■� 16 17 is 19 20 21 22 23 ENA OF SECTION CITY OF FORT WORTH WATER AND SAN rARY SEWER STANDARD1CONMA)MON SPECII:ICATION D=MENTS REPLACEMENT CONTRACT 2016 WSM-F.'PART I OR R"kaJuly 1:,2011 City Nect No.02M 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS s 4 Sealed bids for the construction of WATER AND SANITARY SEWER REPLACEMENT 5 CONTRACT 2016 WSM-F,PART I,City Project No.02727 will be received by the City of 6 Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday March 22,2018, and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. ' 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: w 17 18 4,810 LF 8-inch Water Replacement 19 29435 LF 8-inch Sewer Replacement by Open Cut 20 19560 LF 8-inch Sewer Replacement by Pipe Enlargement 21 149500 SY Asphalt Pavement Rehabilitation 22 23 PREQUALIFICATION 24 The improvements included in this project must be performed by a contractor who is pre- 25 qualified by the City at the time of bid opening. The procedures for qualification and pre- 26 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 27 28 DOCUMENT EXAMINATION AND PROCUREMENTS 29 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 30 of Fort Worth's Purchasing Division website at htw://www.tbrtworthtexas.goLpurchasing/and 31 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 32 Contract Documents may be downloaded, viewed,and printed by interested contractors and/or 33 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 34 Parties Form 1295 and the form must be submitted to the Project Manager before the 35 contract will be presented to the City Council. The form can be obtained at 36 httys://www.ethics.state.tx.us/tec/1295-Info.htm . 37 38 Copies of the Bidding and Contract Documents may be obtained from 39 J. Chris Underwood 40 Water Department, Design Services 41 927 Taylor Street 42 Fort Worth,Texas 76102 43 44 The cost of Bidding and Contract Documents is: 45 Set of Bidding and Contract Documents with full size drawings: No Cost 46 Set of Bidding and Contract Documents with half size (if available)drawings: No Cost 47 48 .. 49 CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 22,2016 City Project No.02727 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 PREBID CONFERENCE ` 2 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 3 BIDDERS at the following location,date, and time: 4 DATE: Monday March 12,2018 5 TIME: 9:00 a.m. 6 PLACE: 311 W.Tenth Street 7 Fort Worth,Texas 76102 — 8 LOCATION: Conference Room 9 "4 10 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 1 I City reserves the right to waive irregularities and to accept or reject bids. 12 # 13 INQUIRIES 14 All inquiries relative to this procurement should be addressed to the following: 15 Attn: J. Chris Underwood,City of Fort Worth Water Department .�. 16 Email: john.underwood@fortworthtexas.gov 17 Phone: (817)392-2629 18 Fax: (817)392-2527 19 AND/OR 20 Attn: Lawrence Hamilton, P.E.,City of Fort Worth Water Department 21 Email: lawrence.hamilton@fortworthtexas.gov 22 Phone: (817)392-2626 23 Fax: (817)392-2527 24 25 ADVERTISEMENT DATES 26 February 22,2018 27 March 1,2018 28 29 END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 22,2016 City Project No.02727 1� OW 00 21 13-1 MSTRUCTIONS TO BIDDERS am Page 1 of 9 I 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 I t 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. i4 15 1.2.2. Nonresident Bidder:Any person,fm 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 11 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 34 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) r„ 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. Prequaliflcation 37 requirement work types and documentation are as follows. 38 39 3.1.1. Paving—Requirements document located at; 40 h 9M:HprQjin t. w.c o Mygd&_ov/KgLo_u_rc,&sAZ'y02 41 %20ConstructiotP/o2ODocuments/Conlactrsr°1a20BrMlificatianl'I`l'W°1o20 evinrr 42 0 020 ont taro 2p ali 1 io 20Pro P L,IFICAT ONV.20 *" 43 UIRFSM„LNTSS20POR9/*2 PAYING'oe2000NMCI;QU.ED .?,public 44 45 3.1.2. Water and Sanitary Sewer—Requirements document located at; 46 hti s:// roiect oint.buzzsaw.com/f rtw rth v/Rso s! 2to2 47 %20Cons ruction'Yo2OD uments/Contract r°/o2OPre uilificatio Water*/o2O 0 o 48 OSanitarvO/o2OSewer0/o20Coatractor'/o2OPrecivalification%2OP%grainNSS"fo20nre MM 49 qual1Ye9uirements.doc2nub[ic CITY OF FORT WORTH WATER AND SANITARY SEWER rr STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised August 21,2015 City Project No.02727 i 002113-2 INSTRUCTIONS TO BIDDERS page 2 or9 1 2 3 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 4 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 5 45 11,BIDDERS PREQUALIFICATIONS. 6 7 3.2.1. Submission of and/or questions related to prequalification should be addressed to 8 the City contact as provided in Paragraph 6.1. to 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 11 bidder(s)for a project to submit such additional information as the City,in its sole 12 discretion may require,including but not limited to manpower and equipment records, 13 information about key personnel to be assigned to the project,and construction schedule, _ 14 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 15 deliver a quality product and successfully complete projects for the amount bid within i 16 the stipulated time frame.Based upon the City's assessment of the submitted 17 information,a recommendation regarding the award of a contract will be made to the is City Council. Failure to submit the additional information,if requested,may be grounds i 19 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 20 notified in writing of a recommendation to the City Council. 21 22 3.4.In addition to prequalification,additional requirements for qualification may be required 23 within various sections of the Contract Documents. — 24 25 3.5.Not Used i 26 27 4. Examination of Bidding and Contract Documents,Other Related Data,sad Site 28 -� 29 4.1.Before submitting a Bid,each Bidder shall: 30 31 4.1.1. Examine and carefully study the Contract Documents and other related data 32 identified in the Bidding Documents(including"technical data"referred to in 33 Paragraph 4.2.below).No information given by City or any representative of the 34 City other than that contained in the Contract Documents and officially 35 promulgated addenda thereto,shall be binding upon the City. 36 37 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 38 site conditions that may affect cost,progress,performance or furnishing of the 39 Work. 40 41 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, 42 progress,performance or furnishing of the Work. 43 44 4.1.4.Not Used 45 i MY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOMMF,NTS REPLACEMENT CONTRACT 2016 WSM-F,PART i .. Revised August 21,2015 City Proleat No.02727 a 0021 13-3 i MSTRUCTIONS TO BIDDERS Pw3of9 1 4.1.5. Study all: (i)reports of explarati s and tests of subsurface conditions at or .� 2 contiguous to the Site and all drawings of,physical conditions relating to existing 3 surface or subsurface structures at the Site(e"t Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data"and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 6 at the Site that have been identified in the Coi#rsot Documents as containing 7 reliable"technical data." 8 i 9 4..1.6. Be advised that the Contract Documents on filo with the City shall constitute all of til the information which the City will furnish. All additional information and data 1 l which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in l5 the Contrast Documents and officially promulgated addenda thereto,shall be 16 binding upon the City, 17 18 4.1.7. Perform independent research,lnvestigatioos,tests, boring,and such outer means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project.On request,City may provide 21 each Bidder access to the site to conduct.such examinations, investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and cleats up and restore the site to its former 24 conditions upon completion of such explorations, investigations,tests and studies. i 25 26 4.1.$.Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required fbr its completion,and obtain all information 28 required to make a proposal.Bidders shall My exclusively and solely upon their 29 own estimates,investigation,research,tests,explorations,and other data Which are 30 necessary for full and complete information upon which the proposal is to be based. i 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation,,naminations and Nests herein required. Claims 33 for additional compensation due to variations between conditions acbwly Mft 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.9.Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents.The dontractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 44 45 4.2.1.those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any,on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of c49 conditions which actually exist. i so CITY OF FORT WORTH wAT1BR ANMAt CrAIRY SEVU`Ek i STANDARD CoNSTRUC ION SPECIFICATION DO UMEIv'1"S REPLACEMENT CONTRACT 2016 w8M-f,PARI'I Revised August 21,201S City Pm*t No.02727 002113-4 INSTRUCTIONS TO BIDDERS Pegs 4 of 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures(except Underground Facilities)which are at or contiguous to 31 the site that have been utilized by City in preparation 4f the Contract Documents. 4 S 4.2.3.copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents,but the "technical data"contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02.of the General Conditions has been identified 9 and established in Paragraph SC 4.02 ofthe Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any"technical data"or I 1 any other data,interpretations,opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 15 exception the B id is promised upon performing and furnishing the Fork required by the 16 Contract Documents and applying the specific means,methods,techniques,sequences or 11 procures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents,(iii)that Bidder has given City written notice of all )9 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 20 written resolutions therm by City are acceptable to Bidder,and when said conflicts, 21 etc,have not been resolved through the interpretations by City as described in 22 Paragraph b.,and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for perfbrming and furnishing the 24 Work. 25 26 4.4.The provisions of this paragraph 4, inclusive,do not apply to Asbestos,Polychlorinated 27 biphenyls(PCBs), Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06,of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 S. Availability of Lands for Work,Etc. 32 33 S.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities,construction equipment or storage of V materials and equipment to he incorporated in the Work are to be obtained and paid for � 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. .. 41 42 5.2,Outstanding right-of-way, easements,and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 44 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CJTY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART 1 Revised August 2t,2015 city Project Na 0=7 002113-$ INSTRUCTIONS TO BIDDERS Page 5 00 1 5.3. .he Bidder shall be prepared to commence construction without all executed right-of- 2 ightof-2 way,easements,and/or permits,and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 3 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening, Questions 10 received after this day may not be responded to.Interpretations or clarifications 1 I oonsidered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 Throckmorton Street 20 port Worth,TX 76142 i 21 .Attn: 1.Chris Underwood,City of bort Worth Water Department 22 Fax: (817)392-2527 23 Email:jolm.underwood@fortwortkthms.gov 24 Phone: (817)392-2629 25 26 27 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by MM 28 City. 29 30 6,3.Addenda or clarifications may be posted via Buzzsaw at 31 tt •// iect oint.buzrsaw.gom/client/FoitW ov/lnfrastrucwre%20 'ectS102726 32 %20°loE2°IoBQ°1o93°1020 WaterDl2tlpnd%2QSewer°falReplacelnent'Yo2gC:ontract°�o202b 1 b 33 %20WSM EMid%20Do c yu alft 0Package .r 34 35 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 36 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 37 Project. Bidders are encouraged to attend and participate in the conference. City will 38 transmit to all prospective Bidders of record such Addenda as City considers necessary 39 in response to questions arising at the conference. Oral statements may not be relied 40 upon and will not be binding or legally effective. 41 42 7. Bid Security 43 44 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 45 (5)percent of Bidder's maximum Bid prig on form attached, issued by a surety meeting 46 the requirements of Paragraphs 5.41 of the General Conditions. 47 MM CITY OF FORT WORTH WATER AND SANITARY SEWER " STANDARD CfNMTRUCnON SPECIPICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised August 21,2015 Cit'Prgjcd Na 0=7 0021 13-6 INMUCTIONS To BIDDERS �* Pop 6of9 1 7.2,`The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete ^ 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default,rescind the Notice of Award,and the.Bid Bond of that Bidder will be;forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all i 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and tvly for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to tate 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" items 19 Tile Contract,if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal"items. 21 Whenever it is indicated or specified in the bidding Documents that a"substitute"or"or- PM 22 equal"item of material or equipment may be furnished or used by Contractor if acceptable to 23 City,application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A.,6.05B.and 6.050;of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts.A copy of the Ordinance can be 33 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Forth as appropriate.The Forms including documentation must be received 37 by the City no later than 2:00 P.M.CST,on the second business days after the bid 38 opening.date,The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received.Failure to comply shall render the bid as non- 40 responsive. 41. 42 11.2. No Contractor shall be required to employ any Subcontractor,Supplier,other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12,I. The Bid Form is included with the Bidding Documents; additional conies maybe 48 obtained from the City. 49 i CITY OF FORT WORTH WATER,AND SANITARY!SEWER STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Rapi..AcemeNT CONTR.ACr 2016 WSMA PART t Royisod Aug=121.2015 City Projeot Na.02727 0021 13-1 INSTRUCTIONS TO BIDDERS PW7of0 1 12.2. All blanks on the Bid Form trust be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 4 price item listed therein. In the case of optional alternatives,the words"No Bid," MM 5 "No Change," or"Not Applicable"may be entered.Bidder shall state the prices, 6 written in ink in both words and numerals,for which the Bidder proposes to do the 7 work contemplated or furnish materials required.All prices shall be wtitten legibly. 8 In case of4wrepancy between price in written words and the price in written .. 9 numerals,the price in written wards shall govern. 10 11 12.3k Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shell be shown below the signature. i 15 1.67 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 11 partner,whose title must appear under the signature accompanied by evidence of .. Is authority to sign. The official address of the partnership shall be shown below the 19 sigtnaturo. 20 i 21 12.5. Bids by limited liability companies shall be.executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12A Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by eat joint venturer in the manner Mo 28 indicated on the Bid Forth. The official address of the joint venture shall be shown. 29 30 12.13. All names shall be typed or printed in ink below the signature. 31 32 12.4. The Bid shall contain an acknowledgment of receipt of al l Addenda,the numbers of 33 which shall be filled in on the Bid Form. +r 34 35 111 Postal and o-unail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall 1>e provided in accordance with Section 00 43 37--Vendor Compliance 40 to State Law Non Resident Bidder. i 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager oftht City,and shall be enclosed in an opaque sealed 46 envelope,marked with the City Pmject Number,Frgjeot title,the name and address of 47' Bidder,and accompanied by the Bid security and other required documents. If the laid is sent 48 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED"on the face of it. 50 MY OF FORT WORTH WATER AND SANITARY S9WER STANDARD CONS'CRI.XTIM SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSW.PART 1 ReVIwA Atm t1.7A 13 city Project No.02727 0021 13-6 INSTRUCTIONS TO BIDDERS Par 8of9 1 14► Modification and Withdrawal of Bids 3 24.1. Bids addressed to the Purchasing Manager and Bled with the Pumbasing Office 4 cannot be withdrawn prior to the time set fear bid opening. A request for withdrawal 5 must be nude in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids.Atter all Bids not requested for withdrawal a are opened and publicly read aloud,the Bids for which a withdrawal request has been i 9 properly filed may,at the option of the City,be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing ofBid receipt. 13 14 15, Opening of Bids is Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An .. 16 abstract of the amounts of the base Bids and major alternates(if any)will be:made available 17 to Bidders after the opening of Bids_ 18 19 16, Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may,at i 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract .... 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids i 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 24 interest of the Project to make:an award to that Bidder,whether because the:Bid is 30 not responsive or the Bidder is unqualifiedd or of doubtful financial ability or fails to 3t meet any other pertinent standard or criteria established by City. City also reserves i 32 the right to waive informalities not involving price,contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prim. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of they correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested patty to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner,or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 i CITY OF FORT WORTH WATERAND SAWrARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ".PLACEMFNT CONTRA '201OWSM-fF,PART 1Zavistd Aagust 21,2015 City Projod No,0=7 �9 00 21 13-9 i INSTRUCTIONS RUCTIONS TO I1C1 ZWM Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors,SuppliM,and M* 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. ob 5 City also may consider the operating costs,maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17+3. City may conduct such investigations as City deems necessary to assist in the i I evaluation of any Bid and to establish the responsibility,qualifications,and financial 12 ability of Bidders,proposed Subcontractors,Suppliers and other persons and A organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time 15 16 17.4. Contractor shall perform with his own organization,work of value not less than 17 35%of the value embraced on the Contract,unless otherwise approved by the City. � 18 19 17,5.. If the Contract is to be awarded,it will be awarded to lowest roponsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the .. 21 best interests of the City, 22 23 17,6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident.Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 34 17.7= A contract is not awarded until formal City Council authorization. If the Contract is i 31 to be awarded,City will award the Contract within 90 days alter the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by MW 34 the City. 35 36 17.$. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number ofunsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts ofthe Agreement to 42 City with the required Bonds,Certificates of Insurance,and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FMT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION UOCr EN TS REPLACL'MLNT GY1N1`itACT 2614 WSM4.PART 1 Revised Acct 21,2015 Cid'p meet No,=7 CONFLICT OF MrgMT AFFOA'VIT pap I of.I I SECTION 00 3513 2 cw�LICT OF KM. 'RFST AIFFfl)Avrr 3 4uaCi YP ,)to, City 5 (also referred to as"City")procurolnent are required to complete Conflict of interest -6 Qu6stionoafiv(the attached CIQ Fom)and f-oW Govemment Officer Conf-hots Disclosure 7 Statement(the attached CIS Form)below pursuant to gate law.This affidavit will partify. thatthe 8 Bidder has on file with the City Secrotary the tequired documentation and is eligible to bid on 9 City Work..The referen.ced forms may be downloaded from the website,links pro-Wided below.. 0 i hawt Maim micums Morm s./C!Qgd—f a 14 15 ED CIQ Form is on file with City Secretary 16 17 F7 CIQ Form is being provided to the City$ecretary 18 19 CIS Form,is on File with City Secret 20 21 F7 CIS Form is being provided to the City Secretary 22 2.3 24 25 DEDDE,R-. -26 27 6FCA_tt �#1 J)CS I By: SOI.Me's �UeAf 29 Company (PW846 Pring 29 o b. 3j, Addros 32 'U AAAvtcv� T)c ti4w Title: Wfmh-�f 34 City/SW -4 (Please Print) 35 36 E,ND OF SECTION .CITY'Or,foRTWORtil WATEaANDSANrrARYsEW8R STANDARI)CONMUCTION SPECIFICATION OOCUM15NTS REPLACEMENT.LaI�` ACT 2016 WSM-F,PART 1 itwAsod MWth 21,2912 City Proj"i No.02727 - 1 # ' CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vondor_or other-person doing bumness with laical governmental entity This tjoRstlonnalre redacts changes made to the taw by H 8. 149f1, t#Otfi l eg„ Etegutar 9assion. OFFICE USE ONVY This question.n1do is 1501119 i lea in accordance With Chapter 170,Local Governmont Code by a person Who has a business tdationshIp as defined by&dtiorl 176.001(1.-a)with a local ' gowromer►Wentity and the petson meets requirements under Section 176.006(0); By law this gtts�stioortalre must be filed with the records administretorof the local govarnmontel entity not later then.the 76 business day after the date the person becomes aware of facts ' that require the efatemenfi to be#lied. Seg Sectiot1178;006,Local Govamrl�ant Cpde, A person commits an offense if the person knowingly violates Section 178.006, Local GdVemment Code An offense under this sedtion is a Glass C misdeftieenor. 1 Name of,person who has a business relationship with local governmental entity. rlCheck this::os If you are filing an update to a previously hied questionnaire. (The law requires that you fila an updated completed questionnaire with the approorlate filing authority not later than the 7th business day after the.data the originally filed quostlonnalre becomes incomplete or Inor.aurete,) -- , Name of local government officer with whom filer has employment or business relationship. N/� ft+s OfGlfbbi' Thl section (item 3 Including subparts A, S. G & D) mustbe completed for each.officer with whom the tilor has on arnployfnent or other business telafronship as deflned'by Section 1T6,Otl1(1-a), Local Government Code. Attach addltionsal P.8900 10 this Porn CIO as necessary. X Is the local government omcer framed In this section receiving or likely to receive testable income,other than investment income,from:the leer of the questionnaire? Yes E:1 No B. Is ttte filer of the questionnaire receiving or likely to receive taxable income,other than Investment Income,.from or at the direction cf tate local government officer named in this section AND the taxable income Is not.received Irom ,the local governmental entity? Yes bla , 0. is the tiler of this questionnaire employed by a corporation br other businer;s entity with respect to Which the local government ofncer serves as an officer or director,or holds an ownership of 10 percent or more' Yes NO D. Pesceikte each employment or business relationship with the local government officer named in this section. 4 signature of patsort 00V business with ibe gavernrnenlat eniHy Date Adopted 0002 12607 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Instructions for complefing and filing this formers provided on the next page.) This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This Is the notice tD the appropriate local governmental entity that the fDlbmng local government officer has become aware of facts that require the officer to file this statement Data t:eMWO In accordance with Chapter 178,Local Government Code. Name of Local Government Officer 2 Office Held 3 Name of person described by Sections 175.002(a)and 170.003(x), Local Government Code 4 Description of the nature and extent of employment or other business relationship with person named In item 3 = 5 List gifts accepted by the local government officer and any family member, excluding gifts described by Section 176.003(a•1),If aggregate value of the gifts accepted from person named in item 3 exceed$250 during the 12-month period described by Seaton 176.003(a)(2)(B) *� Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift ,. (attach additional forms as necessary) 8 AFFIDAVIT I swear under penalty of pedury that the above statement Is true and comId.I acknowledge Mm that the disclosure applies to a family member (as defined by Section 176.001(2), Local Government Code)of this local government ofnoet i also acknowledge that this statement covers the 12-month period described by Section 176.003(x),local Government Code. Mm Signature of Local Govemmont Officer AFFIX NOTARY STAMP / SEAL ABOVE Swom to and subecribed before me,by the ORM this the day of__ -20_,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of ofiNaer administering oath Adopted 06129/2007 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local govemment officers to file this form. A .ft "local government officer" is defined as a member of the goveming body of a local govemmental entity; a director,superintendent, administrator, president,or other person designated as the executive officer of the local governmental entity; or an employee of a local govemmental entity with respect to whom the local Oft governmental entity has,in accordance with Section 176.005,extended the requirements of Sections 176.003 and 176.004. This form is required to be filed with the records administrator of the local govemmentai entity not later than 5 p.m.on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. am A local govemment officer commits an offense if the officer knowingly violates Section 176.003, Local Govemment Code.An offense under this section is a Class C misdemeanor. Please refer to chapter 176 of the Local Govemment Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers cormpond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3. Name of person described by Sections 176.002(a) and 176.003(a), Local Government Code. Enter the name of the person described by Section 176.002,Local Govemment Code with whom the officer has an employment or other business retationship as described by Section 176.003(a), Local Govemment Code. 4. Description of the nature and extent of employment or business relationship with person named In item 3. Describe the nature and extent of the employment or other business relationship with the person in item 3 as described by Section 176.003(a), Local government Code. 5. List gifts accepted, excluding gifts described by Section 176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed$250. List gifts accepted during the 12-month period .� (described by Section 176.003(a),Local Government Code)by the local government officer or family member of the officer,excluding gifts described by Section 176.003(a-1), from the person named in item 3 that in the aggregate exceed$250 In value. MW 6.Affidavit. Signature of local government officer. MW �, Adopted 06/29/2007 W41 00 BID FORM Pagel af3 SECTION 00 4100 BID FORM TO The Purchasing Manager c/o.,The Purchasing Division 200 Texas Street i City of Fort Worth,Texas 76102 FOR: WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016 WSM-F, PART 1 Avenue G,Avt4we H and Haynes Avenue City Project No.: 2727 Units/Seddons: UNIT 1. Water Improvements UNIT II:Sanitary Sewer Improvements UNIT III:Paving Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, If this Bid Is accepted, to enter Into an Agreement with City in the form Included In the Bidding Documents to perform and fumish 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, vAll do so pending contract award, and will provide a valid Insurance certificate meets 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 anion 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 nora-competitive levels,or(e)to deprive City of the 0enefits of free and open competition. own c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of Cityy, a purpose of which is to establish Bid prices at artificial,non-competlUve levels. Crry OF FORT WOM14 WATER AND SMITARY SEWER i STANDARD CQht TWOTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT gate WSM-F,PART I FOM RWd"O 20180821 C ty ft*d Na 02727 i 00 41 00 HIO FCRM On Pegs 2 03 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 i Contract. 3. Prequaliflcation The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Improvements-84nch Water Main Replacement by Open Cut b. Sanitary Sewer Improvements -6-inch Sanitary Sewer Replacement by Open Cut C, Sanitary Sewer Improvements-Sanitary Sewer Rehabilitation by 611-8"Pipe Enlargement d. Paving Improvements-Full Milling J Overlay 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages In the event of failure to complete the Work{and/or achievement of Mllestones}Within the times specified In the Agreement. S. Attached to this Bid i The following documents are attached to and made a part of this Bid: i a. This Bid Form, Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions, r" c. Proposal Form,Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBB Forms(optional at time of bid) i f. Prequal'Ification Statement, Section 00 4512 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary,C1Q 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 i 6. Total Bid Amount 6.1. Bidder will complete the Work In accordance with the Contract documents for the following bid amount. In the i space provided below, please enter the total bid amount for this project. Only this figure Will be read publicly by the City at the bid opening. i CITYOF FORT WORTH WATER AND SANRTARY SEWER STAND 0cONSTRUCTION SPECRFICATION DOCUMENTS REPLACEMENT CONTRACT 2010 WSM-F,PART Form RevlaW 20160821 City PmJ00 Na,02727 0041 oa BID FORM Page 3 of 3 6.2. It Is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts, 6.3. Total Bid Amount i UNIT I:Water Improvements Bid UNIT II:Sanitary Sewer Improvements Bid UNIT ill: Paving Improvements Bid Total Bid 7. Bid Submittal This Bid is submitted on Month t!*y;Year by the entity named below. Respectfully submitted, Receipt is acknowledged of the initial following Addenda: gy Addendum No. 1: (Signature) Addendum Na.2: SAM—,* 9(tAf Addendum Na. 3: adadhayi-do JAddendurn No.4: (Printed Name) i �s�r Pn�►'�ot Title: Tit Vere { Ttx Uftli$�S r hc� i Company: Company Name kern" Corporate Seal: Address: Atldrm.Here P.o. &yc �1 i Address Here or 5pece Aflihylon,(17L C#y,State Zip Code Fie State of Incorporation: Sute dere -*A!> Email:;'15- $11 mess Here rr�'feX C�,S ;c 91061.0 Phone:Maur Otme Nu r Here �31�-��114 -5 icy`► END OF SECTION i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2018 WSM-F.PART I Farm Revised 20150821 City Project No.VM7 • 60A}a' nnpRprqm i PIP Mlt SECTION 00 42 43 PROPOSAL FORM i UNIT PRICE BID Bidder's Application i pnow Baa D&MAM" B"es 4tapaul Pw(gem Did t is1 Ilam SpeciC,car on gid Qnw aip' U101 or Dmdplion UM prix Bid valva No, Sec1,4n Na �tdsummant w UNIT 1:WATER IMPROVE141EMS W1 3311-0141 331110 70 LF 6-Inch Water pipe 33 11 12 —}�y n _.Dollars 3sri,950.VJ J Cents W2 3311-0241 33 11 10 4,610 LF 8-inch Water Plpe 331112 Sevin _Daflars X7,50 �`�g�7S.ao Cents W-3 3312.3002 33 12 20 7 EA &inch Gate Valve Dollars gay 5 X7'75.o� Cents W-4 3312.3003 331220 12 EA 8-inch Gate Valve 1 �01�`A � one-ACKLej+M�M lllers I tT► 46(j.wCents W-5 33123102 33 12 20 1 EA 64nch Cutin Gate Valve fblUlr'�IouSur�s ��.�rs erg Cents W-d 3311.0001 331111 4 Tons Ductile Iron Water f=ittings w/Restralnt s.12 n+rh Onl,, ty,tatil,S.fM►d Dollars 71 Cents W-7 0241-1302 02 41 14 5 EA Remove 8-Inch Water Valve `'Irc�uindfcdtY_ Dollars Zerg Gents W-6 0241-1303 02 41 14 6 EA Remove 9•inch Water Valve �t1a'Wr ftlk' . Dollars Cents W9 0241.1718 02 41 14 2 EA 44nch to 12-Inch Abandonment Plug zn a j) o%%,KA , e—I hu►,d�� Dollars Cents W,10 3312,0001 33 12 40 7 EA Fire Hydrant rt '�fGG -`}y�Sun h►ne huhdc bollars 3 �J `a730d,UJ t� Gents i Ortv:rsP►arr emaryl wAM AND SAWA0.r s6walt srAnumcdmTRmTmmwlrnKiemlaucu vxrs IUTLnCF&Mxr pol mwrjoi6 We4p: rftwFA*w 101%170 vigp4as Ha 61716 114 e1�i gp{'�tf7f311At. na,Sdtt SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application "aa teem wom0,W. bidders Prepmw Did List Item spedrimm Unit or NY(Mn NO. 5.6.Na IsiJ 4umlin_. melauragem tlescnpden Unit Puce did Vitus W-11 0241.1510 02 41 14 6 EA Salvage Fire Hydrant Dollars Gents V1/-12 33120107 33 12 25 1 EA Connection to Ewstinp 20-inch Water Main,NIGHT HOURS 'E 11101AsGr.1r101 oollata �0 O��oo �0 OOl1.v0 Cents W-13 3312.0117 331225 0 EA Connection to Mdatlnp 4-inch t124nch Vlratar Main rce. f ,e�sol A � Huhdrtd _ Dollars •aJ 3� 00.00 Cents W44 3312.2003 331210 173 EA 14nch Water Service S�-2 a -- - Cents . -I� WA 3312.2001 331210 165 EA 14nch Water Service,Meter Reconnection o WxAm X1..414,0, Dollars Cents zs.oj 721 W-16 3312,2004 331210 40 LF 314-Inch Private Water Service, Relocation TfIN Cents W-17 3304.0101 33 04 30 .1 LS one rare I'--^+Arv�GCSt yoar y n 41ASaVLA --- Dollars �'�50cAaa l'Isoo0.�C1 Z CO Cents c- W18 3201.0142 32 01 17 4,800 LF 5-foot Wide Asphalt Pavement Repair,Residential 7f W Dollars Cents — W-19 3201.0151 32 01 17 1,720 LF Asphalt Pavement Repair, Water Services Won (� Won Dollars Cents v�*7{r S �-I C�[c� d.,OJ W-29 3201-0614 32 01 29 so SY Concrete Pa rent Repair, Residential _ Dollars 9r� n t Cents 1 !V•� Cp t r� cnrgPtroRTW4RrH #M'V pA00%AWARY*Wtflt itAxoMpD�ntK nrrprtul�trAtkerrq rd;pr.At'kA18MrcGN1kAC1`�16WsAnq CAr Rvtaf xu;al1�ti MUM am vKa4nrnt Pp7nr11 SECTION 00 42 43 i PROPOSAL FORM UNIT PRICE DID Bidder's:Application VM10 1 ikm law"01" aidd ez Pwpow FWI#lm Bid List Ilam SpclirtlaidQuµNily Umtof Dctipliba UttkMW Bid Value KM: tleclia"N.� bls.wu�nactlt W-21 0241.1300 02 41 15 1,775 LF Remove Concrete Coria&Gutter (b01b0) Dollars --� Cents 5•a� �$75.�, %22 3216,0102 1 321613 1,775 LF 7-inch Concrete Curb and Gutter {50150) - rr S1x Dollars W-23 0241.1300 0241 15 51060 SF Remove Concrete Driveway (50150) 0 ne Dollars Cents 1.70 aqG,ou W-24 3213,0401 32 13 20 6,050 SF 6-Incl)Concrolb Drl away (SO/60) S1� Dollars 6-so n gas.W ' Cents W-25 0241.1400 02 41 15 175 SY Remove Concrete Ilalley Gutter (50160) tv- 11)(74 a — ollars Cents W-28 3216.0301 321613 175 SY 9-Inch Concrete Valre Gutter, Residential(60160) —" � Dollars 2 � - _ _ Gents 90. 750.00 W-27 0241.1506 0241 15 7,200 SY 2-Inch SurfaceMilllna (60150) — 4ree —. .Dollars Cents W-28 0241.1600 02 41 15 285 LF Butt MliGnq (60/60) —tyy VOk"y ___Dollars Cents W-20 3212.0900 321273 36 GAL Asphaft Crack Sealant (50150) QI" V Oullars4)41+4 Cents �lCents W-30 3123,0101 312310 43 CY Unclassified Street S vation (50150) ll .�le. _ Dollars Cents �Yrrorru�trwotrm WMMANDIAWATeYSMIk VrM rItRt+IM*%*A1X*13 1041 MA RNLACMAX(VOWMAMPSWUMlr romikl]/114174 C7t�1W-1 W pt7M w4zar all tak7MtRM. P�.t pf t t SECTION 00 42 43 = PROPOSAL FORM UNIT PRICE BID Bidder's A.pplicatiw>I PRO41 nam rnramPw Biddats Prop" Py ham Bid Gist ftetn spuaiGeation aid ,,Lunie of rmi t) Na Section No, 4 Measurcruent tim U611Rim Did Value W-31 3212.0302 321216 7,200 SY 2-inch Asphalt Pavement,Type"D" (50/50) r nAit °C'e,ts X0.75 77 qw.00 W-32 3305.0111 33 05 14 6 EA Water Valve RckAdjustmentwt 330817 Concrete Collar rcnten+ �- ru. tntnnoN`cd . Dollars a Cents 0I,�.�C 30��7•�0 dNN W-33 3305.0108 33 05 14 29 EA Misc.Adlustment-Water Meter Box (50150) { t :6rI�A�+OIPt� bollar8 '14C�.0cl a Cents W-34 3305.0107 330514 S EA Manhole Adjustment.Minor w/ 33 DS 17 Concrete Collar rcnfcm St-Y" h„t+%attk r� Dollars .. J Cents W35 3217.5001 321725 32 EA Curb Address Palntlnft (50150) W, y...: _.___...._ Dollars .l Cents d l W-36 3291.0100 32 91 19 112 CY Topsail (50/��5fftl) n� r� fT n,G s Dollars SDS W-37 32920100 329213 500 SY Bloch Sod Place ent (50150) _ �dUf Dollars . C� `�(1r1.c� 4 Cents �� ri� lU W,38 0171.0001 017123 1 LS Construction Stakinp 11A� Dollars d Cents )5�i•cw 5�t�� W-39 0171.0002 01 71 23 1 LS Construction Survey,As-Built Redlines -Phi, gad 7 fJ� h(AV%dft4 Dollars S�.1.0 J Cents W-40 3471.0001 34 71 13 s MO Traffic Control dollars 50C1.�1 ow) •a� --� Cents to c�rrrwrpat wwnl wa'mn ntm�Ntrnp�t as+aaat r >�a>t�s'nucriarca�ctrcwmttdocutrrNrs Bret.n�wrtrriatrrtarr�otavrstitar weilintans]0►1ag0 11B'P�ve+fia lui?F aoa�•t� utu MOW. 1p7iarn SECTION 00 42 43 PROPOSAL FORM UNIT PRICE IIID Bidder's Application emjed It= Bidders Pmpenl Pgneiu Bal Listbim *dficsom OidQLMM4 umtof IHaenpdan Unit Pda DidVdua No_ $coon No, M1latsun:meat W-41 3471.0003 34 7113 1 FA Trak Control Wails Wins )�.(�� f Ou - Cents W-42 9999.0003 1 LS ConOuotion Allowance One Hundred-Th1tiV_Tt=raid_Od11ats no Cents $ 30 000.00 slqgt7A0.Og UNIT I Water Improvements Bid Total Pt't�e inC�udl�d I(ne l�Qhs ta. t:gTQYI�OIrrYttlNltl WA11ttANpsinlAtAltYiiYWltlt afAFR f�M1'll<ICIRY+W6�91C11Tgknt7C46YttJls II�p1AtY61kMC�NtItJVt.'!7DN SYltdtl Y41Ip Nwtrl taliuuo City nviwt W.02724 f ap♦;J3 Feb0 r1t SECTION 00 42 43 +f PROPOSAL FORM UNIT PRICE BID B'idder's Application Ftajm.K Tien tribm atiw Bidders Plop" Did Id,t turn Specirwation Unit or Pgi[em No Section No. Nid4namiry M. peueiPtiwr Unit Price Did VAN. UNIT 11.SANITARY SEWER IMPROVEt1ENTS S-1 3331-4115 331110 2,440 LF &inch Sewer Pipe 33 31 12 333120 i jL� r I D eats 50a3 2�0.�, cents S-2 3331-1102 33 31 23 1,605 LF 8-Inch Pipe EniarqerAent Dollars ------- -Cants S-3 3331.0103 33 31 22 50 LF 8-Inch Point Repair,Sap Adjustment 33 31 23 +� �'11 ei. Dollars Cents p�.�� i � ^` 0 d t W S-4 3339,1001 333910 12 EA 4-foot Manh�a,le 33 39 20 fes �p (` 1 I-AIC t\d e Cents vl ias. 53 baa oL) S-5 13339.iOD3 33 39 10 is VF 4-toot Manhole,Extra Depth 33 39 20 _ Dollars T Cents 5-B 3339.1004 33 39 10 5 EA 44bot Shallow Manhole 233020 f7r -1,{,�x scd �s, ve, at��a75.c�o 7_ ._._. Collars l 1 as5.(�J d Cents _! S-7 3305-0112 33 05 17 17 EA Concrete Collar t _ Seven 640 t �-P-t-L. _.Dollars �v Cents S-8 3301.0101 33 01 30 17 EA Manhole Vacuum Testing wa �►+ ��-�'��Dollars — 290 2 S�. �I a5�,'0)Cents S-9 0241.2201 02 Al 14 10 EA Remove 4-loot Manhole 4014 Dollars Cents JSC�tatl Ssii�.oJ S-10 3331.3101 33 31 50 100 EA 4-inch Sewer Service ntnC,htXr*CA 'ty!irt IC Dollars x}35. � 9� (�.aJ Cents 5 ew crrewraerwaom w�rwcntm�v+rr�tersawrnr arn�luacaapa�erstlrae>halcilt>oFt reOCUFm.Nra IwFtAc71an4Ntc�fxr7tnFrseis:rs+dal t+M><wrrdiplmUo cYt Jerks Nb Dille ,� flDlltOlKteA1. 1lfr+ief t 1 SHUTION 00 43 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project hem tnrolma6oa BiddaA PMm d Pd Clem Bid List trem speciscmion Bid Quart" Anil or Iloit Price Bid Vdua No. Sectian No. Measurement S-11 3331.3311 33 31 50 100 EA Minch Sewer Service,Reconnection eme, meq—""- ollars resents S-12 3331.1201 3331 23 60 EA Service Reinstatement,Pipe Eniargemenl w/4-Inch Cleanouk _ o Cents I (�1 '73 Sal. S-13 3301.0001 130131 1,570 LF Pre-Construction CCTV Inspection ..0`�._.._.. oalars Cents 5 S-14 3301,0002 33 0131 4,0007 LF Post-Construclich CCTV Inspection rs t; Dcents 1,�5 c6 S-15 3305.0109 33 05 14 1,500 LF Trench Safety System Dollars = Cents 8-16 3201.0112 3201 17 220 LF 6-11oot Wide Asphalt Pavement Repair,Residential ti 11e0 Dollars F Gents — S-17 3201.0150 3201 17 40 LF Asphalt Pavement Repair,Sewer Services -rh H,4 Dolan '34 .a Gents S-18 3201.0614 32 01 29 40 SY Concrete Pavement'Repair. Residential ons 11tM��CtA /6hfy ' Dollars +^ Cents S-19 9999.0001 12 SY Gravel Alley Repair,Residential _ iWi,4y _�qt Dollars Gents s S-20 3292.0400 3292 13 3,400 SY Seeding,Hydromuich in Alleys VhQ. - Dollars nia Cents w 4 ' CN ilei titlrr WtpiT71 r WA'IpL N90aAMfACYatlWLk ArAM�IIR!4gN771irpotRllrelG+TiT1 rllSCldd6li'1`R rikPl-A�Affitftt(MtrNAf.T#Pid WN►�L ras,�.,raa�rTa�a nurP�eireri+a:ama 404143 w t�rsysnr. ev.aiwn SECTION 00 4143 PROPOSAL IFORM UNIT PRICE BID Bidder's Application t Jtiojmt Item lnfemttt m Diddle Ptvposnl Bid lett item SperiflcnGnit Unit of I1HO No SettiotlNo Bid4mntity lnle�uremcm Otartipdon MR Prim BidYaloe # S-21 3213.0301 321320 20 SF 44nch Concrete Sidewalk Dollars 50 Cents 6-22 3201-0100 3291 10 42 CY Topsoil Dollars cents It-1575() 5-23 5202.0100 329213 208 Sy Block Sod Placeme �mr Dollars �[.aJ $3 zo -1 ___.---_--- Cents S=24 3305A103 33 05 30 1 EA Exploratory Excavation of Exislinq Utilities r Dollars Cents �Ikt.�o S'SW.60 �— 5-25 0171.0001 01 71 23 1 LS Construction Staking o-�horSt�Rd Ye, h"td Dollars 5�?� a 5 a v . Cents : S-26 0171.0002 01 71 23 1 LS Construction Survey/As Built Redlines C -rhars(►nd Dollars5� Iv cents � Q► d 5 i 5-27 3471.0001 34 71 13 3 mo Traffic Control v Gems c�J � d.aJ S•2U 3471-0003 34 71 13 i EA Traffic control Decals �n 6.4ti Dollars 7910 Cents l 0U 5-29 9098.0004 1 LS Construction Allowance —._F((tyThomnd Dollars no Cents $50,00(0.00[ I- $50.000.00 UNIT II Sewer Improvements Rid Total 1 t e� P�;Ge inc,ltn�ec� Ifni, ileh4 t»'lrnlpfmtl'rtaet» w,�nxrnlsseurrtwteawrx xnuta,�aart>etcKwvta�cD�.�ratrtc+octatnirrs t�rt�aa�rc+uxra�crwtawt�ce PaRRafinF"13e136 car !)7=e rA at+s RnrNrfl[ttAL Hi0e0d f 1 SECTION 00 42 43 �. PROPU eAG.rORM UNIT PRICE BID Bidder's Application Ptujacf 1km lnromutian siddalt Pnopmd Bid List ttcm Speciricmiaa unit of P�1pm Na Scakm No. BfdQunnlily MCMUMM! [k>taipti0n UaitR,ita 0idydua UNIT Illi;PAVING IMPROITI4IENTS P-i 0241.0100 024113 24,400 SF Remove Sidewalk tvi fji it- Dollars P•2 3213-0301 32 13 20 28,000 SF 44neh Concrete Sidewalk S,XDollars `- _ _.__ rZ Cents QC S sou-0j P-3 0241.0300 0241 13 16 EA Remove ADA Wheelchair Ramp 4 ��) s 1�C!�!'v'4 Dollars r,, f 1Vu.vCents (qOd,� 9 6r(�1�,(0 P-d 89110.0001 39 EA ADA Wheelchair Ramp _ZG-illalMAn� s►X�""p�ollars `f 2 o Cents b�,�a 4c1 "lo�►.aV P-5 0241.1300 0241 15 1,775 LF Remove Concrete Curb and Gutter (50150) +� IVC _ _ Dollars serg Cents P-e 3215.0102 321813 1,779 LF 7-Inch Concrete Curb and Gutter (50150) Shu S)xs tf o Cents P-7 0241-0401 0241 13 5,D50 SF Remove Concrete Driveway (60/60) Vn� Dollars Cents , P-8 3213.04111 32 13 2a 5,050 SF 5-inch Co rete riveway (50150) Dollars cents P-9 0241.1400 0241 16 175 SY Remove Concrete valley Gutter (50/50) -fve110�l a Dollars Cents �uv P-10 3218.0301 321013 175 SY 8-inch Conor to Valley Gutter, Residential(50/50) bollara � -Cents ��.aU Oa i lYrli-6P Pdkr watnl WA1tJ[,u�nynNtr4sY wv4;k NrAXbl�RnictYkMlMN:rIR!+ttenikfMppcllMQNrs1 prfY.ASEAfNrleoNrpAC/'�Oti'►c5�t01 lyM0 NM<id il1UAN0 Caw 1v¢tt tii;02Y94 ar Ou 43 4) +f �P PRc7PntliAf. Wp?0 of!I S6CrION 00 42 43 MOPOSAL FORM UNIT PRICE BID Bidder's Application Pm ml kem k4muhan Bidder's Pnpmal slidGilllum Specification Bid PIq rNnt NSection Ho. Bid Qumnry htc,iwn inenl P&O Bid Yslw q P-11 0241.1506 02 41 15 7,200 $Y 2-inch Surface Milling (50!50) -fhr�t Dollars 3.(�S l 9�V•(�' ' Cents ` P-12 0241.1600 02 41 15 285 Lf suit Milling (50150) Dollars q i Cents I�'LJ 5�el 16`) --F13 3212,0900 32 12 73 35 GAL Asphalt Crack Sealant (50150) r S¢Ytn Dollars �. Cents G�vJ d 61�,5J P-14 312$.0101 31123 16 43 CY Uncluslftd Street Excavation (50150)6 if t� OnG Dollars f o Cents �-- P-15 3212.0302 321210 7200 SY 2-inch Asphalt Pavement,Type"Y (50150) I'm.._ Dollars ,. e G Cents P-16 3305.0111 330514 6 EA Water Valva Box Adlusimant w/ 33 05 17 Concrete Collar(50150) �d hVatG h� � , D110-DO ��'rt )(7 1 __... . ... _.. lei Dollars `b 0S.Z'j d 10-all _--- Zero Cents P-17 3305.0108 330614 29 EA Miss.Adlustment-Water Meter Sox (50150) TOtAr ��`� 4— Dollars (�U,a� I W (�O —� 2at—I Cents P-18 3305.0107 330614 B EA Manhole Adjustment,Minor w1 330517 ConcreteLCoffar(50160) h Seim ►11A�t4,.Wj�j Dollars + t a Cents P-19 3217.5001 32 17 25 32 EA Curb Address Painting (50150) Dollars d�►c�, �J s _ cents 6� L P-20 3291.0100 32 91 10 112 CY TQpsoll (50150) Tr'f� �� Dollars PIP d-- t,_ Conts 4 CnYtfVFUNT:MOItnf WAti!NtWlleAiJrrABYlF%i64 liI1N1'tA�fCllNtPgMIQNtiN�NCA1Rklf%1L�M1{Nf6 �.�PI.M�NrF'nMiRWTr i016;k�a1Y Nto�gallp11u1,ip L4�1 At�ett lie.01)J6 • Coat ll Ia0 PAOPdSakL Pge I 1 edi 1 SEMON 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application wooco It"hi(umlaluul Htd4eto Propoma Did List Ram SpeciGotion Unil or � " Ho. 8actionNo. DidQum6iy Mcmummedi ne"o- Lleitpkiw WVidua P-21 3292,0100 329213 580 SY Block Sud Placement (50/501 -z,Ar Collas , 2eeo P-22 3471.0001 34 71 13 3 MID Traffic Control fry4 �QO. f !y'_-.'!_------�Clenis J���.aJ � 0�1 P-23 9999.0005 Cents LS CodstnJction Allowance -no129 Dim Gents s0 000 as $0 000.00 UNIT III Paving ltdpirwemealm Hitt Total '710, (9 (�j#W UNIT ly UNIT Il and UNIT III Total Bid ENP OFSEMON w r s 6TfYi�F F>IfFTWWf It WAaV.kMMIMrtARYMOM fANh71R{1CG11RiNUCaKtNe'K[7►IC'i1T97NACCtDA KTS kwAeW mrcoRr =mho%,"" timnat�tiW Na adt1C C1W 110�ett 1#:Otttb THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond - KNOW ALL MEN BY THESE PRESENTS, that we Gra-Tex Utilities Inc. as Principal, hereinafter called the Principal, and Hartford Fire Insurance Company a corporation duly organized under the laws of the State of Texas as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid- (5% GAB1Jor 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 Water and Sanitary Sewer Replacement Project # 02727 —Water System Improvements. 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 116th day of March 2018 . Gra-Tex Utilities,Inc. _ pfin . ) (Seal) By 1;'t a (Title) President tlMtness) Su ty (Seat) Aon Reol�ls, Ide)Attomey.in-Fact AIA DOCUMENTA310III BID BOND®AIA®0 FEBRUARY 1970 ED®THE AMERICAN ; INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 1 i • `t Direct Inquiries/Claims to: THE HARTFORD BOND,POWER OF ATTORNEY HartfOne ord,Connecticut 06155 Bond.Claims(cDthehartford.com call:888-266-3488 orfax:860-757-5835 Agency Name: INSURICA INS MANAGEMENT NETWORK KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 46-510067 0 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Q Hartford underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut,(hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : JIM BARR, ROGER REDDEN, RHONDA WELLS, RUSSELL BOARD of ARLINGTON, Texas their true and lawful Attorney(s)-in-Fact,each in their separate capacity if more than one is named above, to sign its name as surely(les)only as delineated above by R. and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ryesnwrr t� ox},itrs•,y`, �i ei,4� �`,�ic,M"�i� o�►r°Mr e s`r,,r�rreur�l� ' 1Q�� =err 5567 R e=j^i • -�_ � i G OY►�*� .„'r -4_w ,$ 'i;2rrnhivl�` i•al�' �.,: 1pg9�e, l O �� • r�.�•{��' �'wa+� jPAW, �t '� 1`!�•hlrfari� - -rNnN'�• :.rCied` John Gray,Assistant Secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 11th day of January,2016, before me personally came M. Ross Fisher, to me known,who being by me duly swom,did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. • ` Nora M.Sh»nko Notary Public CERTIFICATE My Commission Expires March 31,2018 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of 3-16-18 Signed and sealed at the City of Hartford. /��Gr�► TV 1 ll.rr�,■ 1Q�1 - f poen �' ;T weareroer +tr.r 15811 e oT • t+1 • �•t- - i o•.pa.nr,iv� r•sl ' ' :1 O "F t 119119 Kevin Heckman,Assistant Vice President T POA 2016 OD 4313 BID BOND Pape 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: = That we,(Bidder Name) Company Name Here hereinafter called the Principal,and(Surety Name) Swely raary-., Nkrt a corporation or firm duly authorized to transact surety business in the State or Texas, hereinafter called the SLirety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Spell DUI Nu e-s.irl" and No/100 Dollars ($ Nurnera is )dve ,00), the payment of which sum will be well and truly made and the said Principal and the said Suiety, bind ourselves,our heirs,executors, administrators,successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obilgee, MW identified as WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2016 WSM-F, PART I Avenue G,Avenue H and Haynes Avenue NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing With the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal falls to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract In accordance with the proposal, this bond shall become the property of the Obligee,without recourse of the Principal dim and/or Surety, not to exceed the penalty hereof,and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount SIGNED this day of , 201& _ By: Company Name Here {Si l l We of Pancipl) 'By: 'Sure"i'mie""HO , ( igftatl rl of Attorney-c WwQ 'Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only i END OF SECTION CITY OR FORT WORTH WATER AND SANITARY SEWER = STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2018 WSW,PART t Form RwAsed 20116827 Cay Project No.02727 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 (cut-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 T Blank , 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 Stale Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: Gra-Tex Utilities, Inc By: Michael S. Rosenbaum 605 Prairie Street �• 0 (Signature) Arlington, Texas 76011 Title: President Date: .s END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Form Revised 20110627 City Project No.02727 004311-1 HU)DMS PMUALIFICAMNS M" Page 14r3 1 SECTION 00 45 11 i 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are requirod 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(a)listed with their Bid.Afiy contractor or Subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45130 Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The praequalification process will establish a bid limit based on a technical evaluation and t 1 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 Gash Flows 20 (4) Statement of Retained Earnings 21 (5). Notes to the Financial Statements, if any 22 b. A cetWed 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 co"Ileal 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 N!h w.window state.bc.tlsJtaxlWWV and fill out the Am 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.Tile DUNS 34 number may be obtained at v�vr �d�b,cam. 35 d.. Resumes reflecting the construction experience of the principles of the firms for firms 36 submitting their initial prequMification.These resumes should include the An 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 certil"red copy 44 be submitted for consideration. MW CITY OF FORT WORTH WATER AND SANITARY SEWER $TANbARDCONSTRICTION SPECIFICATION DOCUMENTS REPLACEMENT C014TRACT2016 WSM-F,PART I Reviod July 1,2011 CIa Frojea No.027X7 004511-2 BIDDERS PREQUAL F1CATIONS Pap 2 of � 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 funs 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 coalpany. 9 (4) Financial Statements must be presented in U.S.dollars at the current rate to of exchange of the Balance Sheet date. 11 (5) The City will riot 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 arty 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 oapaoity is determined by multiplying the 25 positive net working capital(working capital=current assets—,current i 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 PrequallftcativnApplication: 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 prgjects.Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is clothing 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 praequaliflcation; 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 prequalifieation 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 prequalificatiou approval, CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPEC1FiCATION DOCUMENTS REPLACEMENT C MTACT 2016 W5M-F,FART I Revised July 1,2011 Chy PttdadNo.02727 00#S 1�-3 BIDDERS PREQUALII`ICAt'tONS PW 3 of 3 1 d. (f 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 6 7 R END OF SECTION i 9 MM i i Ii CITY Of FORT WORTH WATER ANIS SANITARY SEWER STANDARD CONSTRUMON SPECIFICATION UOCIJMSNTS REPLACEMENT CAN7 UCT2016WSM-I+,PART I Revised July 1,2011 CJry P1'O d No.02127 00 45 12 BID FORM • Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. PreqMajor Work Type Contractor/Subcontractor Company Name Expiration Date Expiwation Date Water Improvements-8-inch Water Main Replacement by Company Name Here or space tate Here or space Open Cut ` Sanitary Sewer Improvements 8-Inch Sanitary Sewer Company Name Here or speoe Date Here or space Replacement by Open Cut Sanitary Sewer Improvements Sanitary Sewer Rehabilitation Company Name Here or space dare Hero or space by 6"-8"Pipe Enlargement Paving improvements.Full Company Nacre Here or space Date Here or apace ,,. Milling/Overlay The undersigned hereby certifies that the contractors and/or subcontractors described In the table above are currently prequalified for the work types listed. BIDDER: �u M P�& a(04 *- Company Name Here G ru Te-1 W li la By. Printed Name Here Address Here P,b. �oy '1d) Address Here or Space /��t �� Tk ?(�Q�� (Signature) City,State Zip Code Here rl / i Title: Title Here G Dfltiolal R Date: END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM•F,PART I Farm Revised 20120120 Cily Project No.02727 FORT WORTH, May 08, 2017 Mr Don E Kemp Gra-Tex Utilities Inc PO Box 700 Arlington, TX 76004 PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS Dear Mr. Kemp: Thank you for your submittal of information and data toward prequalification to perform our work. We are pleased to advise that your prequalification has been finalized. A bid limit$7,995,230.00 has been established for your organization based on the financial data submitted. " Your firm is prequalified to perform the following work: --Wastewater Mains (24" and under) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods --Water Mains (24" and under) for New Development, Rehabilitation, and Redevelopment using Open Cut construction methods The prequalification and bid limit established above will remain current through 413012018 This date was established to be sixteen (16) months from the date of the most recent financial statement received, unless rescinded for cause. Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work experience, and equipment list will be necessary for this department to establish a new bid limit. Please be advised that the plans and documents for the work to be performed must be submitted to and approved by the City of Fort Worth Water Department. We appreciate your interest in our work and should you have some question in this or other matters within our purview, please do not hesitate to contact Mr. John Kasavich at(817)392-8480 or Norma Sauceda at(817)392- 6055. Yours very truly, MAIL TO: John Kasavich, P.E. fA dol, Fort Worth Water Department 0 Gf Engineering & Fiscal Services Division Chris Harder, P.E. 1000 Throckmorton St. Assistant Director Fort Worth, TX 76102 Fort Worth WATER DEPARTMENT ( ENGINEERING AND CAPITAL IMPRoyEMENTs THE CITY OF FORT WORTH * 1000 THROCKMORTON STREET * FORT WORTH, TEW 76102 817-392-8240 * Fax 817-392-8195 1964.1993.2011 ! Printed on recycled paper FORTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code w Telephone Fax Email Texas Taxpayer Identification No. an Federal Employers Identification No. Ma DUNS No. (if applicable) i MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS ... 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR *t Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches,and greater than 350 LF Tunneling—66" and greater, 350 LF and greater Tunneling—66"and greater,350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development,24-inches and smaller Water Transmission, Urban/Renewal,24-inches and smaller Water Transmission, Development,42-inches and smaller Water Transmission, Urban/Renewal,42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV,8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 �` 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP,24-inches and smaller Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and :faller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning ,42-inches and smaller Sewer Cleaning ,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less = Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER $1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting Mo CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of S 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER now 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual,other organization and reason. _ 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her = name? If so, state the name of the individual,name of owner and reason. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 20I6 WSM-F,PART I Revised December 20,2012 City Project No.02727 OR 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 dft 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS r 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer,director,or stockholder of your firm is an employee of the City,or shares the same household with a City employee,please list the name of the City employee and the relationship. In addition,list any City employee who is the spouse,child,or parent of an owner,officer, stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6of8 s CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited,or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 �' 004513-7 BIDDER PREQUALIFICATION APPLICATION = Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various".The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model,and general common description of each. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I 1�! Revised December 20,2012 City Project No.02727 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 — BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other .., agency herein named is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the _ said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: _ Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 004526-1 CONIRACTOR COMPLIANCE WITH WORitEWS COMPENSATION LAW P461 of 1 .. 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(x),as amended,Contractor certifies that it 3 provides worker's oomponsation insurance coverage for all of its employees employed on City 6 Protect No. 02727.Contractor further certifies that,pursuant to Texas Labor Code,Section 7 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 .-. 10 CONTRACTOR; 12 —7—f x. _4,7I1 i 11 e5 1(1 C- BY 13 Company (Please Print) 14 15 !o �G.f� c Signature: 16 Address 17 , 18 (��n ,,�� WO// Title- 4W 19 City/State/ p (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF'TARRANT § 25 26 13E 12 � M2,the u ersign authority,on this day personally appeared 27 r�11eS, Se/I z known to me to be the person whose name is 28 subscribed to the foregfg roar ment,and iickpowledged to me that he/she executed the same as 29 the act and deed of &fel- 1 C,c W-1 C`%(es )/[C• for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 '� 32 (;I V t1T+IDF,R MY HAND ANP, SSI,OF OFFICE this day of 33 c' .201,5 34 35 36 i '' GREG HUGDAHL,SR. 37 • ' � My Notary ID#128160988 o u n an r the Stale of Texas Expires Febnmy 1,2022 +. 38 11 39 END OF SECTION Me 40 CITY Of FORT WORTH WATER AN)SANITARY SMER ,,. STANDARD CONSTRUCTION SPECIFICATION DOC UMENIS REPLACENGNI'CONTRACT 2016 WSM-F,PART"I Revistd 1Wy 1,2011 City ProjeO No.02727 004540-t rr Minority Busi ness Etitequift spe a ications Page 1 of 2 .. 1 SEMON 00 45 40 2 Minority Bi s I Sr -Spec tions, 3 iw 4 APPLICATION OF PO CY 5 If the total dollar value of the contract is V'wter'than $50,000, then ,ii MBE subcontracting goal is 6 applicable. MR 7 8 POLICY STATNT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all: goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MSE PROJECT GMS 14 The City's MBE goal on this project is 25 % of the total bid value of the contract (Base bid gWies to 15 Parks and G� it�atlxixt r 3 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit,both a MBE'Utilizatiion Form and a$BE Utilization-Foran 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 an 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 Pure sing Division, with--the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. Tit 0mi hall 31 deliver the MDE doTn person to the aropx> tte empp yee gthe� iGhas%� divistian and 32 obtain oat zxe rept. ' ii receipt shalt be evift to st the-Ny tie ed �;tl0ctir trtatao��t[iie ~" 33 time allocated. A faded an `ter emailed copy will not be accepted: 34 1. Subcontractor Utilization Form,if received no later than 2:00 p.m.,on the second City business �• goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m.,on the second City business Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than stated pal: 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 thle bid opening date, exclusive of the bid opening MBE amici ation: 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, e�lusivee ofthe bid opening contractin su lier work: date. 35 Ma CITY OF FORT WORTH WATERAND SA NrrARY-SEWER STANDARD CONSTRUCTION SPEMICIATION DOCUMENTS RVI ACEMENT CONTRACT 2016 Imo,"FART I Revised June 9.20I5 City Project Ni>x 02727 .ft 004540- Aftaftftdiev Enterprise Speolficatians Pap of2 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 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-("E Office at(817)212-2674. """ 8 END OF SECTION 9 dR 10 ii �+4 .f i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCIUMOM REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised June 9,2015 City Project Na 02727 :�.� �� it ' J �i .. � � i I I. .. .i� � � � .. ' Ili I i �� :i I. . . .. .. �. . . .. ��II .I� '. ' � — � ��i � i �I ' . � .�II�ilk .. ' #. .. � .I� .. .. .. 4�i " �� �'�nl 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 • 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on June 5,2018 is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and Gra-Tex Utilities, Inc. , authorized to do business in Texas, acting by and 7 through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Water and Sanitary Sewer Replacement Contract 2016 WSM-F,Part I 17 City Project No.02727 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds, of Two Million—Seven Hundred Sixty Seven 21 Thousand—Six Hundred Thirty Three& 00/100 Dollars($ 2,767,633.00). 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 365 days after the date when the 25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General 27 Conditions. 28 4.2 Liquidated Damages w 29 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 31 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also „ 32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 33 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 34 instead of requiring any such proof, Contractor agrees that as liquidated damages for 35 delay (but not as a penalty), Contractor shall pay City Six Hundred —Thirty & 00/100 36 Dollars ($630.00) for each day that expires after the time specified in Paragraph 4.1 for 37 Final Acceptance until the City issues the Final Letter of Acceptance. A CITY OF FORT WORTH WATER AND SANITARY SEWER A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM'F,PART I Revised 11.15.17 City Project No.02727 005243-2 Agrrdma�t Pop 2 of s 39 Article S. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist ofthe following. 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 l) Proposal Farm 47 2) Vendor Compliance to State Law Non-Rosident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents(pnq�ect specific) 50 b. Current Prevailing Wage Rate Table 51 c. lnsuranae ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond .. 54 f. Maintenance Band 55 g. rower of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MBE and/or SBE Utilization Form 58 3. General.Conditions. 59 4. Supplementary Conditions, 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings, 64 7. Addenda. 65 8. Docutrlentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued,become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Ordets. 71 d. Letter of Final Acceptance. MR 72 73 Article 6. INDEMNIFICATION 74 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 75 expense, the city, its officers, servants and employees, from and against any and all 76 claims arising out of, or alleged to arise out of, the work and services to be performed 77 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees i 78 under this contract. This indemnification provision is specifically intended to operate 79 and be effective even if it is alleeed or proven that all or some of the damases beine 8o sought were caused,in whole or in part, by any act,omission or neelieence of the city. 81 This indemnity provision is intended to include, without limitation, indemnity for 82 costs,expenses and legal fees incurred by the city in defending against such claims and 83 causes of actions. 84 errY of PoRT Wove WATER AND SANITARY SEWER STANomw coN&TRucnON sPucmcA-nON DOCUMENTS REPtrACEMENTCLINTRAiaT=6 WSM'F,PART I Rarised 11.15.1 City P►ojea N0.02727 00 5243-3 Agmemeril Page 3 of 85 6.2 Cotitractor covenants and agrees to indemnify and hold harmless, at its own expense, -� 86 the city,its officers,servants and employees,from and against any and all loss,damage 87 or destruction of property of the city,arising out of,or alleged to arise out of,the work 88 and services to be performed by the contractor, its officers, agents, employees, 89 subcontractors, licensees or invitees under this contract. This indemnification 90 provision is specifically intended to operate and be effective even if it is alleged or 91 proven that all or some of the damages being sought were caused, in whole or in part, 92 by any act omission or n nce of the ci 93 94 Article 7. MISCELLANEOUS 95 7:1 Terms. 96 Terms used in this Agreement which are defined in Article l of the General Conditions will 97 have the meanings indicated in the General Conditions. 98 7.2 Assignment of Contract. 99 This Agreement, including all of the Contract Documents may not be assigned by the loo Contractor without the advanced express written consent of the City. lot 73 Successors and Assigns, 102 City and Contractor each binds itself, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to all covenants, agreements and 104 obligations contained in the Contract Documents. 105 7.4 Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or MW 107 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 108 remaining provisions shall continue to be valid and binding upon CITY and 109 CONTRACTOR:. 110 7.5 Governing Law and Venue. 111 This Agreement, including all of the Cootract Documents is performable in the State of +� 112 Texas. Venue shall be Tarrant'County, Texas, or the United States District Court for the 113 Northern District of Texas,Fort Worth Division, 114 7.6 Authority to Sign. 115 Contractor shall attach evidence of authority to sign Agreerrient if signed by someone other 116 than the duly authorized signatory of the Contractor. +� 117 118 1.7 Prohibition an Contracts With Companies Boycotting Israel, 119 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 120 Code, the City is prohibited from entering into a contract with a company for goods or 121 services unless the contract contains a written verifice6on from the company that it. (1) 122 does not boycott Israel;and(2).will not boycott Israel during the term of the contract. M CITY QF FORT WORTH WATER AND SANITARY RY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CoNTRAcr 2o16 wsm-F,PART I Rsvised t 1.13.17 City P,ogjod No.02721 005243-4 Agreement i Page 4 of 5 123 The terms"boycott Israel"and "company"shall have the meanings ascribed to those terms 124 in Section 80$:001 of the Texas Government Code. By signing this contract, Contractor 125 cerdfl a that Contractor's sigitature provides written verification to the City that 126 Contractor: (I) does not boycott Israel, and(2) will not boycott Israel during the tern:of '! 127 the contract. 128 129 7.8 Immigration Nationality Act. 130 Contractor shall verify the identity and employment eligibility of its employees who 131 perform work under this Agreement, including completing the Employment Eligibility i 132 Verification Form(1'9). Upon request by City,Contractor shall provide City with copies of 133 all 1-9 forms and supporting eligibility documentation for each employee who performs 134 work under this Agreement. Contractor shall adhere to all Federal and State taws as Well.as 135 establish appropriate prooedums and controls so that no services will be performed by any 136 Contractor employee who is not legally eligible to perform such services. 137 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 138 FROM ANY PENALTIES,LIABILITIES,OR LOSSES DUE TO VIOLATIONS OF 139 TMS PARAGRAPH BY CON'T'RACTOR, CONTRACTOR'S EMPLOYEES, 140 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 141 Contractor, shall have the right to immediately terminate this Agreement for violations of 14.2 this provision by Contractor. 143 144 7.4 No Third-Party Beneficiaries. i 145 This Agreement gives no rights or buts to anyone other than the City and the Contractor 146 and there are no third-party beneficiaries. 147 i 148 7,10 No Cause of Action Against Engineer. 149 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their i 150 sureties,, shall maintain no directaction against tlhe Engineer, its officers, employees, and I51 subcontractors, for any claim arising out of, in connection with, or resulting from the 152 engineering services performed. Only the City will be,the bonefroiary of any undertaking by 153 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 154 whether as onsite representatives or otherwise, ria not make the Engineer or its personnel 155 in any way responsible for those duties that belong to the City and/or the City's construction 136 contractors or other entities, and do not relieve the construction contractors or any other 157 entity of their obligations, duties, and responsibilities, including, but not limited to, all 158 construction methods, means, techniques, sequences, and procedures necessary for 159 coordinating and completing all portions of the construction work in accordance with the 160 Contract Documents and any health or safety precautions required by such construction 161 work. The Engineer and its personnel have no authority to exercise any control over any 162 construction contractor or other entity or their employees in connection with their work or �* 163 any health or safety precautions. 164 165 S1GNkrun PAGE TO FOLLOW 166 CrrY OF FORT WORTtt WATER AND SANITARY SEW13R STANDARD CONSTRUCTION SPECIFICATION]JlCUMENTS REPLACEMENT CONTRACT 2016WSM-F,PART r Revised 11.1,5.17 thy Project W.02727 005243-5 Ag VWMt .. Page 5 of 5 167 168 IN WITNESS WHEREOF, City and Contractor have each executed this Agreanent to be 169 affective as of the date subscribed by the City's designated Assistant City Manager ("Effective 170 Date's)• • 1'11 Contractor: City of Fort Werth By: Jesus J. Chap& By: Assistant City Manager I AU Date CAae- Attest:� "" (Printed Name) �City S1-� � Title, eA I (Seat) Address: O s ��. l�!2 .S/ M&CC-7b 0`i * ' Date: �FS Forth 1295 No. - �i/may�d k poll dft City/State/zip: / Contract Compliance Manager: By signing,I acknowledge that I am the person responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting rey,;MUZAWU menta. Law6nce flarnilton PX. Senior Professional Engineer rove s to Form and Legality: Douglas W.Black Assistant City Attorney 172 173 APPROVAL RECOMMENDED: 174 /-7 D /J( 175 ..... 176 VM _._. CI401.1 NARAEet 177 Ttk.,#.r..DIRRCTOR, 178 Water Department 179 CITY OF FORT WORTH WATER ARID SANITARY SEWER i STANDARD CONSTRUCTION SPECIFICADON DOCUMENTS REPI,ACEIMENT CONTRACT 2016 WSM'F,PART 1 Revised 11.15;17 Cily Fra*1 No.02727 006113-1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 61 13 BOND#46BCSHP4373 2 PERFORMANCE BOND 3 �• 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Gra-Tex Utilities,Inc.—, known as"Principal"herein and Hartford Fire 9 Insurance Company ,a corporate surety(sureties, if more than one)duly authorized to do 10 business in the State of Texas,known as"Surety"herein(whether one or more),are held and 11 firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of 12 Texas,known as"City"herein, in the penal sum of, Two Million–Seven Hundred Sixty 13 Seven Thousand–Six Hundred Thirty Three& 00/100 Dollars($2,767,633.00), lawful 14 money of the United States,to be paid in Fort Worth,Tarrant County, Texas for the payment of 15 which sum well and truly to be made,we bind ourselves, our heirs, executors,administrators, 16 successors and assigns,jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 5' day of June, 20 18,which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and 20 other accessories defined by law, in the prosecution of the Work, including any Change Orders, ' 21 as provided for in said Contract designated as Water and Sanitary Sewer Replacement 22 Contract 2016 WSM-F,Part I; City Project No.02727 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 0061 13-2 �- PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the _ day of 6 J(Xt-W., ,20 A? i 7 PRINCIPAL. 8 Gra-Tex Utilities,Inc 9 10 11 BY: 12 Signature 13 ATTEST: i 14 N%(A&tl 15 0<-,6&-5er1i661,M.�es 16 (Principal)Secretary Name.and Title - 17 //^^ 18 Address: 60 S ©dl de Jc�i' 19 I 20 21 22 fitness as to Principal 23 SURETY: 24 Hartford Fire Insurance Company 25 '. 26 _ 27 B 28 Ignathire - — 29 Rhonda Wells,Attorney-In-Fact 30 _ 31 Name and Title _ 32 33 Address:2301E Lamar Blvd 34 Arlington,TX76006 35 36 37 38 Witness as to Sure TelephoneNumber:-817-226-3710 39 40 41 42 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 43 from the by-laws showing that this person has authority to sign such obligation. If 44 Surety's physical address is different from its mailing address, both must be provided. 45 The date of the bond shall not be prior to the date the Contract is awarded. 46 CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,20I1 City Project No.02727 Direct Inquiries/Claims to: THE HARTFORD BOND,T-12 POWER OF ATTORNEY HartfOne ord,Connectcut06155 Bond.Claims(cDthehartford.com ca//.-888-2663488 or fax:860-7573835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: INSURICA INS MANAGEMENT NETWORK Agency Code: 46-510067 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana w Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut, (hereinafter collectively referred to as the'Companies')do hereby make,constitute and appoint, up to the amount of Unlimited : JIM BARR, ROGER REDDEN, RHONDA WELLS, RUSSELL BOARD of ARLINGTON, Texas their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney.Ty �- r o � :;.cr..te.r4�i a ►v�?' r•t 't4i L +-':at°yOt"G:;q�.F,�Pr►0�" �� .`a..r rr.f` n �esrati► :;:1979 c: s;-t 1874 I9T9 a �q.•.r9" �'aattN j�I y'r�• a .,•ru.ori ,�„V�. �`,��.. John Gray,Assistant Secretary M.Ross Fisher,Senior Vice President. STATE OF CONNECTICUT ss. Hartford " COUNTY OF HARTFORD On this 5th day of January,2018,before me personally came M.Ross Fisher,to me known,who being by me duly swom,did depose Ch&- say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the gprporatic>tts✓ described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said; instrument are such corporate seals;that they were so affixed by authority of the Boards of Directors of said corporations and that he-signed hW name thereto by like authority. 0 I+ Kathleen T.Maynard Notary Public CERTIFICATE My Commission Expires July 31,2021 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of Signed and sealed at the City of Hartford. t e�esri ,�trs, is O�A4r� � 1'r� e:lsan..r(�� a ,v$? � •1f�� l't��`' �T*r'°dC°" 1970Ji: a:` 1879. .3 I9T9 _� a * �ifry`_.:9" "wa+.� ♦j•�tPt ''}`..;hu.ptl �inu�' '��r[airo'' Keen Heckman,Assistarrt vice President POA 2018 0061 14-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 6114 BOND#46BCSHP4373 2 PAYMENT BOND 3 *• 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 _ 8 That we, Gra-Tex Utilities, Inc. , known as "Principal' herein, and Hartford 9 Fire Insurance Company , a corporate surety (sureties), duly authorized to do business in the _ 10 State of Texas, known as "Surety" herein(whether one or more), are held and firmly bound unto 11 the City of Fort Worth,a municipal corporation created pursuant to the laws of the State of Texas, 12 known as "City" herein, in the penal sum of Two Million — Seven Hundred Sixty Seven 13 Thousand — Six Hundred Thirty Three & 00/100 Dollars ($2,767,633.00), lawful money of 14 the United States,to be paid in Fort Worth,Tarrant County, Texas, for the payment of which sum 15 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns,jointly and severally,firmly by these presents: w 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the w 18 5t° day of June, 20 18 , which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and w 21 designated as Water and Sanitary Sewer Replacement Contract 2016 WSM-F,PART I; City 22 Project No. 02727 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 006114-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of 3 a Ju ge ,20 '_ 4 PRINCIPAL: Gra-Tex Utilities,Inc ATTEST: BY: A ure i cAaJeA � Y. r 7-65-m�w,c�. (Principal)Secretary Name and Title Address: = Witnesfas to Principal SURETY: Hartford Fire Insurance Company ATTEST: BY: Signature Rhonda Wells Attorney-In-Fact (Surety) Secretary Name and Title Address:2301 E Lamar Blvd#450 Arlington,TX 76006 Witness as to Surety Telephone Number: 817-226-3710 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 Direct InquirieslClaims to: THE HARTFORD BOND,T-12 POWER OF ATTORNEY HartfOne ord,Conne t cut 06155 Bond.Claims(a)thehartford.com ca//.•888-266-3488 orfax:860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: INSURICA INS MANAGEMENT NETWORK Agency Code: 46-510067 0 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana ` Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Q Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana O Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint, up to the amount of Unlimited : JIM BARR, ROGER REDDEN, RHONDA WELLS, RUSSELL BOARD of ARLINGTON, Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety(ies)only as _ delineated above by ®. and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. ���_ycr►++ �1 n r o US,ll rs ` r..r rce.r4�� a ►��Yep t'ro'•^- 3 07�;� ,�w♦�} 'Qr:�A.r:r'SA• ��hu1N,{ '!,I sIa1�1••6'rt,7r�.�•1�: e �sa•.1N1►j'r T�;,n:.•,,t�h0�„.g7„oJ;4if.,�-;;�am`'tt►�1ri9.n.•.�7u./•9 -f9 nt ` John Gray,Assistant Secretary M.Ross Fisher,Senior Vice Presidegt STATE OF CONNECTICUT ss. Hartford J COUNTY OF HARTFORD On this 5th day of January,2018,before me personally came M.Ross Fisher,to me known,who being by me duly sworn,did depose aid say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corpora ids described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to-the k4id instrument are such corporate seals;that they were so affixed by authority of the Boards of Directors of said corporations and that he-sied`his name thereto by like authority. aKathleen T.Maynard Notary Public CERTIFICATE My Comminion Expires July 31,2021 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct ri copy of the Power of Attorney executed by said Companies,which is still in full force effective as of Signed and sealed at the City of Hartford. � s.r� $ � �� •a7r`.,Rr, = �9$'p :�•.7'•�� tr�rynre.,�+.�E 3t++�a" ,:l gt { ��,nrrnn j` ��a1afl► %,,`tai e#s?t*1979 9 1979 t • �'...f "ic i '4i;�..•-::��' 4'waau i•.+:�',��1 � �`.,htgot5' rims.•• �1[j�%�%��l�/j•/ Kevin Heckman,Assistant Vice President POA 3018 0061 19-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 BOND#46BCSHP4373 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Gra-Tex Utilities,Inc. ,known as"Principal"herein and Hartford Fire 9 Insurance Companv ,a corporate surety(sureties, if more than one)duly authorized to do 10 business in the State of Texas,known as"Surety"herein(whether one or more), are held and 11 firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of 12 the State of Texas,known as"City"herein, in the sum of Two Million—Seven Hundred Sixty _ 13 Seven Thousand—Six Hundred Thirty Three&00/100 Dollars($2,767,633.00), lawful 14 money of the United States,to be paid in Fort Worth,Tarrant County, Texas,for payment of 15 which sum well and truly be made unto the City and its successors,we bind ourselves, our heirs, 16 executors, administrators, successors and assigns,jointly and severally, firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded 19 the 5"' day of June,20 18,which Contract is hereby referred to and a made part hereof for all u 20 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly A 22 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 23 designated as Water and Sanitary Sewer Replacement Contract 2016 WSM-F,PART I; City ■ 24 Proiect No. 02727; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two(2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 30 31 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance ■ 33 Period. 34 CITY OF FORT WORTH WATER AND SANITARY SEWER A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 20I6 WSM-F,PART I Revised July 1,2011 City Project No.02727 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work,for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in ' 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and = 10 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division;and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the_ 5 _day of 3 _ Ju►�E ,20 . 4 5 PRINCIPAL: 6 Gra-TexUtilities,Inc 7 8 9 BY: 10 Signature 11 ATTEST: ' 12 Are � 13 &6V;11akA_1Alu: 14 (Principal)Secretary Name and Title _ 15 16 Address: �OS��(/r/2 S/ _ 17 18 /U 19 20 Witif ss as to Principal 21 SURETY: 22 Hartford Fire Insurance Company 23 24 25 BY: 26 Signature 27 - 28 Rhonda Wells,Attomey-In-Fact 29 ATTEST: Name and Title 30 31 Address:2301 E Lamar Blvd#450 32 urety)Secret Arlington,TX 76006- 33 � — - -� 35 Witness as to Surety Telephone Number:817 Z26-310 36 " 37 38 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 39 from the by-laws showing that this person has authority to sign such obligation. If 40 Surety's physical address is different from its mailing address, both must be provided. 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BONnectic One Hartford Plaza Hartford,Connecticut 06755 Bond.Claims0thehartford.com call.•888-266-3488 or fax:860-7575835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: INSURICA INS MANAGEMENT NETWORK Agency Code: 46-510067 0^ Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut L� Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana [X r Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Q Hartford insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint, up to the amount of Unlimited : JIM BARR, ROGER REDDEN, RHONDA WELLS, RUSSELL BOARD of ARLINGTON, Texas their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by N, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. nr e9aarr atr? a �,r` tii .."to �.�11u '� i.! oe•''a.! 1867 .,r, e • r,.. • ••J-: + - • :i'F + '`ar.r r tr f�, �•o1M► :� *!p 7 9 fir.'■'t ty 7 a -..M I979 ♦ �s:�..•r� •a•..afi ry"j'r�� • .,rxu•oi5" rnu•• \�rta`,•c�• John Gray,Assistant Secretary M.Ross Fisher,Senior Moos Pre jddhr STATE OF CONNECTICUT ss. Hartford — -51 _ COUNTY OF HARTFORD On this 5th day of January,2018,before me personally came M.Ross Fisher,to me known,who being by me duly sworn,did deposo And say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corpoiat@ns described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to tl'ltz:aid instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that be signets his name thereto by like authority. , Kathleen T.Maynard 0 Notary Public CERTIFICATE My Commission Expires July 31,2021 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still In full force effective as of Signed and sealed at the City of Hartford. _ �n'taW �i6fA'°rr t+ x!':trt.? "°"• �V .r "�.r � �i 167 e • i�•�w_ }�=�• �• �} � �►� a1 F ���nr r,r�l �yfaRl� :_1a791e 97 19 7971 • �s.'.:.� N•a�� �rp'r`r1�� s ',�"'yh„•u15• �inu•• \:.,rte,. Kevrn Heckman,Assistant Vice President POA 2019 GRA-UTI01 C RWELLS ' DATE / Y)CERTIFICATE OF LIABILITY INSURANCE 05/02/2018 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 rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT INSURICA DFB Insurance Services,LLC HO(AfcNo,Ext):(817)261-1101 ac,No):(817)261-1120 2301 East Lamar Blvd.,Suite 450 E-M IL Arlington,TX 76006 INSURERS AFFORDING COVERAGE NAIC 0 INSURER A:BITCO General Insurance Corporation 20095 INSURED INSURER 13:Texas Mutual Insurance Co. 22945 f Gra-Tex Utilities,Inc. INSURER C: P.O.BOX 700 INSURER D: Arlington,TX 76004 INSURER E INSURER F: 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP MM/Dr Y1 LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE F-y-1 OCCUR CLP 3 662 031 12/15/2017 12/15/2018 DAMAGE TO RENTED 100,000 MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY❑X JEOOT 0 LOC PRODUCTS-COMP/OPAGG 2 OOO OOO OTHER: $ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO CAP3662032 12/15/2017 12/15/2018 BODILY INJURY Per erson $ MR OWNED SCHEDULED AUTOpS ONLY AUTOS�N BODILY INJURY Per accident $ AUTOS ONLY AUTO ONLY Pe0acEc�dent AMAGE $ A X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 2,000,000 EXCESS LIAR I CLAIMS-MADE CUP 2 814 155 12/15/2017 12/15/2018 AGGREGATE $ DED J X I RETENTION$ 10,000 2,000,000 B WORKERS COMPENSATION PER OTH- AND EMPLOYERS LIABILITY N TSF0001151650 12/15/2017 12/15/2018 STA LITE ER 1,000,000 ANY PROPRIETOR/PARTNERIEXECUTIVE Y� E.L.EACH ACCIDENT KFICER/ME MBER EXCLUDED? NIA andatory'fn NH) 1,000,000 E.L.DISEASE-EA EMPLOYEE It yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT ■" A Inland Marine CLP 3 662 031 12/15/2017 12/15/2018 Leased or Rented Equ 400,000 � ADESCRIPTION DDITIONAL INSURED WORDING NSI VEHICLES(ACORD 101,AddiUonal Remarks Schedule,maybe attached If more space Is required) The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. — The Automobile policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. SEE ATTACHED ACORD 101 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 927 Taylor St. ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth,TX 76102 AUTHORIZED REPRESENTATIVE�J ACORD 25(2016103) LL�I v�'l ©1988-200115%fACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID:GRA-UTI01C RWELLS LOC#: 1 -AC®R 1®" ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED , NSURICA DFB Insurance Services,LLC Gra-Tex Utilities,Inc. P.O.Box 700 POLICY NUMBER Arlington,TX 76004 'EE PAGE 1 Tarrant CARRIER ]SEEP1 AIC CODE 3EE PAGE 1 EFFECTIVE DATE:SEEPAGE 1 ADDITIONAL REMARKS _ THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/Locations/Vehicles: WAIVER OF SUBROGATION WORDING The General Liability,Automobile&Workers Compensation policies includes a blanket waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires it. -�City Project No.02727 I n n r, ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 00 6125-1 CERIVICATE OF INSURANCE Page I of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 1a 11 12 13 14 15 1G 17 1$ 19 20 i 21 22 23 END OF SECTION CITY OF MRT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION VMFICATION DOCUMENTS REPLACEMENT<«ON+1'1'!'W7 2036 WSM-F,PART 1 R;Ased July 1;2011 Chy Project Na.02'x19 yw STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT w MR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Mt Revision:Febnxffy Z 2016 STANDARD GENERAL CONDITIONS OF THE - CONSTRUCTION CONTRACT TABLE OF CONTENTS Page ! Article 1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms............................................................................................................................... l 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 PM Article 3 —Contract Documents: Intent,Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 ,•� 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands.................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 �. 4.03 Differing Subsurface or Physical Conditions............................................................................. 12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 �..r 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers................................................................................................... 16 5.02 Performance, Payment,and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felxuary Z 2016 i 6.02 Labor;Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers,and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 +■ 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection 29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 w 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=y2,2016 i Article 10-Changes in the Work; Claims; Extra Work................................................................................38 i 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 w 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 log 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work......................... i 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 n, 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 i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniaty2,2016 wr Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS i Revision:Febnay2,2016 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award—Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, — generally Monday through Friday,except for federal or state holidays observed by the City. 11. Buzzsaw—City's on-line,electronic document management and collaboration system. 12. Calendar Day—A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnxuy 2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts _ involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements, whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the ' Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnoyZ2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas,or his duly appointed representative, assistant,or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative, assistant,or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of — Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded — work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work — specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebniyZ2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans--See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehnary2,2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felxuuy2,20I6 i 007200-1 GENERAL CONDITIONS Page 6 of 63 i 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 T work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Iebnwy 2,2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felmrazy Z 2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction +— Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as — specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent LL A. The Contract Documents are complementary; what is required by one is as binding as if required by all. w 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 i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications,Codes,Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary 2,2016 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. i MY OF FORT WORTH i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions,the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media _ format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. if there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS _ 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding _ utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy Z 2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners,employees, agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felxtmy 2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if. 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site;or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such — information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities,including City,during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnjmyZ2016 i 00 7200-1 GENERAL CONDITIONS Page 14 of 63 i 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 i 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 i 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 i CITY OF FORT WORTH i STANDARD CONSTRUCnON SPECIFICATION DOCUMENTS Revision;Febnjwy2,2016 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 `R condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court .� or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmmy2,2016 00 7200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary 2,2016 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 R are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F xuary2,2016 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 i 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 i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnaiy 2,2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, _ maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure _ prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F bnoryZ2016 i 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. CrrY OF FORT WORTH i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy2.2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or"or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnery2,2016 00 7200-1 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 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract i with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnwyZ2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Ferry Z 2016 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 i 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: i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FvbnjmyZ2016 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 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary 2,2016 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. T F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay Z 2016 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits — C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. — 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or — Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjmy Z 2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711;or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.htrnl 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. CnTY OF FORT WORTH Ism STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2.2016 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 Per of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved ' Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve " Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS � Revision:FebnwyZ2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, -� with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, .- directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH ++ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:15ebmazyZ2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 'F Revision:Febuary2.2016 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. i 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 i CITY OF FORT WORTH i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary Z 2016 on 007200-1 �' GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test,or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13.The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary2,2016 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 4 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 i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy 2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose ' work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary2,2016 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. a CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2.2016 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 < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmty 2,2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F xuaryZ2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an = emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after_making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the = change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's -- responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrmy2,2016 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 MM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuwy2,2016 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 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.013, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb myZ2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and '! Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities,fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnpry2,2016 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 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. 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 12.0I.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be " performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary 2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes;and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. " B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by ' City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to ` cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 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 unii price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. ! 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FEbnay2,2016 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, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0I.A.4 and 11.0I.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Ftbnory2,2016 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 11.0I.A.I and 11.0I.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb xuy2,2016 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 i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnxry2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose,or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure,observation,inspection,testing,replacement,and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2.2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity,or any surety for,or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary2.2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. �. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be .� issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work,or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor, correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdxuaryZ2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph — 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values — The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of — units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work .- but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the — Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. •• 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. i Cn'Y OF FORT WORTH i STANDARD CONSTRUCr10N SPECIFICATION DOCUMENTS Revision:Febmary Z 2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor,or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his .. subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; — c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09;or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxu xy2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. " F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended;or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be — used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use,subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City _ will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days,City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are — necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection,City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS �c Revision:Febnoy2,2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnmyZ2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. — 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. .� ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect _ temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuaty 2.2016 007200-1 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 #20020-12-201 lestablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City;or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City;or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily;or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after -- receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. .. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniazy2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the _ Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used _ by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to _ perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. _ E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this _ Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2.2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb miyZ2016 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. R ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. — C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbnory 2.2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the T Supplementary Conditions;or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of — competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the .� Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. i i CITY OF FORT WORTH i STANDARDCONSTRUCr10N SPECIFICATION DOCUMENTS Revision:Febn ary 2,2016 w 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F bnoy2,2016 007300.1. SUPPI, MENTARYCONDITIONS Me nage l of S Mm 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO i 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditiozis,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so.modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect, 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions Which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 .. 18 Modifications and Supplements 19 20 Tho following are instructioM that modify or supplement specific paragraphs in the General-Conditions and 21 other Contract Documents. : 22 23 SC-3.038.2,"Resolving Discrepancies" 24 ... 25 Plazas govern over Specifications. 26 27 SC-4.01 A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown op the 31 Contract Drawings, M SC-4.01 A.1-2"Availability of Lands" 34 35 The following is a list of known outstanding right-cf-way,and/or easements to be acquiretl,if any as of 36 Janua1y24,2017: 37 38 Outstanding Right-Of--Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 39 The Contractor understands and agrees that the dates listed above are esdowes only, am not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Dniwings, Contractor shall within five (3)Business Days and befbre proceeding with the Work, 44 notify City in writing associated with the difting easement line locations. 45 CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION smciFICA oN DocumENTs REPLACEMENT CONTRACT2016 WSK-13 Devised Jammy 22,2016 Clty Ptvj„of Na 02726 i 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of s i 1 SC4.01 A-2,"Availability of Lands" 2 i 3 Utilities or obstructions to be removed,adjusted,and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been re�rnoved;adjusted,and/or relocated 6 as of January 24,2017 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 8 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed; 9 and do not bind the City, 10 I 1 SC4.02A.,t'Subsurbee and Physical Conditions" 12 13 'The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 i 15 A Street Corin Pro'ect ReportNo. 6053-0 ,dated Nov. 12rar 0.„2.,Q.1. i,prepared by QBE 16 EnRineers,_Anc.. a consultant of the.City,providing additional information on the subsurface conditions of 17 the streets affected in this contract. 18 SEE APPENDIX GC-4.02 Subsurface and Physical Conditions 19 20 The following are drawings of physical conditions in or relating to existing surface and subsurface 21 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 22 None. 23 24 SC4.06A.,"Hazardous Environmental Conditions at Site" 25 26 The following are reports and drawings of existing hazardous environmental conditions known to the City: 27 None. 28 29 SC-5.03A.,"Certificates of insurance" 30 31 The entitWs listed below are"additional insureds as their interest may appear"including their respective 32 officers,directors,agents and employees. 33 34 (1) City 35 (2) Consultant: None. 36 (3) Other: None. 37 38 SG-5.04A.,"Contractor's Insurance" 39 i 40 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 41 coverages for not less than the following amounts or greater where required by laws and regulations: 42 i 43 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 44 45 Statutory limits 46 Employer's liability 47 $100,000 each accident/occurrence 49 $100,000 Disease-each employee 49 $500,000 Disease-policy limit .f CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTP.WTION SPECIFICATION DOCUMENTS REPLACEMENT C'OXTRACT20th WSM-E Revised January 22,2016 My Pm,jeCt No.02726 007300-1 SUPPLEMENTARY CONDITIONS Pagel of 5 1 MR 2 SC-5.048.,"Contractor's Insurance" 3 4 5.048.Commercial General Liability,under Paragraph OC-5.048, Contractor's Liability Insurance 5 under Paragraph 00-5,04B.,wb ich shall be on a per pro*,t basis covering the Contractor with MW 6 minimum limits of- 7 f7 8 $1,000,000 each occurrence 9 $2,000,000 aggregate limit to 1 l The polity must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 12 General Aggregate Limits apply separately to each job site. 13 14 The Conunorcial Oencral Liability inswattce policies shall provide"A"."C",and"t!"covcrage's. 15 Verification of sub coverage must be shown in the Remarks Article of the Certificate of insurance. 16 17 SC 5.04C.,"Contractor's Insurance" 18 5.04C: Automobile Liability,under Paragraph GC-5.040:Contractor's Liability Insurance under 19 Paragraph GC-5.04C.,which shall be in an amount not less than the fallowing amounts: 20 21 (1) Automobile Liability-a commercial busitws policy shall protide coverage on"Arty Auto 22 deOned as autos owned,hired and non-owhed, 23 24 $1,000,000 each accident on a combined single limit basin.Split limits are aweptable if limits are at 25 least. 26 27 $250,000 Bodily Injury per person l 28 $500,000 Bodily lgjury per accident/ 29 $100,000 Property Damage 30 .. 31 SC-5.04D.,"Contractor's Insurance" 32 33 The Contractor's construction activities will require its employees,agents,subcowtracttrrs, equip ment,and 34 material deliveries to cross railroad properties and tracks: None. 35 36 The Contractor shall Conduct its operations on railroad properties in such a manner as not to imer[eit with, 37 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 38 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 39 Entry Agreement"with the particular railroad company or companies involved,and to this end the 40 Contractor should satisfy itself as to the requirements 4f each railroad company and be prepared to execute 41 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 42 to the Contractor's use ofprivate andlor construction access roads crossing said railroad company's 43 properties. 44 Me 45 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shalt provide 46 coverage W not less than the following amounts,issued by companies satisfactory to the City and to the 47 Railroad Company for a team that continues for so long as the Contractor's opetations and work crass, 48 occupy,or touch railroad property: 49 50 (1) General Aggregate: S-gzfmn Limits with Rad=d 51 52 (2) Each Occurrence: SCodbrrm,.Lindis with.Railroad 53 54 Required for this Contract Not required for this Contract .r 55 CITY OF IRT WORTH WAM AND SANITARYBSWER STANPARb CONSTRl(MON 5f F 1FtGAT10N UOCUMBNTS REPLACEMENT CONTRACT 2016 W�M.E 1teV'"d Jlsxiwy 22,2016 City!"tet No.0272E i 00 73 OD-4 SUPPLEMENTARY CONDMONS Page 4 d5 2 With respeem the above outlined insurance requirements,the following shall govern: -- 3 4 l 'Where a single railroad company is involved,the Contractor shall provide one insurance policy in 5 the name of the railroad company, However, if more than one grade separation or at-grade 6 crossing is affected by the Project at entirely separate locations on the line or lines of the same 7 railroad company,separate coverage may be required,each in the amount stated above. 8 9 2. Where more than one railroad company is operating on the same rit-of=way or where several 10 railroad companies are involved and opergted on their own separate rights•of-wsy,the Contractor I 1 may be required to provide separate insurance policies in the name of each railroad company. 12 13 3. If, in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a i 14 railroad company's right-of-way at a location entirely separate from the grade separation or at- 15 grade crossing,insurance coverage for this work must be included.in the policy covering the grade 16 separation. i 17 18 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 19 way,all such other work may be covered in a single policy for that railroad,even though the work 20 way be at two or more separate locations. 21 22 No work or activities on a railroad company's property to be performed by the Contractor shall be 23 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 24 for each railroad company named,as required above. All such insurance must be approved by the City and 25 each affected Railroad Company prior to the Contractor's beginning work. 26 27 The insurance specified above must be carried until all Work to be petformed on the railroad tight-of-way i 28 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addi6w!4 29 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of way. 30 Such insurance must name the railroad company as the insured,together with any tenant or Iessee of the 31 railroad company operating over tracks involved in the Project. 32 33 SC-6.04.,"Project Schedule" 34 pa 35 Project schedule shall be tier 3 for the project, 36 37 SC-6.07.,"Wage Rates" 38 39 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 40 Appendixes: 41 GC-6.07 2013 Prevailing Wage Rates(Heavy&Highway Construction Projects) 42 43 SC-6.09.."Permits and utilities" 44 i 45 SC-6,09A.,"Contractor obtained permits and licenses" 46 This following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 47 None. 48 49 SC-6.09B."City obtained permits and licenses" 50 The following are known permits and/or licenses required by the Contract to be acquired by the City: 51 52 The City will obtain the required permit from the Texas Department of Transportation for the water 53 connection and pavement rehabilitation at the Intersection of Haynes Ave.and E.Lancaster Ave. 54 following the submission of the Contractor's Traffic Control Plan in this area. 55 CITY OF FORT WORTH WATRR AND SANITARY SEWER +STANDARt'3 CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-8 Revised lanumy 22,2016 City Projoat No.02726 i 0073004 SUPPLEMENTARY CONDMONS Page S of s 1 SC-6.090."Outstanding permits and licenses" 2 3 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of January 24, 4 2017: S 6 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION an None 7 8 SG-7.02.;"Coordination" 9 10 The individuals or entities listed below have contracts with the City for the perfbrmance of other work at .. I i the Site: 12 Vendor Scope of Work Coordination Authority None i 14 ., 15 SC-8.01,"Communications to Contractor" 16 17 None. 18 19 SC-9.01.,"City's Project Manager" 20 21 The Ciry's Project Manager for his Contract is J.Chris Underwood,or his/her successor pursuant to 22 written notification from the Director of Water Department. 23 24 SC-13.030.,"Tests and inspections" 25 M" 26 None. 27 28 SC-16.01C.1,"Methods and Procedures" Mm 29 30 None. 31 MW END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE �s 1/22/2016 F.Griffin SC-5,01.,"City's Project Representative"wording changed to City's Project Manager. MM CITY of FORT WORTH WATER AND SANITARY SEWER STANDAR CONSTRUCTION SPECIFICATION VOCUMENTS REPLACEMENT CONTRACT 2016 WSW E Revised Janawy 22,2016 City Project No.02726 01 I1 UQ-! SUMMARY OF WORK Page i of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART 1- GENERAL 4 1.1 SUMMARY S A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fart Worth Standard Specification 8 1; None. MM 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0-Bidding Requimnents,Contract.Farms,and Conditions of the Contract 11 2. Division 1 -General Requirements .r 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1; Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NGT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS do is A. Work Covered by Contract Documents 19 1. Work is to,include Burnishing all labor,materials,and equipment,and performing 20 all Work necessary for this construction proj69 as detailed in the Dmwings and .� 21 Specifications. 22 B. Subsidiary Work 23 1. Any and al Work specially governed by documentary requirements for the r` 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 29 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1w Coordinate uses of'pmmises 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 oftoois,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 FORTWORTH WATER AND SANITARY 3Ew1"iR STANDARD Ct1NS77 UCTION&MiCIFICATION DOCUMENTS REPLACEMENT CONTRACJ'2016 W&M•F,PART I Revised Decm*er20,2012 City Pr4ta No.02727 of t1 00-2 SUMMARY OF WORK i Page 2 n!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 motion of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in I Division 0 as well as the railroad permit. 8 D. Work,within Easements Abb 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 i 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-orf-way or easements of l5 obstructions which must be removed to make possible proper prosecution of the I6 Work as a part of the project construction operations. 17 d. Preserve and use every precaution to prevent damage to,all trees,shrubbeo3 planets, i 18 lawns,fences,culverts,curbing,and all other tis of structures or Improvements, 19 to ail 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 lauds 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 it jury to property of any character resulting i 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,maternal,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. fired 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 i 40 closures and replaceanent,shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY O'FFMT WORTH WATER AND SANrrARY SEWER. STANDAft1)zC0MTRUC?"SP9CW=AT10N DOCUMENTS REPLACEWENT CONTRACT 2816 WSM V,PART 1 Rr4wd X20,201.2 City PrgjmNo.02727 011100-3 SUMMARY OF WORK i Page 3 03 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/.INFORMATIONAL SUBMITTALS (NOT USED1 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 USED1 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE i i CITY OF FORT WORM WATER.AND SANITARY SMER STANDARD COWTRtJOTION SPECIFICATION DOCUMENTS REPLAcamuNT CON'TRAC'T 2016 WSM-F}1'A]kT l '�' Revised December 20,2012 City Project No.02727 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names,or -+ 31 catalog numbers. 32 a. When this method of specifying is used,it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names,or catalog numbers, provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I +r Revised July 1,2011 City Project No.02727 i 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 i 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 i 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 012500-3 SUBSTITUTION PROCEDURES ++* Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: �■ 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART 1 Revised July 1,2011 City Project No.02727 i 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 ' 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: r.. 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 i 013! t9>1 PRECANSTRUCTtON METING Page 100 1 SECTION 01 3119 i 2 PRECOl`NSTRUCTION MEETING 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconsttttction meeting to be held prior to the start of Work to 7 clatifyconstrtwtion contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Nome, 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 i 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 lA ADMINISTRATfVE REQUIREMENTS 19 k Coordination 20 1. Attend preconatruction 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. i 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 S. Preconstruction Meeting 27 I. 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. M 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 i CITY OF PORT WORT14 WATER AND SANWARY SEWER STANDARD CdNS'UC'rmSPECtFICr TION DOCUMENTS UPI.At..Ety ONT NI'RAC 2014w*447,PART RcvisW August 17,2012 ty Project Nm 02727 i 0131 19-2 PRECONSTRUCCION MEETING ..r Pap 2 of 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 Preeonstruction Meeting. 6 b, City wilt notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meetit+g. 8 S. Preliminary Agenda may include: — 9 a. Introduction of Project Personnel 10 b. General Description©fPrvject 11 c. Status ofright-of-way.utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 £ Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 1.7 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste.Material 20 1. Insurance Renewals 21 in. 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 Plaits i 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/WBB or MBE/SBE procedures 43 hh. Final Acceptance i 44 ii. Final Payment 45 jj. Questions or Comments i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPI CIPICATION DOWMENIS REPLACEMENT CONTRACT 2016 WSM-P.PART I Revised August 17.2012 City Pm,jed No.02727 :0131 19 fRECONMUCTMMLOtING P"e 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALsS [NOT USED] MR 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] mm 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] on 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 Lqg, DATE NAME SUMMAKY OF CHANGE 13 CITY OF FORT WORTH WA'T'ER ANS SANITARY SSR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT COWRAC"T 2016 WSWP,PART i Revised AVust 17,2012 City Ptojad 140,0727 013120-1 P.ROJI CT MUETWOS Papp 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART 1; GENERAL 4 1.1 SUMMARX MM 5 A. Section Includes- 6 1. Provisions for project meetings throughout the construction period to eatable 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 Specif'utatin» to 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirmwnts,Contract Forms and Conditions of the Contract 13 2, Division 1—General Requiremonts 14 L2 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 far this Item. 18 1.3 REFERENCES fNOT USED] 19 1.4 ADMNISTRATIVF.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 lined to prepare:minutes and 'retained by City for 27 tuturc reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 3a B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreements but before construction is allowed to begun, 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 WATER AND SANITARY SEWER STANDARD C09MUCTION SPECIFICATION DOMMEMI'S REPLACIEMEW CONTRACT 2016 WSM-F,PART 1 Revised July 1,2011 City Project No.02727 OM a;3130.3 PR0JWT MW t GS 4M PW2of3 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 periodiWly. 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- 1 I needed basis. Such additional meetings shall include,but not be limited to; 1.2 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 S. Prslimitu ty 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 I. 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 W OM A14D SANUARY SEWER STANDARD CONSTRUenoN SPEMCATION DCM`iJMENTS (MPLA MU-MC 11JMACt 2016 WSM-F,PART I ., Revised July t,2011 City Project No,02727 013120-3 PROJECT MEETINGS Fuge 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Pmject 3 Representative. 4 1) Additional meetings may be held at the request of tbe: 5 a) City 6 b) Engineer T c) Contractor Me 8 7, Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will behold at the Site, on 11 1.5 SUBMITTALS (NOT USED] 12 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS[NOT USED] to 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE (NOT USEDI 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS INOT USED] IS 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS (NOT USED] i 20 PART 3- EXECUTION [NOT USE, 21 END OF SECTION MR 22 Revision Leg DATE NAME SUMMARY OF CHANGE w, 23 CITY OF FORT WORTH WATOR ANIP 30ATARYSEWER +� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS QM'I,,AO�A ITCOMRACT"2016WSW,PART 1 Revised July 1,2011 City Z Flo.02727 013216-1 CONSTRUCTION PROGRESS SCHAULE; Page J ors i SECTION 013216 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY i 5 A. Section Includes; 6 1. General requirements for the preparation,submittal,updating,status reporting and i 7 management of the Construction Progress Schedule S 2. Specific:requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of port Worth Standard Specification 11 1. None. i 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1, Division Qo—BiddingRequirerricnts, Contract Forms and Conditions of tho Contract 14 '2. Division 1 4�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 fair this Item. i 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 MR 25 milestone dates. Small,brief duration projects 26 c. Tier 3-Schedule submittal required by contract as described in the 27 Specification and herein.Majoriiol of City projects, including all bond program .� 28 projects 29 d. Tier d-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 a 37 2; Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures ftom the schedule. 39 Progress Schedule-Monthly submittal of progress schedule documenting Rho 40 progress on the project and any changes anticipated. CITY of FORT WORTH WATER AND SANITARY SEWER STANDARD CONMUCtION SPECIFICA71ON laOMMENTS REPLACEMENT CONTRACT 2016 WSM F.PART 1 Revised July 1.2011 City f' ftt No.0=7 i 613216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of S 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 fnr 1S 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 Foil Worth 18 Schedule Guidance Document. i 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. i CtirY OF KWT WORTH WATER AND SANrrARY SEWER STANDARD CONS'MUC tION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM.F,PAIN'1 Revised July 1,2011 City Project No,02727 0132 16-3 CONSTRUCTION PROGRESS SCHEDULk MR Pw3of5 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 tinder the provlslons of this Contact. 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 forthange in Contract completion date to the City within 34 ,r 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 fur requests which are not submitted within 24 the fbregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties,strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the M 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule agcordingiy. 33 a) No additional compensation will be made to the Contractor for such Mo 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected worts,in which M ease the Contractor shall take all possible action to minimize any time 37 extension and any additional east to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as welt as by the Contractor. ,.. 40 1 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. bloat or slack time is not for the exclusive use or benefit of either the ` 44 Contraotor 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. MR CITY OF FORT WORTH WATER AND SAN rrARY SEWER am STANDARD CONMUC 1ON-VECIFICATION DOCUMENTS R);PLACEMPNT Ct N11 ACr2016 WSM F,PART I Rtvised July t,2011 City ftio t No,02727 i 013216«4 CONSTRUCTION PROGRESS SCHEDULE Page 4 d5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 contafnning 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 i 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 I 1 in his schedule when indicated by changes in corresponding schedules. i 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, i8 1.5 SUBNHTTALS 19 A, Baseline Schedule i 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 had 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 ire the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no laterthan the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buxzsaw. 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 i 39 City,no further progress schedules are required. i i CrrY Of FORT WORTI1 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Peat Na.02727 MR 013216-5 CONSTRUCTION PROGRESS SCHEDULE Mb Page s nt s 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS INOT USED] i 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] Mm a 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 ornplexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to awwaftly reflect the performance ofthe 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 far similar projects. .. 11 1.10 DELIVERY,STORAGE,AND IIANOLING[NOT USED[ t2 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] i 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE i 18 CITY CIF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSW,PART 1 Revised Jury 1,2011 City PtoJem No,02727 013233-1 PRECONSTRUCTION VIDEO +� Page I of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO •* 3 PART 1 - 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 r� 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. 1 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] i 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] w 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I w Revised July 1,2011 City Project No.02727 1m 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 pm 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE f 4 1 w. i t w r i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 013300-1 SUBMITTALS Page 1 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 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 i 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 'fa inches x 11 inches to 8 16 inches x 11inches. 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 013300-3 SUBMITTALS 4.. Page 3 of 8 1 2. The Project title and number i 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I i Revised December 20,2012 City Project No.02727 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 i 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 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 dft 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. i 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. i 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I dM Revised December 20,2012 City Project No.02727 i 013300-6 SUBMITTALS Page 6 of 8 i 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 i 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 i MM 013300-7 SUBMITTALS am 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 i 3 changes therein except upon written instructions from the City. 4 10. Each submittal,appropriately coded, will be returned within 30 Calendar Days Me 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 rwr 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 .w 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 MR 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] i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I i Revised December 20,2012 City Project No.02727 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 i.n 5 go on ow i go i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I �+ Revised December 20,2012 City Project No.02727 i 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen i 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers r. 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers,de-energize the lines,or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: i 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General -.. 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service,will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour,or 35 b) If equipment is new and certified by EPA as "Low Emitting",or --- 36 equipment burns Ultra Low Sulfur Diesel (ULSD),diesel emulsions,or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project,it will be necessary to deactivate,for a 2 period of time,existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed,obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required,coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor — 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Intemlption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hcurs prior to the temporary 48 interruption. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 013513-5 SPECIAL PROJECT PROCEDURES ... Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers(USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required,meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes,but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed,capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I +r Revised December 20,2012 City Project No.02727 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] i 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 i DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 i i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 i 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 I 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT<TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 .n CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 40 1 EXHIBIT B 2 FORT WORTH Dne: DOE NO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ~ .CONTRACTOR 3 - --- -- 4 CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 t#1 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 MW 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 MR 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 w 37 uploaded to City's Buzzsaw site,or another external FTP site approved by 38 the City. MR CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I A Revised July 1,2011 City Project No.02727 rn l 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 1 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. pa 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 w 30 CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 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 mo 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 IN 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I MR Revised July 1,2011 City Project No.02727 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 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 SUBMITTALSANFORMATIONAL 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I # Revised July 1,2011 City Project No.02727 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 f 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 r' 7 Revision Log DATE NAME SUMMARY OF CHANGE PR 8 i. MR I� M� 1n +1� w CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 '� SMET USE PERMIT AND MOT)INCATIONS TO TRAFFICCOMMOL SECTION 0155 26 M" 2 STREET USE PERMIT AND MODWICATIONS,TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6, 1. Administrative procedur"' fbr: 7 a. Street Use Permit 8 4. Modification,of approved traffic control 9 c. Removal of Street Signs MR 10 13. Deviations from this City of Fort Worth Standard Specification 11 1. Nom 12 C. Related Specification Sections include,but are,not necessooly limited to: 13, L Division 0—SiddingRequiternents,Contract Porms and Conditions of the,Contract 14 2., Division I—General Requirments 15 1 Section 34 71 13-a-'Tin a Control 16 1.2 PRICE AND PAYMENT PROCEDURES Mo 17 A. Measurement and Payment 18 I. Work associated with this Item is comidered subsidiary to the various Item bid. 1,91 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A, Reference Standards 22 1. Reference standards cited in this speciftation,refer to the current ref ftvnce 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 Devicosc(TMUTC11), 26 1.4 ADMINISTRATIVE REQUMEMENTS 27 A. Traffic Controt 28 1. Genet2l 29 a. When traffic control plans are included in the Drawings,prdVide 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 MP 33 revierw. 34 1) Allow minirtium 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, 39 'Transportation and Public;Works Department. CITY OF VMTW0kT" WATER AND UNITARY SEWER SrAN13 D00tM?.,VCr0QN SMIFICATIONDOCUMOM REPLACEMENT CONTRACr 2616 W04-F,PART I ftvllw, *1,2011 City Prt*d 10.02727 ]y i Srk I`USE PERMIT ANDMODIFICAT1oNS TO TRAIL COWROL i Page 7 Qf3 I 1] Allow a minimum of 5 working days for permit review, 2 2) Contractor's responsibility to coordinate review ofTraffic Control plans for -• 3 Street Use Permit,such that construction isnot 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 Thmsp Cation and 7 Public Works Department. 8 1) Revise Traffic Control plans in soordance with Section 34 71 13. i 9 ) Allow minimum S working days for review of revised Tri Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 1 I plans for Street Use Permit,such that construction is not delayed. -- 12 D. Removal ofStreet 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 is 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 Tom Manual on Uniform Traffic Clontrol 19 Devices(MUTCA). .. 20 2, Install temporary sign,before the removal of permanent sig►. 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 Buaw website. 26 1..S SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS[NOT USED] •• 29 1.1 CLOSEOUT SUBMITTALS [NOT USED] r 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 YIELD [SITE} CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34. PART 2.. PRODUCTS [NOT USED] 35 FART 3- EXECUTION [NOT USED] 36 END OF SECTION i crry or pm wonu WA 91k AND SAWARY SEWW VANDOD CONSmchow SPEGIMA. ON DOCUMENn REPLACEM GC MXACT+IOI6w,SM F,PARTI I ViscA hp y 1,2011 C ity ftied-No.02727 ©15326-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pap 3 of 3 w Revision Log DATE, NAME SUMMARY OF CHANGE w COPY OF PORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION ION DOCU E TTS REPT ACEWNT C4XTRACT2016 WSI ,PART 1 Revised July 1,2011 City Project No.02727 0117 13-i SMRM(NATER POLLUTION M9VENTION Pap 1 00 1 SECTION 015713 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 i. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Port Worth Standard Specification 8 1. None. 9 C. Related Specification.Sections include,but are not necessarily limited to: 10 L Division 0- Bidding Requirements, Contract)corms and Conditions of the 1 I Contract 12 2. Division I—General Re4uirements 13 3, Section 3125 00 Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measuroment and Payment 16 1. Construction Activities resulting in less than t acre of disturbance ,. 17 a. Work associated With this Reim is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than I acre of disturbanoe 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 MR 25 3. Storm Water Pollution Prevention Plan:SWPPP 26 d. Texas Commission on Eri'virormtlental 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(iS W M)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 MR 37 With compliance to Stormwater Pollution Prevention Plan. cfty OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRt=ON SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSW,PART I tteviaw July 1.2DI I City Pmjee!No.0=7 i 015713.2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 E. 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 i 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 I I a) Sign and post st jab site 12 b) Prior to Preconstruction Meeting,send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division,(8 17)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: i 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit i 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 requjwInents 25 1) Prepare a TCEQ N01 fbfm and submit to TCEQ along with required fee 26 a) Sign and post at jvb 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 chaffs or updates to N01 30 3) provide erosion and sediment control in accordance with, i 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 al l 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. i 49 1.3 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: 41 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 far review CIPY of F71tT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPBClFJCAnON DOCUMEMS REPLACEMENT CONTRACT 2016 WSM F,PART I r. Revised July 1.2011 City Prgltxt N0.02727 Ot.57 t3-3 STORM'WATER OLLU'1`1ONMV61MON Pie 3 of 3 1 B. Modified S*VPPP 2 1. Vtike SWPPP is revised during ooa*uctiou,resubmit modified SWPPP to the City, 3 in accordance with Section 01 33 CIU. 4 1.6 ACTION SUBMITTALSMaORMATIONAL SUBMITTALS [NOT USED] $ 1.7 CLOSEOUT SUBMITTALS]NOT USED] 6 1,8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEN 7 1.9 QUALITY ASSURANCE [NOT USED] _ 8 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 9 1.11 FIELD [SITE] CONDITIONS OT USED] 10 1.12 WARRANTY INOT USED] 1! PART 2 PRODUCTS (NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 :END OF SECTION 14 Revision Log i DATE NAME SUMMARY QF CHANO& 15 r.� MR CI'T'Y CNS PORT WORT" WA MP,AND-SAMTARY SEWER MR STANDARD CONMU 1�iON SPECIFICATION D=MFWS REPLACEMENT CONTRA `2016 W$M4.PART I Ravir4d Julys 1,Nt1 City Fri No,02127 pl 58 i3-I ' EWORARY PRMCT SIONAG age 1 of 3 i 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE " 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: G 1., Temporary Project Signage Requirements "• 7 B. Deviations from this City ofPart Werth Standard Specific4tion 8 1. Nene. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding R:equireinetats,CcaMaet Forms and Conditions of the Contract 11 2. Division 1—General Roquiremonts 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 US1EDI 24 1.11 FIELD [SITEJ CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] i 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED IoRJ OWNER-SUPPLIEDPRODUGT [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Ctitcuia 30 1. Provide free standing Prgjcot Designation Sip in accordance with City's Standard 31 Details for project sigh, CITY OF PORT WORTH WATER ANO WrrARY SEWER $TANDARb COMS�iT`*N SPECIFICATION 00CUME'WS RVLACEMEWCW4nAC 2(ff6'W O;PART 1 ROOM My 1,2011 OWJ*OJOK$0.Q2727 015913-2 TEMPORARY PRos1ECr--5LE3N;AGE Pap2 of3 I B. Materials 2 1`, Sign •• 3 a. Constructed ofar/4-hick fir plywood,&mc1eA-C(e riot)car ter 4 W 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 it A, General .. 2 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of tatetity. 14 B. Mounting options t5 a. Skids 16 b.- Pasts 17 a. Barricade .. 18 3.5 REPAIR/RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 -1.7 FIELD'loa.]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 ACTWITIES [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 AATTACIIMENTS INOT USED] 30 END OF SECTION .. 3I: CITY of FORT WORTH W4M AND SANITARY SM STS+tMD CONVkUC"T ION SPECIFMTION DOCUMENTS LACR-104T COMIAM-2014 WSM-F,PAP-?I 4m Revised July t,2011 city ftJW w OMT 015813-3 TEMPORARY PROJECT StIGNAGE Page 3 of 1 Revision Log DATE NAME SUMMARY OF CHANGE i i CITY OF FORT WORTH WATER ANDSANITARY SEWFAR STANDARD COGsONSTRUCTtON SPECIFICATION DOCUMENTS REPLACEMENTCONTRAGT2016WSlpl-E,PAT I Revised July 1,2011 City Project Na 02'727 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY i 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 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] CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I ""' Revised December 20,2012 City Project No.02727 po 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 OR 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 an w CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 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 i 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery i 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments .w 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 'o 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I A Revised July 1,2011 City Project No.02727 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. t 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 "` 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. at 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] MR 28 3.14 ATTACHMENTS [NOT USED] MR 29 END OF SECTION 30 oft CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I 40 Revised July 1,2011 City Project No.02727 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 017000-1 MOBILIZATION AND REMOB1LIZATION �. Pqe I of 3 — 1 SECTION 01. 70 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 l) Transportation of Contractor's personnel,equipment,and operating supplies 9 to the Site .r t0 2) Fstablishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bands 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 option 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 e, Mobilization and Demobilization do not include activities for specifm 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 own 29 a) Transportation of Contractor's pemonnel,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 WorL 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 Remobilization CITY-OP FORT WORTH WATER AND SANITARY SEWER sTANDARDCowsTitticrimSPECiP1CAT[oN DOCUMENTS REPLACEMENT CQNTRACr20th WSM F.PART I Revised November 22,2016 Ciky PMJWA No.OM7 017000-2 MOBIMATION AND REMOBMIZATION Pec 2 ora 1 1) Mobilization shall consist of the activities and-cost on a Work Order basis 2 necessary for; 3 a) Transported n of Contractor's personnel, equipment,and operating 4 supplies to the Site fbr the issued Work Order. 5 b) Establishment of necessary general facilities for the ConttYactor'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 I 1 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 t4 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the.contract. OM 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 1'7 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, OM 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 l --General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment[Consult City DepartmentlDivision 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 L Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 2) The work performed and materials furnished for demobilization in 36 accordance with this Item are subsidiary to the various Items bid and no other 37 compensation will be allowed. 38 1.3 REFERENCES (NOT USED] 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NUT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NUT USED] P— CITY OP FORT WORTH WATER AND SANITARY SEWER STANDARD COMMUCTIO14 SPECIMATION TX)CUMENTS REK ACE3MgW CONTRACT 2016 WSM-F,FART 1 i Revised November 22,2016 City ProMed No.02727 ol7npo-� MOBILIZATION AND REMMft-aA'I`Jt N Pelta 3 of 1 19 QUALITY ASSURANCE[NOT USED] Mm 2 1.10 DELIVERY,STORAGE,AND E ANDLING[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) END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE I ItM16 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 MR on CITY OF FORT WORTH WAFER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS REPLACHMENTOOMRA�°T29t6 WSM-P,PART i 4MRevised Navembw 2Z,2016 City Project No,&M7 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 1.9 Ouality Assurance—B. Construction Survey 3. General—Construction 9 Survey shall determine existing grades and cross sections of unimproved 10 alleys to ensure grades are returned to pre-construction conditions. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the i 13 Contract 14 2. Division 1 —General Requirements Mo 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Construction Staking 18 a. Measurement 19 1) Measurement for this Item shall be by lump sum. 20 b. Payment rt 21 1) The work performed and the materials furnished in accordance with this 22 Item shall be paid for at the lump sum price bid for"Construction Staking". 23 2) Payment for"Construction Staking" shall be made in partial payments 24 prorated by work completed compared to total work included in the lump 25 sum item. 26 c. The price bid shall include,but not be limited to the following: 27 1) Verification of control data provided by City. 28 2) Placement, maintenance and replacement of required stakes and markings 29 in the field. 30 3) Preparation and submittal of construction staking documentation in the 31 form of"cut sheets"using the City's standard template. 32 2. Construction Survey rt 33 a. Measurement 34 1) This Item is considered subsidiary to the various Items bid. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item are subsidiary to the various Items bid and no other compensation will be 38 allowed. 39 3. As-Built Survey 40 a. Measurement 41 1) Measurement for this Item shall be by lump sum. 42 b. Payment CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I MM Revised February 14,2018 City Project No.02727 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 1) The work performed and the materials furnished in accordance with this 2 Item shall be paid for at the lump sum price bid for"As-Built Survey". 3 2) Payment for"Construction Staking" shall be made in partial payments 4 prorated by work completed compared to total work included in the lump sum 5 item. 6 c. The price bid shall include,but not be limited to the following:: 7 1) Field measurements and survey shots to identify location of completed 8 facilities. 9 2) Documentation and submittal of as-built survey data onto contractor redline 10 plans and digital survey files. 11 12 1.3 REFERENCES 13 A. Definitions 14 1. Construction Survey-The survey measurements made prior to or while 15 construction is in progress to control elevation, horizontal position,dimensions 16 and configuration of structures/improvements included in the Project Drawings. 17 2. As-built Survey—The measurements made after the construction of the — 18 improvement features are complete to provide position coordinates for the 19 features of a project. 20 3. Construction Staking—The placement of stakes and markings to provide offsets 21 and elevations to cut and fill in order to locate on the ground the designed 22 structures/improvements included in the Project Drawings. Construction staking 23 shall include staking easements and/or right of way if indicated on the plans. 24 4. Survey"Field Checks"—Measurements made after construction staking is 25 completed and before construction work begins to ensure that structures marked 26 on the ground are accurately located per Project Drawings. 27 B. Technical References 28 1. City of Fort Worth—Construction Staking Standards(available on City's _ 29 Buzzsaw website)—01 71 23.16.01_Attachment A_Survey Staking Standards 30 2. City of Fort Worth-Standard Survey Data Collector Library(fxl)files 31 (available on City's Buzzsaw website). 32 3. Texas Department of Transportation(TxDOT) Survey Manual,latest revision 33 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for 34 Land Surveying in the State of Texas,Category 5 35 36 1.4 ADMINISTRATIVE REQUIREMENTS 37 A. The Contractor's selection of a surveyor must comply with Texas Government 38 Code 2254(qualifications based selection)for this project. 39 1.5 SUBMITTALS 40 A. Submittals, if required,shall be in accordance with Section 0133 00. 41 B. All submittals shall be received and reviewed by the City prior to delivery of work. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised February 14,2018 City Project No.02727 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Field Quality Control Submittals 3 1. Documentation verifying accuracy of field engineering work,including 4 coordinate conversions if plans do not indicate grid or ground coordinates. 5 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 6 (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards). 7 1.7 CLOSEOUT SUBMITTALS 8 B. As-built Redline Drawing Submittal 9 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations 10 of constructed improvements signed and sealed by Registered Professional Land 1 I Surveyor(RPLS) responsible for the work(refer to 01 71 23.16.01 — 12 Attachment A—Survey Staking Standards) . 13 2. Contractor shall submit the proposed as-built and completed redline drawing 14 submittal one(1) week prior to scheduling the project final inspection for City 15 review and comment. Revisions, if necessary,shall be made to the as-built 16 redline drawings and resubmitted to the City prior to scheduling the construction 17 final inspection. 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Construction Staking 21 1. Construction staking will be performed by the Contractor. 22 2. Coordination 23 a. Contact City's Project Representative at least one week in advance notifying 24 the City of when Construction Staking is scheduled. 25 b. It is the Contractor's responsibility to coordinate staking such that 26 construction activities are not delayed or negatively impacted. 27 3. General 28 a. Contractor is responsible for preserving and maintaining stakes. If City 29 surveyors are required to re-stake for any reason,the Contractor will be 30 responsible for costs to perform staking. If in the opinion of the City, a 31 sufficient number of stakes or markings have been lost,destroyed disturbed or 32 omitted that the contracted Work cannot take place then the Contractor will be 33 required to stake or re-stake the deficient areas. 34 B. Construction Survey ,F 35 1. Construction Survey will be performed by the Contractor. 36 2. Coordination 37 a. Contractor to verify that horizontal and vertical control data established in the 38 design survey and required for construction survey is available and in place. 39 3. General 40 a. Construction survey will be performed in order to construct the work shown 41 on the Construction Drawings and specified in the Contract Documents. 42 b. For construction methods other than open cut,the Contractor shall perform 43 construction survey and verify control data including,but not limited to,the 44 following: CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I �, Revised February 14,2018 City Project No.02727 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 1) Verification that established benchmarks and control are accurate. 2 2) Use of Benchmarks to furnish and maintain all reference lines and grades 3 for tunneling. 4 3) Use of line and grades to establish the location of the pipe. 5 4) Submit to the City copies of field notesused to establish all lines and 6 grades,if requested,and allow the City to check guidance system setup prior 7 to beginning each tunneling drive. 8 5) Provide access for the City, if requested,to verify the guidance system and 9 the line and grade of the carrier pipe. •� 10 6) The Contractor remains fully responsible for the accuracy of the work and 11 correction of it,as required. 12 7) Monitor line and grade continuously during construction. 13 8) Record deviation with respect to design line and grade once at each pipe 14 joint and submit daily records to the City. 15 9) If the installation does not meet the specified tolerances(as outlined in 16 Sections 33 05 23 and/or 33 05 24),immediately notify the City and correct 17 the installation in accordance with the Contract Documents. 18 C. As-Built Survey .-. 19 1. Required As-Built Survey will be performed by the Contractor. 20 2. Coordination 21 a. Contractor is to coordinate with City to confirm which features require as- 22 built surveying. 23 b. It is the Contractor's responsibility to coordinate the as-built survey and 24 required measurements for items that are to be buried such that construction 25 activities are not delayed or negatively impacted. 26 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 27 to physically measure depth and mark the location during the progress of 28 construction and take as-built survey after the facility has been buried. The 29 Contractor is responsible for the quality control needed to ensure accuracy. 30 3. General 31 a. The Contractor shall provide as-built survey including the elevation and 32 location(and provide written documentation to the City) of construction 33 features during the progress of the construction including the following: 34 1) Water Lines 35 a) Top of pipe elevations and coordinates for waterlines at the following 36 locations: 37 (1) Minimum every 250 linear feet,including 38 (2) Horizontal and vertical points of inflection,curvature, 39 etc. 40 (3) Fire line tee 41 (4) Plugs, stub-outs,dead-end lines 42 (5) Casing pipe(each end)and all buried fittings 43 2) Sanitary Sewer 44 a) Top of pipe elevations and coordinates for force mains and siphon 45 sanitary sewer lines(non-gravity facilities) at the following locations: 46 (1) Minimum every 250 linear feet and any buried fittings i 47 (2) Horizontal and vertical points of inflection,curvature, 48 etc. 49 3) Stormwater—Not Applicable CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised February 14,2018 City Project No.02727 "` 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as-built survey including the elevation and 2 location(and provide written documentation to the City)of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults(All sizes) 10 d) Fire hydrants 11 e) Valves(gate,butterfly,etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves(Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater—Not Applicable 25 1.10 DELIVERY,STORAGE, AND HANDLING[NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] ' 27 1.12 WARRANTY 28 PART 2- PRODUCTS 29 A. A construction survey will produce,but will not be limited to: 30 1. Recovery of relevant control points,points of curvature and points of 31 intersection. 32 2. Establish temporary horizontal and vertical control elevations(benchmarks) 33 sufficiently permanent and located in a manner to be used throughout 34 construction. 35 3. The location of planned facilities,easements and improvements. 36 a. Establishing final line and grade stakes for piers,floors, grade beams,parking 37 areas, utilities, streets,highways,tunnels,and other construction. 38 b. A record of revisions or corrections noted in an orderly manner for reference. 39 c. A drawing,when required by the client, indicating the horizontal and vertical 40 location of facilities,easements and improvements,as built. 41 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for 42 all construction staking projects.These cut sheets shall be on the standard city 43 template which can be obtained from the Survey Superintendent(817-392- 44 7925). CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised February 14,2018 City Project No.02727 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 = 1 5. Digital survey files in the following formats shall be acceptable: 2 a. AutoCAD(.dwg) 3 b. ESRI Shapefile(.shp) 4 c. CSV file(.csv),formatted with X and Y coordinates in separate columns(use 5 standard templates, if available) 6 6. Survey files shall include vertical and horizontal data tied to original project 7 control and benchmarks, and shall include feature descriptions 8 PART 3- EXECUTION 9 3.1 INSTALLERS 10 A. Tolerances: 11 1. The staked location of any improvement or facility should be as accurate as 12 practical and necessary.The degree of precision required is dependent on many 13 factors all of which must remain judgmental.The tolerances listed hereafter are 14 based on generalities and,under certain circumstances,shall yield to specific 15 requirements. The surveyor shall assess any situation by review of the overall plans 16 and through consultation with responsible parties as to the need for specific 17 tolerances. 18 a. Earthwork:Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 19 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 20 1.0 ft.tolerance. 21 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 22 c. Paving or concrete for streets, curbs,gutters,parking areas,drives,alleys and 23 walkways shall be located within the confines of the site boundaries and, 24 occasionally,along a boundary or any other restrictive line.Away from any 25 restrictive line,these facilities should be staked with an accuracy producing no 26 more than 0.05ft. tolerance from their specified locations. 27 d. Underground and overhead utilities,such as sewers,gas, water,telephone and 28 electric lines, shall be located horizontally within their prescribed areas or 29 easements. Within assigned areas,these utilities should be staked with an 30 accuracy producing no more than 0.1 ft tolerance from a specified location. 31 e. The accuracy required for the vertical location of utilities varies widely. Many 32 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 33 should be maintained. Underground and overhead utilities on planned profile, 34 but not depending on gravity flow for performance, should not exceed 0.1 ft. 35 tolerance. 36 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 37 specifications or in compliance to standards. The City reserves the right to request a = 38 calibration report at any time and recommends regular maintenance schedule be 39 performed by a certified technician every 6 months. 40 1. Field measurements of angles and distances shall be done in such fashion as to 41 satisfy the closures and tolerances expressed in Part 3.1.A. 42 2. Vertical locations shall be established from a pre-established benchmark and 43 checked by closing to a different bench mark on the same datum. _ 44 3. Construction survey field work shall correspond to the client's plans. 45 Irregularities or conflicts found shall be reported promptly to the City. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised February 14,2018 City Project No.02727 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 4. Revisions,corrections and other pertinent data shall be logged for future 2 reference. 3 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 APPLICATION 7 3.5 REPAIR/RESTORATION 8 A. If the Contractor's work damages or destroys one or more of the control «� 9 monuments/points set by the City,the monuments shall be adequately referenced for 10 expedient restoration. 11 1. Notify City if any control data needs to be restored or replaced due to damage 12 caused during construction operations. 13 a. Contractor shall perform replacements and/or restorations. 14 b. The City may require at any time a survey"Field Check"of any monument 15 or benchmarks that are set be verified by the City surveyors before further 16 associated work can move forward. 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD[OR] SITE QUALITY CONTROL 19 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 20 City in accordance with this Specification. This includes easements and right of way, if 21 noted on the plans. +� 22 B. Do not change or relocate stakes or control data without approval from the City. 23 3.8 SYSTEM STARTUP ,.r 24 A. Survey Checks 25 1. The City reserves the right to perform a Survey Check at any time deemed 26 necessary. 27 2. Checks by City personnel or 3`d party contracted surveyor are not intended to 28 relieve the contractor of his/her responsibility for accuracy. 29 30 3.9 ADJUSTING [NOT USED] an 31 3.10 CLEANING[NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION[NOT USED] 34 3.13 MAINTENANCE[NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised February 14,2018 City Project No.02727 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 1 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 definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS ; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth .� measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format 2 T. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised February 14,2018 City Project No.02727 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING — 3 PART1 - GENERAL 4 1.1 SUMMARY i 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] .t 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 OR 24 inspection. 25 1.5 SUBMITTALS [NOT USED] OR 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 04 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I # Revised July 1,2011 City Project No.02727 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] i 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 i 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 r� 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. .r 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 i 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 i 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 w 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. w 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 r� CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 Pot 017719-I CLOSEOUT REQUIREMENTS i 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. i 9 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0—Bidding Reglurements, Contract Forms and Conditions of the Contract it 2. Division 1 —General Requirements 1.2 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 MN 19 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 satis#hctotily 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 i 26 A. Submit all required documentation to City's project Representative. Mo CITY OF FORT WORTH WATER AND SANITARY SEWER w STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS REPLACMENT CONTRACI"2014 WSM-F,PART I Revised July 1.2411 City Pmjeet No.02121 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 [NUT USED] - 6 3.2 EXAMINATION[NOT USED] i 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,parform final cleaning in accordance with Section 13 017423. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work tb 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 mace a subsequent 27 Final Inspection of the project, *4 28 4. Provide all special accessories required to place each item ofequipmerit 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 acquired for initial startrup and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF�,F�O,yRT WORTH �y�} y�y� �` �y,� p��� � WATER SANITARY s�yEWFR S��/4RW CONMU i17JI7 SPE'CIFICAWN�Jlll.U` EN M 1\l7a-#,+�a�t CONTRACT 2016 71044,PART i � Ravi"d July 1.2011 City PmJed No.02727 am 017,719-3 dE CWS1~OU'T REQUMMENTS Piga 3 0f 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 9 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 Mitral Acceptance i 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 PRO'T'ECTION[NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 AT'T'ACHMENTS[NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 Crry OF FORT WORT11 WATER AND UNrrARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSW.PART I Revised July 1.2011 City P rged Ne 02727 017823-1 OPERATION AND MAINTENANCE DATA Pege I of 5 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA r. 3 PART1 - GENERAL 4 1.1 SUMMARY S 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 *� la b. Irrigation Controllers(to be operated by the City) I1 c. Butterfly Valves 12 B. Deviations from this.City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: +� 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division I—General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated With this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days otproduct 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33-00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 9 !6 inches x l 1 inches 34 b. Paper 35 1) 40 pound minimum.white,for typed pages 36 2) Holes reinforce) with plastic,cloth or metal 37 e. Tent: Manufacturer's printed data, or neatly. typewritten CMY Op FORT WORTH WATER AND SANITARY SEWER i STANDARD COMTRUCTION SPECIFICATION DOCUME'NT'S REPLACEMENT CONTRACT 2016 WSM-F,PARS'I Revised December 20.2012 City Project No.02727 017023-2 OPERATION AND MAINTENANCE DATA r. 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 1 I 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 iti 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 groYrpings. 20 4. If available,provide an electronic farm 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. Listr with each product: 26 1) The naive,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 i 30 4) Local source of supply for parts and replacement 31 d. Identiify each product by product name and taller 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 i 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 sof each procedure. CrN Of PORT WOItTI; WATER AND 5g1VITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ItEK ACEME'NT CONTRACT 2016 WSM-1:.PART I Revised December 20,2012 City Pf*JWt'No.02127 011923-9 OPERATION AND NMAIMNANCE DATA PW3ofs 1 5, Copy ofeach warranty,bond and service contract issued 2 a. Novide information sheet fnr CIty personnel giving: 3 I) Proper procedures in event of Wlvt* 4 2) Instances which might affect validity of warranties or bonds i 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 1 Content, fbr architectural products,applied materials and finishes: i 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number,sig,composition 1.0 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 1$ 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 Jbr 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 unh 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 instruetions 32 2) Regulation,control,stopping shutdown 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 & As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination dravrings .. 48 1) As installed color reined piping diagrams CITY OF FORT WORTH WAM AND SAWARY SEW9R STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSW,PARC t Revised December 20.2012 City Project No.02727 017923-4 OPERATION AND MAINTENANCE DATA � Paige 4 of S 1 i. Charts of valve tag Numbers,with location and fimetion of each valve 2 List of original manufacturer's spare parts,manufacturer's current prides,and i 3 rccotmnended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 51 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 date and tests i 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 14 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reasambly 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 tinder pertinent Sections of Specifications i 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction o€Citys personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] i 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USE, i 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 i i CITY OF PORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT COWTRACT 2015 WSM-F,PART I Revised Decembet 20,2012 City Project No.02717 017923-5 OPERATX)N AND MAINTENANCE DATA Psp S of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS ]NOT USED] 3 1.12 WARRANTY[NOT USEDI i 4 PART 2- PRODUCTS INOT USED] — 5 PART 3. EXECUTION [NOT USED) 6 END OF SECTION �. 7 Revision Log DATE NAME SUMMARY OF CHANGE 01/2012 D.Johnsogq l.541 title of section removed i i i MM i MR w CITY OF FORT WORTH WAITER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DWUMQNT$ ltEPI:ACWdENT CONTRACT 2016 WSW.PART i Revised December 20.2012 Cllp fted No 02727 PM 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 i 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 a. 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] i 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE do 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement,investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. ,+ 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the .� 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS .. 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City,at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION[NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised July 1,2011 City Project No.02727 '� 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 WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I MW Revised July 1,2011 City Project No.02727 PE 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 ohm 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 f 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] i 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 w 26 PM Ift CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART 1 Revised July 1,2011 City Project No.02727 �` 02.41 14,1 UMITY PXMOVAUABANDONMENT Page I of 17 i 1 OSECTION 02 4114 2 UTILITY REMOVALIABANDONMENT 3 PART1» GENERAL 4 1.1 SU WUdARY i 5 A. Section Includes- 6 1, Direction for the removal,abandonment or salvaging of the followiog utilities: 7 a. Cathodic Protection Test.Stations 8 b. Water Lines 9 c. Cate Valves 10 d. Water Valves I 1 e. Fire Hydrants 12 f. Water Meters and Meter Box 13 1,. Water Sampling Station i 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Dines 16 J, Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 m. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. BOX Culverts 23 q. Headwalls and Safety End Treatments 24 r. 'french Drains 25 B, Deviations from this City of Fort Worth Standard Specification i 26 1. Removal of Existing Lead Serviced—The work for removal and disposal of the. 27 existing lead water services to be replaced shall be considered:subsidiary to the 28 bid price for the appropriate water service.The lead service lines shall be 29 disposed of at a certified metal recycling center with receipts of said recycling 30 and submitted for verification to the City of Fort Worth Water Department 31 staff. ~` 32 C. Related Specification Sections include,but are not necessarily limited to: 33 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 34 2. Division 1—General Requirements 35 3. Section 03 34 13—Controlled Low Strength Material(CLSM) 36 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 37 Section 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 38 6, Section 33 11 11—Ductile Iron Fittings 39 1 Section 33 It 13—Concrete Pressure Pipe,Bar-wrapped, Steel Cylinder'hype 40 8. Section 33 11 14 Buried Steel Pipe and Fittings 41 9. Section 33 12 25—Connection to Existing Water Mains a CITY OF FORT WORTH WATER ANIS SANITARY SEWER STANDARD CONSTRL MON SPEICIF1CKNON DOCUMENTS REPLACHN[WrCDNTRAC'1'2016 WSM-t%PART I Revised DecaoaW 20.2012 0W PmjW No,M727 024114-2 UTILITY PEmovAuAsAmmmw OW Page 2 of 17 1 1.2 PRICE AND PAYMENT PROCEDURES 2 A. Utility Lines 3 1. Abandonment of Utility Line by Grouting 4 a. Measurement 5 1) Measurement for this Item shall be per cubic yard of existing utility line to 6 be grouted.Measure by tickets showing cubic yards of gout applied. 7 b. Payment 8 1) The work performed and materials furnished in accordance with.this Item 9 and measured as provided under"Measurement"shall be paid for at the S p unit price per cubic yard of"Lane Grouting"for: 11 u) Various types of utility line 12 c. The price bid shall include: 13 1) Low density cellular grout or CLSM 14 2) Water 15 3) Pavement removal 16 4) Excavation 17 5) Hauling 18 6) Disposal of excess materials 19 7) Furnishing,placement and compaction of backfill 20 8) Clean-up 21 2, Utility Line Removal, Separate Trench 22 a. Measurement 23 1) Measurement for this Item shall be per linear foot of existing utility line to 24 be removed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"shall be paid for at the 28 unit price bid per linear foot of"remove Line"for: 29 a) Various types of existing utility line 30 b) Various sizes 31 c. The price bid shall include: 32 1) Removal and disposal of existing utility pipe 33 2) Pavement removal 34 3) Excavation 36 4) Hauling 36 5) Disposal of excess materials i 37 6) Furnishing,placement and compaction of backfill 38 7) Clean-up 39 3. Utility Line Removal,Same Trench 40 a. Measurement 41 1) This Item is considered subsidiary die proposed utility line being installed. 42 b. Payment 43 1) The work performed and materials furnished in accordance with this Item 44 are subsidiary to the installation of proposed utility pipe and shall be 45 subsidiary to the unit price bid per linear foot of pipe complete in place,and 46 no other compensation will be allowed. 47 4. Manhole Abansionment 48 a. Measurement P. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPt.ACRIAM 0A4�'R 1� 7016 WSMt 17.PART I PM Revised December 20.2012 City Pm deet Na.02727 0241 a-3 UTIWTY REMOVAUABANOONMENT Page 3 of 19 1 1) Measurement for this Item will be per each manhole to be abandoned. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under"Measurement"shall be paid for at the 5 unit price bid per each"Abandon Manhole"for: b a) Various diameters 7 b) Various Wox s c. The price bid shall include: 9 l) Removal and disposal of manhole cone to 2) Removal,salvage and delivery of frame and cover to City,if applicable 11 3) Cutting and plugging of existing sewer lines 12 4) Concrete 13 5) Acceptable material for backfilling manhole void 14 6) Pavement removal •• 15 7) Excavation 16 8) Hauling 17 9) Disposal of excess materials Is 10) Furnishing,placement and empaction of backfill 19 11) Surface restoration 20 12) Clean-up 21 5. Cathodic Test Station.Abandonment 22 a. Measurement 23 1) Measurement for this Item will be per each cathodic test station to be 24 abandoned. 25 b. Payment 26 1) The work perforrrried and materials fw`tushed in accordance with this Item 27 and measured as provided under"Mmsurement"shall be paid for at the 28 unit prime bud per each"Abandon Cathodic Test Station". 29 c. The price bid shall include: 30 1) Abandon cathodic test station 31 2) CLSM 32 3) Pavement removal 33 4) Excavation *� 34 5) Mauling 3S 6) Disposal of excess materials 36 7) Furnishing,placement and compaction of backfill 37 8) Clean-up 38 B. Water Lines and Appurten�auces 39 1, Installation of Water Line Pressure Plug i 40 a. Measurement 41 1) Measurement for this Item shall be per each pressure plug to be installed. 42 b. Payment 43 1) The work performed and materials furnished in accordance with this Item 44 and measured as provided under"Measurement"shall be paid for at the 45 unit price bid for each"Pressure Plug"installed for: Ma 46 a) Various sixes 47 c. The price bid shall include: 48 1) Furnishing and installing pressure plug Me 49 2) Pavement removal CITY OP PORT WORTH WATER AND SANITARY SEWER d, STANDARD CONSTRUCTION SPECIFICATION OMUMRNiS REPLACEMENT CONTRACT 2416 WSM4,PART t Ravised Dmmbou20,2012 City"ad No.02727 024114-4 UTILITY REMOYAIJABANDONNTN'T Pw4et17 l 3) Excavation 2 4) Hauling 3 5) Disposal of excess material 4 6) Gaskets 5 7) Bolts and Nuts 6 8) Furnishing,placement and compaction of embedment 7 9) Furnishing,placement and compaction of backfill 8 10)Disinfection w. 9 11)Testing 10 12)Clean-up 11 2, Abandonment of Water Line by Cut and installation of Abandonment Plug ., 12 a. Measurement 13 1) Measurement for this Item shall be per each cut and abandonment plug 14 installed. 15 b. Payment .. 16 1) The work performed and materials furnished in accordance with.this Item 17 and measured as provided under"Measurement"shall be paid for at the 18 unit price bid for each"Water Abandonment Plug"installed for: 19 a) Various sizes 20 c. The price bid shall include: 21 1) Furnishing and installing abandonment plug 22 2) Pavement removal 23 3) Excavation 24 4) Hauling 25 5) CLSM 26 6) Disposal of excess material 27 7) Furnishing,placement and compaction of backfill 28 8) clear)-up 29 3. Water Valve Removal 30 a. Measurement 31 1) Measurement for this[tem will be per each water valve to be removed. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement"shall be paid for at the i 35 unit price bid per each"Remove Water Valve"for: 36 a) Various sizes 37 c. The price bid shall include: 38 1) Removal and disposal of valve 39 2) CLSM 40 3) Pavement removal 41 4) Excavation 42 5) Hauling 43 6) Disposal of excess materials 44 7) Furnishing,placement and compaction of backfill 45 8) Clean-up 46 4. Water Valve Removal and Salvage .- 47 a. Measurement 48 1) Measurement for this Item will be per each water valve to be removed and 49 salvaged. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPI.AC EMBNT OONTRACr 2016 WSM-F,PART I i Revised DewnAwr 20,2012 City Ptgied Na 02727 024114-5 UTILITY REMOYAUAHANDONMENT Pew s of 17 1 b. payment awn 2 1) The work pmforMW and materials famished in accordance with this Item 3 and measured as provided under"Measurement"shall be paid for at the 4 unit price bid per each"Salvage Water Valve"for: 5 a) Various sizes 6 c. The price hid shall include. 7 1) Removal and Salvage of valve 8 2) CLSM 9 3) Delivery to City 10 4) Pavement removal 11 5) Excavation 12 6) Hauling 13 7) Disposal of excess materials 14 8) Furnishing,placement and compaction of backfill 15 9) Cleats-up 16 5. Water Valve Abandonment 17 a. Measurement i 18 1) Measurement for this Item will be per each water valve to be abandoned. 19 b, Payment 20 1) The work performed and materials famished in accordance with this Item 21 and measured as provided under"Measurement"shall be paid fpr at the 22 unit price bid per each"Abandon Water Valve"for: 23 a) Various Sizes .. 24 c, The price bid shall include: 25 1) Abandonment of valve 26 2) CL.SM 27 3) Pavement removal 28 4) Excavation 29 3) Hauling 30 6) Disposal of excess materials 31 1) 1~urnishing,placement and compaction of backfill 32 8) Clean-up 33 6. Fire Hydrant Removal and Salvage i 34 a. Measurement 35 1) Measurement for this item will be per each fire hydrant to be removed, 36 b. Payment 37 1) The wo4c performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"shall be paid for at the 39 unit price bid per each"Salvage Fire Hydrant", on 40 c. The price bid shall include: 41 1) Removal and salvage of fire hydrant 42 2) Delivery to City 43 3) Pavement removal 44 4) Excavation 45 5) Hauling i 46 6) Disposal of excess materials 47 7) Furnishing,placement and compaction of backfill 48 8) Clean-uta i 49 7. Water Meter Removal and Salvage CITY OF FORT WORTH WATBR AND SANITARY SEWER i STANDARD C ONMUCTION SWIFICATION DOCUMENTS MPLACRMENT CONTRACT 2016 WSM F,PART I Revised December 20,2012 City PMJat No.02727 024114.8 UTIUITY REMOVAUAHANDONMEW Page 6 of 17 1 a. Measurement 2 1) Measurement for this Item will be per each water meter to be removed and 3 salvaged. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under"Measurement"shall be paid for at the 7 unit price bid per each"Salvage Water Meter"for: 8 a) Various sizes 9 2) If "Water Meter Service Relocate"is performed in accordance with 10 Section 33 1210,removal and salvage or disposal of the existing(2-inch or I 1 smaller) water meter shall be subsidiary to the cost of the"Water Meter 12 Service Relocate",no other compensation;will be allowed. 13 c. The price bid shall include. 14 1) Removal and salvage of water meter 15 2) Delivery to City 16 3) Pavement removal 17 4) Excavation 18 5) Hauling 19 6) Disposal of excess materials 20 7) Furnishing,placement and compaction of backfill 21 8) Clears-up 22 8. Water Sampling Station Removal and Salvage 23 a. Measurement 24 1) Measurement for this Item will be per each water sampling station to be 25 removed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measared as provided under"Measurement"shall be paid for at the 29 unit price bid per each"Salvage Water Sampling Station". 30 e. The price bid shall include: 31 1) Removal and salvage of water sampling station 32 2) Delivery to City 33 3) Pavement removal 34 4) Excavation 35 5) Hauling 36 6) Disposal of excess materials 37 7) Furnishing,placement and compaction of backfill 39 8) Glean-up 39 9. Concrete Water Vault Removal 40 a. Measurement 41 1) Measurement for this Item will be per each concrete water vault to be 42 removed, 43 b. Payment 44 1) The work performed and materials fi mished in accordance with this Item 4S and measured as provided under"Measurement"shall be paid for at the 46 unit price bid per each"Remove Concrete Water Vault". 47 c. The price bid shall include: 48 1) Removal and disposal of concrete water vault 49 2) Removal,salvage and delivery of frame and cover to City,if applicable „^ CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS kEPLAC9MENT CON"tACT 2016 WSM-F,PART I Revised Decembor20,2012 City ProjeaNu.02127 024114-7 VTILrrY nmoYAvAI7ANDoNM(ew ' Page 7 of 17 1 3) Removal,salvage and delivery of any valves to City,if applicable 2 4) Removal, salvage and delivery of any water meters to City,if applicable 3 5) Pavement removal 4 6) Excavation 5 7) hauling 6 8) Disposal of excess materials 7 9) Furnishing, placement and compaction of backfill 8 14) dean»up 9 C. Sim itary Sewer Lines and Appurtenances 10 L Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug II a. Measurement 12 1) Measurement for this Item shall be per each cut and abandonment plug 13 installed. 14 b, Payment is 1) The work perfon-nod and materials furnished in accordance with this Item 16 and measured as provided tender`Neasstirement"shall be paid fbr at the .. 17 unit price bid for each"Sewer Abandonment Plug"for: Is a) Various sizes 19 c. The price bid shall include: 20 1) Furnishing and installing abandonment plug 21 2) Pavement removal 22 3) Excavation 23 4) Hauling 14 5) CLSM 25 6) Disposal of excess material 26 7) Furnishing,placement and corupactiou of backfill 27 8) Clean-up 28 2: Sanitary Sewer Manhole Removal 29 a. Measurement +• 30 1) Measurement for this lteln will be per each sanitary sewer manhole:to be 31 removed. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and treasured as provided under"Measurement"shall be paid for at the 35 unit price bid per each"Remove Sewer Manhole'for: 36 a) Various diameters 37 c. The price bid shall include: 38 1) Removal and disposal of manhole 39 2) Removal,salvage and delivery of frame and cover to City, if applicable ' 40 3) Gutting and plugging of existing sewer lines 41 4) Pavement removal 42 5) Excavation 43 6) Mauling 44 7) Disposal of excess materials 45 8) Furnishing,placement and compaction of backfill 46 9) Cleanup 47 3. Sanitary Sewer Junction Structure Removal 48 a. Measurement CITY of PORT WORTH WATER AND SANITAkY SEWSR MR STANI)AR4 CONSTRUCTION SPEOPICATION DOCUMENTS REPLACEMENT CON'I'I` L-r2616,V"M.P.PART 1 Revised Dbmther 20,2012 100Y PMJOCI Na 02727 024114-8 UTILITY REMOVAUABANDONMENT Page 8 of 17 1 l) Measurement for this Item will be per each sanitary sewer junction 2 structure being removed. -• 3 b, Payment 4 l) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"MeasuremerW'shall be paid for At the 6 lump sum bid per each "Remove Sewer Junction Bax"location. 7 c. The price bid shall include: 8 1) Removal and disposal of junctiot box 9 2) Removal*salvage and delivery of frame and cover to City. 10 3) Pavement removal 11 4) Excavation 12 5) Hauling i 13 6) Disposal of excess materials 14 7) Furnishing,placement and compaction of backfill 15 8) Clean-up — 16 D. Storm Sewer Lines and Appurtenances 17 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug 18 a. Measurement 19 1) Measurement for this Item shall be per each cut and abandonment plug to 20 be installed. _ 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"'shaU be paid for at the 24 unit price bid for each"Storm Abandonment Plug,"installed for: i 25 a) Various sizes 26 c. The price bid shall include: 27 1) furnishing and installing abandonment plug 28 2) Pavement removal 29 3), Excavation 30 4) Hauling 31 S) CLSM 32 6) Disposal of excess material 33 7) Furnishing,placement and compaction of backfill 34 8) Clean-up 35 2. Storm Sower Manhole Removal 36 a. Measurement i 37 1) Measurement for this Item will be per each storm sewer manhole to be 38 removed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"shall be paid for at the 42 unit price bid per each"Remove Manhole Riser"for: 43 a) Various sizes 44 c. The price bid shall include: 45 1) Removal and disposal of manhole 46 2) Removal,salvage and delivery of frame and cover to City,if applicable i 47 3) Pavement removal 48 4) Excavation 49 5) Hauling — CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUMON SPECIFICATION DOCUMENTS MLACEMENTCON TRACT 7016 WBM-F,PART I Revised December 20,2012 City Prgjm No.02727 %41114-9 MP PAP 9 o1'17 1 6) Disposal of excess materials 2 7) l+urnishing,placement and compaction of backfill 3 8) Cleanup 4 3. Storm Sewer Junction Box Removal 5 a. Measurement 6 1) Measurement for this Item will be per each storm sewer junction structure 7 to be removed, 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under"Measurement"shall be paid for at the 11 unit Juice bid per each"Remove.Storm Junction Box"fear: 12 a) Various sizes 13 c. The price bid shall include: 14 1) Removal and disposal of;urrotion boat 15 2) Removal,salvage and delivery of frame and cover to City, if applicable 16 3) Pavement removal 17 4) Excavation 18 5) Hauling 19 6) Disposal of excess materials 20 7) Furnishing,placement and compaction of backfill 21 8) Clean-up 22 4. Storm Sewer Junction Structure Removal 23 a. Measurement ., 24 1) Measurement for this Item will be per each storm sewer junction structure 25 being removed. 26 b; Payment i 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"shall be paid for at the 29 lump sum bid per each"Remove Storm Junction Structure'° location.. 30 c. The price bid shall Include- 3 1 nclude:31 1) Removal and disposal ofjunction n structure 32 2) Removal,sahAp and delivery offrame and cover to City, if applicable 33 3) Pavement removal 34 4) Excavation 35 5) Mauling 36 6) Disposal of excess materials *� 37 7) Furnishing,placement and compaction of backfill 38 8) Cleanup 39 5. Storm Sewer Inlet Removal 40 a. Measurement 41 1) Measurement for this Item will be per each storm sewer inlet to be 42 removed, 43 b. Payment 44 1) The work perfonned and materials furnished in accordance with this Item 45 and measured as provided under"Measurement"shall be paid for at the 46 unit price bid per each"Remove Storm Inlet"for: 47 a) Various types 48 b) Various sizes 49 c. The price bid shall include: CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENTf OfflR &2016 WPB;BART I Itcvised Dwe mbar 20,2012 City Pr*d Nc 02727 02 41 14-10 117` ITY REMOVAI.JAEANDONMENT _ Page 10 of 17 1 1) Removal and disposal of inlet 2 2) Pavement removal 3 3) Excavation 4 4) Hauling 5 5) Disposal of excess materials 6 6) Furnishing, placement and compaction of backfill 7 1) Cleanup 8 6. Storm Sewer Junction Box Removal 9 a. Measurement 10 1) Measurement for this Item shall be per linear foot of existing storm sewer 11 box to be removed. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under"Measurement"shall be paid for at the 15 unit price bid per linear foot of"Remove Storm Junction Box"for all sixes. 16 c. The price bid shall include: 17 1) Removal and disposal of Storm Sewer Box 18 2) Pavement removal 19 3) Excavation 20 4) Hauling 21 S) Disposal of excess materials — 22 6) Furnishing,placement and compaction of backfill 23 7) Clean-up 24 7, Headwall/SET Removal 25 a. Measurement 26 1) Measurement for this Item will be per each headwall or safety end 27 treatment(SBI)to be removed, ... 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"shall be paid for at the 31 unit price bid per each"Remove Headwall/SET'. 32 c. The price bid shall ivolude: 33 1) Removal and disposal of Headwall/SET 34 2) Pavement removal 35 3) Excavation 36 4) Hauling 37 5) Disposal of excess materials 38 6) Furnishing,placement and compaction of backfill 39 7) Clean-up 40 S. Trench Drain Removal 41 a. Measurement 42 1) Measurement for this Item shall be per linear foot ofstorm sewer trench 43 drain to be removed. -� 44 b. Payment 45 1) The work performed and materials furnished in accordance with this Item 46 and measured as provided under"Measurement"shall be paid for at the 47 unit price bid per linear foot of"Remove Trench Drain"for: 48 a) Various sizes 49 c. The price bid shall include: CITY OF FORT WORTH WATER ANDSANITARY SEWER STANDARD CONS RUCTION SPECIFICATION DOCUMENTS k EPLACEMENT CONTRACT 2016 WSM-F,PART I Rcvfwd December30,2012 City Project Na 02727 024114-11 UTILITY REMOVAL/ABANDONM6NT Pec 11 of 17 1 1) Removal and disposal of storm sewer tins .. 2 2) Pavement removal 3 3) Excavation 4 4) Hauling 5 5) Disposal of excess materials 6 6) Furnishin& placement and compaction of backftl l 7 7) Clean-up .. 8 1.3 REFERENCES [NOT USED] 9 1A ADMINISTRATIVE REQUIREMENTS i 10 A. Coordination 11 1. Contact Inspector and the Water Department Field Operation Storage Yard for 12 coordination of salvage material return. 13 1.5 SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALWINFORMATIONAL SUBMITTALS[NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY,STORAGE,AND HANDLING 19 A, Storage and Handling Requirements 20 1. Protect and salvage all materials Such that no damage occurs during delivery to the 21 City. CITY UP FORT WOM WATER AND SA141TARY SEWER STANDARD CONMUCTION SPEWICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSIVi-T,PART I Revised Dxember 20,2412 COY Proms No.02727 0241 1A-12 VMJTY REMOVAUARANDONMENC i Page 12 of 17 1 1.11 FIELD [SITEI CONDITIONS [NOT USED] i 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS i 4 2.1 OWNER-FURNISHED foal OWNER-SUPPLIED PRODUCTS [NOT USED] OM 5 2.2 MATERIALS 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL. [NOT USED] 8 PART 3- EXECUTION ' 9 3,1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] .. 11 3.3 PREPARATION [NOT USED] _ 12 3.4 REMOVAL,SALVAGE,AND ABANDONMENT 13 A. General i 14 1. Manhole Abandonment 15 a. All manholes that are to be taken out of service are to be removed unless 14 specifically requested and/or approved by City.. 17 b. Excavate and backfill in accordance with Section 33 05 10. t8 c. Remove and salvage manhole frame and cover as coordinated with City, 19 d, Deliver salvaged material to the City, 20 e. Cut and plug sewer lines to be abandoned. 21 f, Backfill manhole void in accordance with City Standard Details. 22 B. Water Lines and Appurtenances i 23 1. Water Line Pressure Plugs 24 a. Ductile Iron Water Lines 25 1) Excavate,embed,and backfill in accordance with Section 33 05 10. 26 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 27 with Section 33 11 It. 28 3) Perform Cut and Plug in accordance with Section 33 12 25, .. 29 b. PVC C900 and C905 Water Lines 30 1) l2xcavate,embed,and backfill in accordance with Section 33 05 10. 31 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 32 with Section 33 11 11. i 33 3) Perform Cut and Plug in accordance with Section 33 12 25. 34 c. Concrete Pressure Pipe,Bar Wrapped,Steel Cylinder Type Water Lincs 35 1) Excavate,embed,and backfill in accordance with Section 33 05 10 i 36 2) Plug using: 37 a) A fabricated plug restrained by welding or by a Snap Icing in 38 accordance with Section 3311 13;or CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RlrF1.AChMENT CON'T1t4Cr 2016 WSM-F,PART I i Revised Deaenibet 20,2012 CIWProjeat Na 03727 w M41 14.13 UT]0TY`I EMOVAUAROWNMEW Page 13 of I I I b) A blind flange in accordance with Section 33 !1 13 2 3) Perform Cut and Plug in accordance with Section 33 12 25. 3 d. Buried Steel Water Lines 4 1) Excavate,embed,and backfill in accordance with Section 33 05 10. i 5 2) Plug using: 6 a) A fabricated plug restrained by welding in accordance with Section 33 7 It 14,or 8 b) A blind flange in accordance with Section 33 11 14 9 3) Peiform Cut and Plug in accordance with Section 33 12 25. 10 2. Water Line Abandonment Plug; I 1 a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Plug with CLSM in accordance with Section 03 34 13. 13 3. Water Line Abandonment by Grouting 14 a. Excavate and backfill in accordance with Section 33 X05 10. 15 b< Dewater from existing line to be.grouted. 16 et. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 17 or CLSM In accordance with 03 3413. 18 d. Dispose of any excess material. 19 4. Water Line Removal 20 a. Excavate and backfill in accordance with Section 33 05 10. 21 b. Cut existing line from the utility system prior to removal. 22 c. Cut any services prior to removal. 23 d. Remove existing pipe line and properly dispose as approved by City. 24 5, Water Valve Removal 25 a. Excavate and backfill in accordance with Section 33 05 10. 26 b. Remove and dispose of valve bonnet,wedp and stem. 27 c. Fill valve body with CLSM in accordance with Section 03 34 13, 28 6, Water Valve Removal and Salvage 29 a. Excavate and backfill in accordance with Section 33 05 10. 30 b. Remove valve bonnet,wedge and stem. 31 c. Deliver salvaged material to the Water Department Field Operation Storage 32 Yard. now 33 d. Protect salvaged materials from damage. 34 e. Fill valve body with CLSM in accordance with Section 03 34 13. 35 7. Water Valve Abandonment ANN 36 a, Excavate and backfill in accordance with..SactiQn 33 05 10., 37 b. Remove the top 2 fret of the valve stack and any valve extensions. 38 c. Fill the remaining valve stack with CLSM in accordance with Section 03 3413. MR 39 8. Fire Hydrant Removal and Salvage 40 a. Bxcavate and backfill in accordance with Section 33 05 10. 41 b. Remove Fire Hydrant. 42 c. Place abandonment plug on fire hydrant lead line. 43 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 44 Yard. 45 e. Protect salvaged materials from damage. 46 9. Water Meter Removal and Salvage 47 a. Remove and salvage water meter. 48 b. Return salvaged meter to Project Representative. crrY of PORT wORTt3 WATISR ANIS SANITARY SEWER STANDARD C:(7NMUMON SPECIFICATION DOCUMENTS FRULACEMENT CONTRACT 2016 WSW,PART 1 [devised Demnher 20.2012 City PWICO Nu.02727 02 41 14-14 UTUZY REMOYAVAMMONMENT Page 14 of 17 1 C. City will provide replacement meter for installation. 2 d. Meter Box and Lid 3 1} Remove and salvage cast iron meter box lid. 4 2) Remove and dispose of any non-cast iron meter box lid, 5 3) Return salvaged material to the Water Department Field Operation Storage *� 6 Yard, 7 4) Remove and dispose of meter box. 8 10. Water Sample Station Removal and Salvage 91 a. Remove and salvage existing water sample station, 10 b. Deliver salvaged material to the Water Department Field Operation.Storage I 1 Yard, 12 11. Concrete Water Vault Removal 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Remove and salvage vault lid. 1.5 c. Remove and salvage valves. 16 d. Remove and salvage meters. 17 e. Deliver salvaged material to the Water Department Field Operation Storage .. 18 Yard. 19 f. Remove and dispose of any piping or other appurtenances. 20 g. Demolish and remove entire concrete vault. 21 h. Dispose of all excess materials. i 22 12. Cathodic Test Station Abandonment 23 a. Excavate and backfill in accordance with Section 33 05 10 24 b. Remove the top 2 feet of the cathodic test station stack and contents. 25 c. Fill any remaining voids with CLSM in accordance with Section 03 3413. 26 C. Sanitary Sewer Lines and Appurtenances i 27 l, Sanitary Sewer Line Abandonment plug 28 a. Excavate and backfill in accordance with Section 33 0510, 29 b. Remove and dispose of any sewage. 30 c, Plug with CLSM in accordance with Section 03 3413. 31 2. Sanitary Sewer Line Abandonment by Grouting 32 a, Excavate and backfill in accordance with Section 33 05 10. 33 b. Dewater and dispose of any sewage ftom the existing line to be grouted, 34 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 35 or CLSM in accordance with 03 34 13, i 36 d. Dispose of any excess material. 37 3. Sanitary Sewer Line Removal 38 a. Excavate and backfin in accordance with Section 33 05 10. PM 39 4. Cut existing line from the utility system prior to removal. 40 c. Cut any services prior to removal. 41 d. Remove existing pipe line and properly dispose as approved by City. 42 4, Sanitary Sewer Manholes Removal 43 a. All sanitary sewer manholes that are to be taken out of service are to be 44 removed unless specifically requested and/or approved by City. _ 45 b. Excavate and backfill in accordance with Section 33 05 10. 46 c. Remove and salvage manhole frame and cover. 47 d. Deliver salvaged material to the Water Department Field Operation Storage. 48 e. Demolish and remove entire concrete manhole. i My Of PORT WORTH WATM AND SAMMY SEWER STANDARD CONSTRUCTION SPEC WICATION DOCUMENTS REPLA:CEMENTCONriRACP2016 W5M4F.PART i Revised Doo mbar 20,2012 City Pro ed No.02727 4241 14-15 UTILITY MWOVAUABANDONMENT a 15 of)7 1 f Cut and plug sewer lines to be abandoned. 2 S. Sanitary Sewer Junction Structure Removal 3 a. Excavate and backfill in accordance with Section 33 05 10.. 4 b, Remove and salvage manhole frame and cover. 5 c, Deliver salvaged material to the Water Department Field Operation Storage. 6 d. Demolish and remove entire concrete manhole. 7 e. Cut and plug sewer lines to be abandoned. *� 8 D. Storm Sewer Lines and Appurtenances 9 1. Storm Sewer Abandonment Plug 10 a. Excavate and backfill in accordance with Section 33 05 10. 11 b. Dewater line. 12 c. Plug with CLSM in accordance with Section 03 34 13. 13 2. Storm Sewer Line Abandonment by Grouting 14 a, Excavate and backfill in accordance with Section 33 05 10. 15 b, Dewater the existing line to be grouted. 16 e. Fill line with Low Density Cellular Grain,id accordance with Section 33 05 24 17 or CLSM in accordance with 03 34 13. 18 d. Dispose of any excess material. 19 3. Storm Sewer Line Removal 20 a. Excavate and backfill in accordance with Section 33 05 10. 21 b. Remove existing pipe line and properly dispose as approved by City. 22 4. Storm Sewer Manhole Removal 23 a. All storm sewer manholes that are to be taken out of service are to be removed 24 unless specifically requested and/or approved by City. 25 b. Excavate and backfill in accordance with Section 33 05 10. .. 26 c: Demolish and remove entire concrete manhole. 27 d. Cut and plug storm sewer lines to be abandoned, 28 5. Storm Sewer Junction Box and/dr Junction Structure Removal ,,.. 29 a. Excavate and backfill in accordance with Section 33 05 10. 30 b. Demolish and remove entire concrete 9meture. 31 c. Cut and plug storm sewer lines to be abandoned. 32 6. Storm Sewer Inlet Removal 33 a. Excavate and backfill in accordance with Section 33 05 10. 34 b. Demolish and remove entire concrete inlet. 35 c. Cut and plug storm sewer Iines to be abandoned. 36 7. Storm Sewer Box Removal 37 a. Excavate and backfill in accordance with Section 33 05 10. 38 b. Cut existing line from the utility system prior to removal, 39 c. Cut any services prior to removal. 40 d. Remove existing pipe line and properly dispose as approved by City. 41 8. Headwall/SET Removal 42 a. Excavate and backfill in accordance with Section 33 05 10. 43 b. Demolish and remove entire concrete inlet, �. 44 c. Cut and plug storm sewer 1 ines to be abandoned, 45 9. Storm Sewer Trench Drain Removal 46 a. Excavate and backfill in accordance with Section 33 05 10. 47 b. Remove existing pipeline and dispose as approved by City. CITY OF FORT WORTH WATER AND SANITARY UVER STANDAILD CQN.SMUMON.SPECIFICATION DOCUMONTS U I.ACEN1 NT CONVACT2016 WSM-F FART I Itevised Dmember2O,2012 Cily ftjed,No.DZ727 i 02 41 14-16 tJTILrFY REMCWYAIJlAHANDONMFNT Pap 16 of 17 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION[NOT USED] 3 3.7 FIELD lost] SITE QUALITY CONTROL i 4 3.8 SYSTEM STARTUP[NOT USED] 5 3.9 ADJUSTING[NOT USED] 6 3..10 CLEANING [NOT USED1 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] NMI 11 i mp i i i i i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDMDC0148TRUCTM SPECWICAT1ON DOCUMENTS REPIACRMENT CONTRACT 2016 WSM i,PART 1 T wMW Docomber 20,2012 City Pmje at ft 02727 024114-17 U'rILITY REMOVAUABANDONMENT Pago 17 of 17 1 END OF SECTION Revision Log DATE. NAME SUMMARY OF CHANGE i 1.2.CJ.c.--Include Frame and Cover in Payment description 12/20/12 D.Johnson 7tlroughout—added abandonment of storm and sewer manholes when requested w., and/or approved by City _ i CITY OF FORT WORTH WATER AND SANITARY SEWER i ,STANDARD CONSTRUCTION SP13,0FICATION DOCUMENTS REPLACEMEW CONTRACT 2016 WSM-F,PART I Reviacd DcownbeW 2%2012 [sty Project No.02727 331210-1 WATIM SERVICES I-MCHTO 2 NIGH Pogo 1 of 17 1 SECTION 33 1210 2 WATER SERVICES 1-INCH TO 2-INCH 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1 Lead-free 1-inch to 2-inch water servicer lines from the water rnaln to the right-of MP 7 way,fittings and water meter boxes complete in place,as shown on the Drawings, 8 directed by the Engineer,and specified herein for: 9 a. New Water Service to b. New Water Service{Bored} I1 c. Water Meter Service Relocate 12 d. Private Water Service 13 B. Deviations from this City of Fort Worth Standard Specification 14 1, PART 3-•EXECUTION 15 3A INSTALLATION 16 E. Removal of Existing Lead Service Lines 17 1.All lead service lines encountered by the Contractor either discovered 18 during construction or as indicated on the drawings shall be removed from 19 the water main to the meter. 20 2.The Contractor shall notify the Project Manager and Inspector of any 21 lead service lines encountered that are not indicated on the drawings. 4` 22 3.All lead service lines shall be disposed of at a certified metal recycling 23 center as specified in the deviations of the Utility Removal/Abandonment 24 Specification(02 4114). 25 4, Lead Service Line removal shall be considered subsidiary to the 26 installation of the new water service and/or service reconnection.No 27 additional payment will be made. 29 C. Products Installed but not Furnished Under this Section 29 1. Water meters for various sizes 30 D. Related Specification Sections include, but are not necessarily limited to: 31 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 32 2. Division I —General Requirements 33 3. Section 33 04 40 Cleaning and Acceptance Testing of Water Mains 34 4. Section 33 05 10--Utility French Excavation,Embedment and Backfill MP 35 5. Section 33 12 25—Connection to Existing Water Mains 36 1.2 PRICE AND PAYMENT PROCEDURES 37 A. Measurement and Payment 38 1. New Water Service 39 a. Measurement CITY of FORT WORTH WATER AND SANITARY SEWER STANDARD WNSTRUMON SP1 M]CAT1c?N DUC'UMEN'rs KEP'LAC@MENT CONTRACT 2016 W$M-F,PARC 1 Revised.Mine 19.2013 City Pmjeoi No.02727 MW 331210'2 WATER SERVICES I-MC14TO2-ENC11 Pope 2 of 17 SM 1 1) Measurement for this Item shall be per each new"Water Service"complete 2 in place from the tap of the main to the installation of the meter box and 3 associated appurtenances where the service line is installed by open cut 4 construction. 5 b. Payment 6 1)' The work performed and materials furnished in accordance with this Item i 7 and measured as provided under"Measurement"will be paid for at the unit 8 price bid per each"Waxer Service"installed for: 9 a) Various sizes 10 c. The price bid shall include: 11 1) Furnishing and installing New Service Line as specified by the Drawings 12 2) Submitting product data -- 13 3) Tapping saddle 14 4) Corporation stop 15 5) Curb slap 16 6) Fittings 17 7) Service line installed by open cut 18 8) Connection to meter 19 9) Meter Box and Lid 20 10) Pavement removal 21 11) Excavation 22 12)Hauling 23 13) Disposal of excess material 24 14) Surface Restoration associated with Meter Box installation and connection, 25 excluding grass(seeding,sodding or hydro-mulch paid separately) 26 15) Clean-up 27 16) Disinfection 28 17)Testing -- 29 2. New Bored Water Service 30 a. Measurement 31 1) Measurement for this Item shall bo per each new Water Service complete in -� 32 place from the tap of the train to the installation of the meter box and 33 associated appurtenances where the service line is installed by trenchless 34 method. i 35 b. Payment 36 1) The work performed and materials furnislied in accordance with this Item 37 and measured as provided under"'Measurement"will be paid for at the unit 38 price bid per each "Bored Water Service"installed for. 39 a) Various sixes 40 c. The price bid shall include: 41 1) Submitting product data 42 2) Tapping saddle 43 3) Corporation stop 44 4) Curb stop 45 5) Fittings 46 6) Service line installed by trenchless method 47 7) Connection to meter 48 8) Meter Box and Lid 49 9) Pavement removal 50 10)Excavation CITY OTS taORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSW,PART 1 Revised lune 1$,.2413 City Project No,02727 i 331210.3 WATER SERVICES i-INCHTQ2-INCH Pftc 3uf17 1 11) Hauling 2 12) Disposal of excess material 3 13) Surface restoration associated with Meter.Bax installation and connection, 4 excluding grass(seeding,sodding or hydro-mulch paid separately) 5 14)Clean-up 6 15) Disinfection 7 16) Testing 8 3. Water Meter Service Reconnect Edo 9 a. Measurement to 1) Measurement for this Item shall be per each Water Meter Service 11 Reconnect complete in place from public service line connection to private 12 service line connection. 13 b; Payment 14 1) The work performed in wjr unction with relocation of the meter,associated 15 private service line, fittings and ureter box 5 feet or less in any direction 16 from centerline of existing meter location and the materials furnished in 17 accordance with this Item will be paid for at the unit price bid per each 18 "Water Meter Service,Reconnection"installed for 19 a) Various size of services 20 c, The p6 a bid shall include: 21 1) Private service line 22 2) Fittings 23 3) Private connection:to water meter 24 4) Connection to existing private service line 25 5) Cut and crimp ofexisting service 26 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, 27 as directed by City MM 28 7) Pavement removal 29 8) Excavation 30 9) Hauling ! 31 t 0)Disposal of excess material 32 11) Surface restoration for area disturbed for installation of raster box, 33 excluding grass(seeding,sodding or hydro-mulch paid separately) .. 34 12)Glean-up 35 13)Cleaning 36 14) Disinfection 37 15)Testing 38 4. Private Water Service Relocation 39 a. Measurement 40 1) Measurement for this Item shall be per linear foot of Private Service 41 relocation complete in place from the meter box to a connection to the 42 existing service lisle on private property. 43 b. Payment 44 1) The work performed in conjunction with Private Service Line installation 45 where the meter and meter boxes are moved more than 5 feet in any 46 direction from centerline of existing meter location and materials furnished 47 in accordance with the Item and measured as provided under 48 "Murernent"will be paid for at the unit price bid per linear foot of 49 "Private Water Servicer performed for: MW C"9F FORT Wi3R'I'13 WATER AMD SMITARY SEWER 3TANDA"CDNTMUCtION 5PCIP"I—IONDOCUMENTS PEPLACPAENTCONTRACr2W6WSM•F,PART 1 Revisal June 19,3413 Cay PrQlact No.0727 i 33.1210.4 WATER SERVICES t-INCH TO 2-INCH. i Page 4 of 17 1 a) Various service sizes 2 c. The price bid shall include: 3 1) Obtaining appropriate permit 4 2) Obtaining Right of Entry 5 3) Submi0ing product data 6 4) Private service line 7 5) Fittings 8 6) backflow preventer,check valve,and isolation valve relocation,if 9 applicable i 10 7) Connection to existing private service line 11 8) Pavement removal and replacement 12 9) Excavation 13 10)Hauling 14 11) Disposal of excess material 1 S 12) Surface restoration,excluding grass(seediug,sodding or hydro-mulch paid 16 separately) 17 13)Clean-up 18 14) Cleaning 19 15)Disinfection 20 16)Testing 21 1.3 REFERENCES 22 A. Definitions 23 1 New Service 24 a. Installation of new 1-inch to 2-inch Water Service Line by open cut 25 construction from the water main to the right-of-way,including corporation 26 stop,curb stop,fittings and water meter boxes complete in place,as shown on i 27 the Drawings. 28 2:. New Service(Bored) 29 a. Installation of new 1-inch to 2-inch Water Service Line by trench less i 30 construction method from the water main to the right-of-way, including 31 corporation stop,curb stop, fittings and water meter boxes complete in place,as 32 shown on the Drawings. �. 33 3. Meter Service Reconnection 34 a. Relocation and reconnection of the private service line from an existing meter 35 to be abandoned and a new meter installed that ties within 5 feet of the existing i 36 meter. 37 4. Private Service Relocation 38 a. Relocation and reconnection cif private service line behind the water meter 39 where the existing meter to be abandoned and the new meter installed is greater 40 than 5 feet of the existing meter. A licensed plumber is required to relocate the 41 private service. i 42 5. Lead-free 43 a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 44 percent lead in accordance with the reduction of Lead in Drinking Water Act 45 (PL. 111-380). i 46 B, Reference Standards CITY OF FORT WORTI I WATER AND SANITARY SEWER STAIdDAM CONSTRUCTION SPECIFICATION IMUMENTS REPLAICEIVIENf CONTRACT 2016 WSM-F,PART I ., Revind 3une 19,2013 City Pmjm No.02727 .. 331210.5 WATER SERVICES i-INCH`TO 2-INCH Par S of t7 1 L Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification,unless a date is specifically cited. 4 2. ASTM International(AS�M): 5 a. A48,Standard Specification for Cray iron Castings. 6 b. A536, Standard Specification for Ductile Iron Castings. 7 c. 1388, Standard Specification for Seamless Copper Water Tube. 8 d. B98,Standard Specification for Copper-Silicon Alloy Rod,Bar and Shapes. 9 e. 0131, Standard Specification for Resistance to Degradation of Small-Size 10 Coam Aggregate by Abrasion and Impact in the Los Angeles Machina. 1 I f C 150,Standard Specification for Portland Cement. 12 g. C330, Standard Specification for Lightweight Aggregates for Structural 13 Concrete. 14 h, D883,Standard Terminology Relating to Plastics. 15 3. American Water Works Association(AWWA): 16 a. C700,Cold-Water Meters-Displacement Type,Bronze Main Case. 17 b. C800,Underground Service Line Valves and Fittings. 18 4. NSF International(NSF): 19 a. 61, Drinking Water System Components w Health Effects. 20 5. Reduction of Lead in Drinking Water.Act 21 a. Public Law 111-380(P.L. 11 t380) 22 L4 ADKWISTRATIVE REQUIREMENTS 23 A, Scheduling 24 1. Provide advance notice for service interruptions and meet requirements of Division 25 0 and Division 1. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. MR 28 B. .All submittals shall be approved by the City prior to delivery. 29 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 30 A. Product Data,if applicable: 31 1, Tapping Saddle — 32 2. Corporation stop 33 3. Curb Stop 34 4. Service Line 35 S, Meter Box 36 b. Meter Box Lid 37 8. Certificates and Test Reports 38 1. Prior to shipment of any Water Service components,the manufacturer shall submit 39 the following. 40 a. A Certificate of Adequacy of Design stating,that the components to be 41 furnished comply with all regulatory requirements identified in this Section 42 including: 43 1) The Reduction of Lead in Drinking Water Act(P L, 111-380) CITY OF FORT WORT14 WATER AND SANITARY SEWER STANDARD OMMUMION SPECIFICATION DOCUMENTS REPT ACEMENT CONTRAG''016 WSW,PANT 1 ~` Revised lune 19,2013 CRY Pr AW No.02727 i 3312 YO-b WATER SERVICES 14KCHTO2-IN04 i Page 6 of 17 1 2) AW WA C800 2 3) NSF 61 i 3 1.7 CLOSEOUT SUBMITTALS [NOT USED[ 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] i 5 1.9 QUALITY ASSURANCE 6 A. Qualifications 7 1, Manufacturers 8 a. Water Services shall meet or exceed the latest revisions of AWWA 0800,NSF 9 61,the Reduction of Lean in Drinking Water Act and shall meet or exceed the 10 requirements of this Specification. I 1 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Storage and Handling Requirements 13 1. Protect all parts such that no damage or deterioration will occur during a prolonged 14 delay ftm,the time of shipment until installation is completed and the units and 15 equipment are ready for operation 16 2. Protect all equipment and parts against any damage during a pmlonged period at the 17 site. 18 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or 19 extremes in temperature. 20 4. Secure and maintain a location to store the material in accordance with Section 01 21 6600, 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS 25 2.1 OWNER-FURNISHED PRODUCTS i 26 A. Water meters for various sizes 27 2.2 EQUIPMENT,PRODUCT TYPES,AND 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 0160 00. i 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00. 34 3. The Wetter Services and appurtenances shall be new and the product of a 35 manufacturer regularly engaged hi the manufacturing of Water Services and 36 appurtenances having similar service and size. 37 13. Description 38 1, Regulatory Requirements �+ CITY Of PORT WORTH WATER AND SANITARY SEWER STANDARD 00ttTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F.PART I ,,.. Revisal Jane 19,2013 Cily CFajcd No.02727 331210-7 WATER SERVICES I-INCH TOUNCN Page 7 or I7` I a. All materials shall conform to the Reduction of Lead in Drinking Water 2 Act(P.L. 111-380). This Act defines"Lead-free"for pipes and other 3 appurtenances to be less than 0.25 percent lead. 4 b, Water Services shall meet or exceed the latest revisions of AWWA 0800 and 5 shall meet or exceed the requirements of this Speoit' ation. 6 c. All Water Services components in contact with potable water shall conform to 7 the requirements ofNSF 61, 8 C. Materials/Design Criteria 9 1. Service Lines 10 a. Provide Type K Copper Tubing per ASTM B88. 11 b. Furnish in the annealed conditions, unless otherwise specified in the Contract 12 Documents. 13 2 Service Couplings 14 a. Fitter 13-nds 15 1) Flared Copper Tubing with thread dimensions per AWWA C800 16 2) Provide coupling nuts with a machined bearing skirt of a length equal to the 17 tubing outer diameter(O.D.). 18 b. Provide with hexagonal wrench grip compatible with the coupling size. 14 c. Provide lead-free service couplings in acnord$nce with the Reduction of Lead 20 in Drinking Water Act, Mm 21 3. Corporation stops 22 a. Provide brass castings per AWWA 0800 for: 23 1) Bodies 24 2) Plugs 25 3) D washers 26 4) Bottom nuts MAW 27 b. Machining and Finishing of Surfaces 28 1) Provide I % inch per foot or 0.1458 inch per inch±0.007 inch per inch 29 taper of the seating surfaces for the key and body. �• 30 2) Reduce large end of tha tapered surface of the key in diameter by chamfer 31 or turning for a distance that will bring the largest end of the seating surface 32 of the key into the largest diameter of the seating surface of the body. 33 3) Relieve taper seat in the body on the small end. 34 4) Extend small end of the key there-through to,prevent the wearing of 35 shoulder and facilitate proper seating of key. .. 36 5) Design key,key nut and washer such that if the key nut is tightened to 37 failure point,the stern end of the key shall not fracture. 38 6) Design nut and stem to withstand a turning force on the nut of at least 3 39 times the necessary effort to properly seat the key without failure in any 40 manner. 41 7) Port through corporation stop shall be full size to eliminate turbulence in 42 the flow way. 43 8) Design stop for rotation about the anis of the flow passageway inside the 44 following minimum circles in order to properly clear the tapping machine: 45 a) Two 7/8-inch for 1-inch corporation stops *� 46 b) -four 15/16-inch for 1 r4-inch and 2-inch corporation stops 47 c. Provide lead-free corporation stops in accordance with the Reduction of Lead in 48 Drinking Water Act. CITY OFVORT WORTH WATft rANrTARY SEWER STANDARD CONSMUCTION SPECIFICATION DOCUMENTS ItM'L CMAENT CONTRACT 2016 WSM4,PART I BmvW hne M2011 CAY Prt jcd Ni)�02727 wATER.s>Rvtcxs 1-MCRT02-INCH Page 9 of 17 1 4. Curb Stops 2 a. Provide brass castings per AWWA 0800. 3 b. Valve plugs shall be: 4 1) Cylinder type 5 2) Plug type,or 6 3) Ball type 7 c, Incorporate full flow porting. 8 d. Provide for 6111360 degree plug rotation clockwise or counter-clockwise. 9 e. Overall Length 10 1) 3-5/16 inch± 1/8 inch for 1-inch diameter 11 2) 4-1/32 inch+9.32 for 1-inch diameter 12 f. Cylindrical Plug'lype 13 1) Provide O-ring seal at top and bottom. 14 a) O-ring at top only is acceptable if bottom of curb stop body is closed. 15 2) Seals shall be Buns.N. 16 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to 17 effectively seal in the closed position. 18 4) The part in the plug shall provide a straight through, full size flow way,so 19 shaped as to eliminate turbulence. 20 5) All waterways shall be smooth and free of burrs or rough areas. 21 6) Design the curb stop to provide ease and accuracy of operation and positive 22 shut-off of water. 23 g. Tapered Plug Type 24 1) Provide 0-ring seal at top and bottom. 25 2) The tapered plug and cylindrical recess in the valve body shall be machined 26 to match within approved manufacturing tolerances. 27 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- 28 shaped seal rings backed with O-rings. " 29 4) The port in the plug shall provide a straight through,full size flow way, so 30 shaped as to eliminate turbulence. 31 5) All waterways shall be smooth and free of burrs or rough areas. 32 6) Design the curb stop to provide ease and accuracy of operation and positive 33 shut-off of water. 34 h, Ball Plug Type — 35 1) Provide double O-ring seals on the stein. 36 2) 'Che ball shall seal against rubber rings mounted in the valve body at the 37 inlet and outlet ports. 38 3) The ball shall be bronze with a smooth Teflon coating 34 4) The port in the plug shall provide a straight through,full size flow way,so 40 shaped as to eliminate turbulence. 41 5) All waterways shall be smooth and free of burls or rough areas. 42 i. Provide lead-free curb stops in accordance with the Reduction of Lead in 43 Drinking Water Act. 44 S. Straight Adapters i 45 a. Brass castings and threads per AWWA 0800 46 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in 47 Drinking Water Act. 48 6. Three Part Copper Unions 49 a. Brass castings acid threads per AWWA C800 CrrY OF FORT WORTH WATER AND SANITARY SEWER sTANDARl7 coN$T ptucr f1N sPEctmA noN i)ocumiaN's (tEi'[.ACEMEN`r C ON'MACT 2016 WSM F.MT 1 i Rwixed]sae 19.2013 City PmJM No.02727 i 331210-9 WATER SHR VICF,S 1-INCL TO 2-INCH Pop 9of17 1 b. Provide lead-ft"Three Part Copper Unions in accordance with the Reduction 2 of Load in Drinking Water Act. 3 7. Straight Meter Couplings 4 a. Brass castings per AWWA 0800 5 b. Threads per AWWA 0700 6 c. Tailpiece with outside iron pipe thread 7 d. Chamfer corners on threaded end of meter nut. 8 e: Machine inside and outside oaftudipieec. 9 f. Provide-lead-free Straight Meter Couplings in accordance with the Auction of 10 Lead in Drinking Water Act. 11 8. Branch Connections 12 a. Brass castings per AWWA 0800 13 b. inlet and outlet connections per AWWA C800 14 c. Provide lead-free branch connections in accordance with the Reduction of Lead 15 in Drinking Water Act. 16 9. Service Saddles 17 a. Castings is 1) Brass or Nylon coated ductile iron castings per AWWA 0800 19 2) Free of porosity with sharp edges removed 20 3) Fit contour of pipe as follows: 21 Minimum Outside Maximum Outside Nominal Pipe Size Diameter of Pipe Diameter of Pipe inchesit>tekes inches 1.50 1.900 2.000 2.00 2.375 2.500 2.25 2.875 3.000 4.00 4.900 5.000 6.00 6.900 7.100 8.00 9.050 9.300 10.00 11.100 11.400 2� 23 4) Saddle 24 a) Form to fit firmly against side of maximum diameter of water main 25 with approximately 180 degrees Wrap around. 26 5) Outlet 27 a) Design outlet boss for no thread distortion by bending moments. 28 b) `Tapped for taper threaded corporation stop conforming to AWWA .� 29 0800. 30 b. Straps 31 1) Conform to ASTM 1398. ,. 32 2) Form flat to fit uniformly against the wall of the water main. 33 3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 34 4) Straps shall be threaded 5/8 inch(I I-NCS-2A)for a distance such that!s 35 inch remains after clamp is fully tightened on the pipe. i 36 5) Chamfer strap ends to protect the starting threads. 37 6) The threads shall be full and free from shear. 38 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. CrrY OF FOAT WORTH WATER AND SANITARY 3gWRR srANDARD coNSTRucTION SPECIFICATION DOCUMENTS KEPI.ACRIvtENT CONTRACT 2E1161i4 SM4F,PART 1 �' Rwbw 4W 190613 City Project No.02727 33 12 10-10 WKMR SERVICES I-INCH To 2-INCH i PMe 10 of 17 1 8) Single straps are allowed for Saddles for pipe 2=inches in diameter and 2 smaller. 3 c, Nuts 4 1) Bronze material 3 a) Same material as straps i 6 2) Dimensions equal to or larger than heavy hexagon nuts 7 3) Tapped 5/8 inch(11 NC-2B) 8 d. Gaskets 9 1) Neoprene rubber material 10 2) Cemented to saddle and positioned to facilitate installation if 10, Brass Flanged Angle Valve 12 a. For 1 !6-inch and 2-inch services 13 b. Brass castings per AWWA 0800 14 c. Valve Body with integral outlet flange and inlet wrenching flat 15 d. Fit together key and body by turning key and reaming body 16 1) ley with C?-ring seal seat at the upper end 17 2) Lap key and body seat are to conform to corporation stop requirements of 18 this Specification. 19 3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in. 20 flange gasket surface. 21 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled 22 circular about the axis of the flange. 23 5) The size of the outlet flange and the diameter and spacing of the bolt holes 24 shall conform to AWWA 0700, 25 6) The flange on 2-inch angle valves shall be double drilled to permit 26 connection to 11/2-inch meters. 27 7) The inlet port of the valve shall be tapered to conform to AWWA 0800 28 taper pipe thread. +` 29 8) The key cap shall include a wrenching tee marked with a raised or recessed 30 arrow to show whether the valve is open or closed. 31 9) Valve Assembly(main body,key,key cap) 32 a) Brass material per AWWA C800 33 b) O-ring seal on the top of the key between the key and body seat 34 c) Key cap shall complete the assembly by attaching to the key by means i 35 of a strong bronze pin with phosphor bronze spring,washer(s) 36 depressed between the key cap and the top of the valve main body. 37 d) Provide with padlock wings for locking the valve in the closed position. 38 e) There shall be a uniform application of cold water valve grease 39 between the body and the key. 40 f) The valve shall be capable of being easily opened and stopping lugs. i 41 g) The waterway through the valve shall be smooth and rounded for 42 minimum pressure loss,and shall be free of burrs or fins. 43 h) The valve shall be strong,well designed,neat in appearance,water- 44 tight and cutirely adequate for the intended purpose, 45 i) Provide with either a high quality rubber drop-in,gasket or an O-ring 46 seal depending on the manufacturer's flange seal surface design choice. 47 e. Provide lead-free brass flanged angle valves in accordance with the Reduction 48 of Lead in Drinking Dater Act. 49 11. Meter Boxes shall: CITY OF FORT WORTH WATRR AND SANITARY SEWER STATMARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLAC EMMT CONTRACT 20t6 WSW.PART I ,.., Revised June 19,2D13 City Project Na 02727 am 331210-1t WATER SERVICES 1-INCRj'(t24NCH M" P10 11 ori? 1 a. Be constructed of 2 1) Linens-Medium Density Polyethylenes(LMDPE)as defined in i 3 ASTM 4 a) Minimum wall thickness of 3/R-inch throughout with no blowing 5 agents or foaming plastics 6 b) Polymer body shalt be black throughout and shall have a molded 7 recycled emblem with a minimum of 35 percent Post Industrial/Pre B Consumer Recycled Content verified with a Leed Product MM 9 Documentation., 10 c) Smooth edges and corners and be free from sharp edges so the unit can 11 be handled safely without gloves. *+ 12 d) Exterior fte from seams or parting lines 13 e) Not to be installed in roadway. designed to withstand loading in non- 14 deliberate and hlcidental traffio only.. 15 2) Concrete 16 a) Frame of No:6 gauge wire welded closed 17 b) Type I or Type H Portland cement, in accordance with ASTM C150, 18 portioned with lightweight aggregate, in accordance with ASTM C330 19 (1) Percentage of wear not to exceed 40 per ASTM C131 20 (2) Minimum 28 day compressive strength of 3,000 psi 21 b. Be sable to withstand a minimum 15,000 pounds vertical load 22 c, Withstand a minimwn 400 pounds sidewall load. 23 d, 1-inch Standard Meter Box 24 1) For use with services utilizing 5/8-inch x 3/.,-inchi%-inch or 1-inch meter 25 Single or Dual service meter: DFW38C1PS-14-BODYor epprovcd equal. 26 2) Polymer 27 a) Size: 21-1/2-inch x20-1/2-inch Box, 14 inches high 28 b) Minimum inside working room: 19-1/2-inch x J&It2-imb 29 c) Pipe slots 30 (1) One pipe clot molded on the inlet end of the body that measures 2- 31 1/4-inch x$-1/4-inch and one pipe slot on the outlet end of the 32 body that measures for 7-1/2-inch center" P Branch. 33 d) Polymer body shall have a l4noh bottom flange to resist Settling of box 34 air installation. 35 3) Concrete 36 3) Size: I I-inch x 18-inch Box, 12 inches high 37 e. 2-hwh Standard MeterBox 38 1) For use with services utilizing 1-1/24neh or 2-inch Single serviced meter: 39 DFW 17300-12-BODY or approved equal. 40 2) Polymer 41 a) Size: 34-1/8-inch x 21-1/4-inch Box, 12 inches high 42 b) Minimum inside working room: 31-3/4-inch X 16-5116-inch 43 c) Pipe Slots 44 (l) One pipe slot molded on each and of body that measures 3-inch x 45 4-inch with optional molded flinch x 9-inch out out. 46 d) Polymer body shall have a molded Y24nch bow centered on sidewall to 47 resist backfill Ing per t t"8wings,,, 48 e) Polymer body shat l have a 2-1/2- -inch bottom flange to resist settling of 49 box after installation. 50 3) Concrete CITY OF TORY WORTH WATER AND SANITARY SEWER STANDARt)P CONSTRUCTION SPECIFICATION DOCUMENTS KEPLACEMENT CDWAACr2016 W$M.F,PART I Revised June 19„2013 City I Mj4 d Ne.02727 331210-12 WA'T'ER SERVICES 1-WCH TO 2-INCH Foge 12 of 17 r 1 a) Size: 15-114-inch x 26-7/8-inch Box, 12 inches high 2 f. Bullhead Standard Meter Box 3 1) For use with-services utilizing two 5/8-inch x 3/.-inch or 3/4-inch or 1-inch 4 'Single service meter: DFW37C-12-BODY or approved equal 5 2) Polymer 6 a) Size: 21-inch x 14-3/4-inch, 12 inches high 7 b) Minimum inside working ronin: I9-1/8-inch x 10-7/16-inch 8 a) Pipe Slots 9 (1) One pipe slot molded an each end of body that measures 2-1/4-inch 10 x 3-1/4-inch. 1 I d) Polymer body shall have a 1-inch bottom flange to resist settling of box 12 after installation. "4 13 3) Concrete 14 a) Size. 15-5/8-inch x 15-5/8-inch Box, 12 inches high 1S 12. Meter Box Lid 16 a. Cast Iron or Ductile Iran 17 1) Per ASTM A48,Class 30B or ductile iron per ASTM A536 18 2) Shall withstand a minimum vertical load of 15,000 pounds 19 3) Coat castings with a bituminous emulsified asphalt unless otherwise 20 specified in the Contract Documents,ground smooth,and cleaned with shot 21 blasting,to get a uniform quality free from strength defects and distortions. 22 4) Dimensions shall be within industry standards offl/l6 inch per foot. 23 5) All castings will bear the Manufsicturer's IS(name or logo)and Country of 24 Origin. i 25 6) Casting weights may vary:k5 percent from drawing weight per industry 26 standards. 27 b. Plastic 28 1) The lid shall be: 29 a) Constructed of Engineered Plastic as defined in ASTM D883 30 (1) Polymer Lid shall be black throughout and shall have a molded 31 recycled emblem with a minimum of 50 pettwt Post Consumer 32 Recycled and 50 percent Post Industrial/Pre Consumer Recycled 33 Content-verified with a Lead Product Documentation, 34 (2) Polymer Lid shall be black throughout with no blowing agents or -• 35 foaming plastics 36 (3) Smooth edges and corners and be fitee frnrrt sharp edges so the unit 37 can be handled safety without gloves. 38 (4) Exterior free from seams or parting lines. 39 (5) Polymer lid shall have a molded tread-pattern-tread dimensions 40 shall be .188-inch x .938-inch x.I 50-inch deep. 41 (6) Polymer Lid shall have"City of Fort Worth"molded into the lid. 42 (7) Polymer lid shall have"Water Meter"molded into the lid-Font 43 shall be std Fadal CNC font with 1-inch characters x.150-itich 44 deep. 45 (8) Polymer Lid shall have a molded pick hole pocket-dimensions 46 shall be 3-inch x 9/16-inch x Thru bole with 3116-inch 304 47 stainless steel rod. 48 (9) Polymer lid shall have 2 pieces of K-inch rebar located in lid 49 pockets for locatability as shown in Drawings. 50 b) Domestic Manufacture Only-Made in USA molded on Lid. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F PARS'T Revised Ja►c 19,2013 City Project Na 02727 3312.10.13 WATER SERVICES 1-INCH TO 2-INCH hp 13of17 1 o) Not to be installed in roadway-designed to withstand loading in non- 2 deliberate and incidental traffic only. i 3 d) Able to withstand a minimum 15,000 pounds vertical load 4 e) Engineered.Plastic with ultraviolet protection. 5 2) l4nch Standard Plastic Meter Box Lid i 6 a) For use with services utilizing 5/8-inch x IY44RCk 3/,-inch or 1-inch 7 meter Single or Dual service meter: DFW38C l BPA FTW-LID or s approved equal. 9 b) Size: 18-inch x 17-inch,2 inches high to c) For use with Class A Standard Meter Boot DFW39C 1 PS-14-BODY or 11 approved equal. 12 d) Polymer lid shall seat evenly inside meter box and shall not overlap the 13 top edge of the meter box. 14 3) 2-inch Standard Plastic Meter Box Lid 15 a) For use with services utilizing I-1/2-inch or 2-inch Single service 16 meter: DFW 17300-1 EPA 1~T W LID or approved equal. 17 b) Size: 34-1A-inch x 21-1/4-in* 1.2 inches high is C) For use with Class B Standard Meter Box DFW1730C-12-BODY or i 19 approved. 20 d) Polymer lid shall seat evenly inside motor box and shall not overlap the 21 top edge of the meter box, dft 22 4) Bullhead Standard Plastic Meter Box Lid 23 a) For use with services utilizing two 5/8-inch x:4 inch or s/-inch or I- 24 inch Single service meter. DFW37C-1 EISA FTW LID or approved 25 equal. 26 b) Size: 17-3/4-inch x I 1-inch, 1.3/4 inches high 27 c) For use with Class C Standard Meter Bax DFW37C-12-BODY or 28 approved equal. 29 d) Polymer lid shall seat evenly inside meter box and shall not overlap the 30 top edge of the meter box. 31 13. Horizontal Check Valve 32 a. Equip 1 16-inch and 2-ineh Water Services with a horizontal check valves with 33 pipe plug,only if specified in the Drawings. 34 b. If an existing backflow prevorrter is present,the Contractor is to leave it,and is 35 not required to provide an additional horizontal check valve. 36 c. Provide lead-free horizontal check valves in accordance with the Reduction of .� 37 Lead in Drinking Water Act. 39 14. Service Marker 39 a. 3 inch wide,5 mil blue vinyl tape 40 2,3 ACCESSORIES [NOT USED] 41 2,4 SOURCE QUALrrY CONTROL 42 A. Tests and Inspections 43 1. At the City's option,the manufacturer shall be required to provide certification 44 records showing conformance of materiels,design and testing to these 45 Specifications., 46 2. The test procedures shall conform to AWWA C800. dft CITY OF FORT W001i WATAR ANO SANMA XY SSWWER STANDARD COWSTRUMON SPECOCATION DOCUMENTS 9PIACEMEW C*014�20W WSW,PART 1 '� ReyisW lum 1+1.2013 Ctpl+4ad No.02727 33 1210-14 WATER SERVICES I-INCH TO 2-INCH Page 14 of 17 1 a. In the event that a chosen valve fails the City's hydrostatic test,the cost of the 2 test shall be at the expense of the supplier, i 3 b. Proof testing of the remainder of the valves shall be at the cast and 4 responsibility of the supplier. 5 c. These tests will be the basis of acceptance or rejection of the remainder of the .. b shipment by the City. '7 3. The City reserves the right to select products at random for testing. The failure of 8 materials to conform to the applicable Specification may result in the rejection of 9 the entire shipment. l0 B. Marking I 1 1, Service saddle castings shall be clearly marked by letters and numerals cast thereon 12 showing: 13 a. Manufacturer's name 14 b, Type -� 15 c. Size of Pipe 16 PART 3- EXECUTION 17 3.1 INSTALLERS Is A., A licensed plumber is required for installations on the outlet side of the service meter. 19 3.2 EXAMINATION[NOT USED] i 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A General 23 1, Install Water Services and appurtenances in accordance with AWWA 0800. 24 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 25 feet or wider,or where shown on Drawings. 26 3. Install Water Service Lines on lot center fine on lots less than 15 feet wide,unless 27 otherwise shown on the Drawings. 28 4. Install services at a minimum depth of 36 inches below final gradelproposed top of 29 curb,unless otherwise specified in the Contract Docltments. 30 5. Perform leak tests in accordance with Section 33 04 40. 31 6. Replace existing Y.-inch Service Lines with 1-inch new Service Line,tap,and 32 corporation. 33 7. Install replaced or relocated services with the service main tap and service line 34 being in line with the service meter,unless otherwise directed by the City. 35 S. Excavate,embed and backfill trenches in accordance with Section 33 05 10. i 36 B. Handling 37 1. Haul and distribute Service Lines fittings at the project site and handle with care to 38 avoid damage, i ?9 a. Inspect each segment of Service Line and reject or repair any damaged pipe 40 prior to lowering into the trench. 41 b. Do not handle the pipe in such a way that will damage the pipe. CITY OF PORT WORTH WATER.AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2014 W SM F.PART I Revised June 19,2013 City Pmjeat No.02727 33 t2 10,15 WATER SERVICES I-AVCH TO 2-INCH PW 15 ON7 1 2. At the close of each operating day: 2 a. Deep the pipe clean and free of debris,dirt,animals and trash during and after 3 the laying operation. 4 b. Effectively seal the open end of the pipe using a gaskpted fright cap. .. 3 C. Service Line Installation 6 1, Service Taps 7 a. Only ductile iro pipe may be directly tapped. .. 8 b. Install urvice taps and/or tap assemblies of the specified size as indicated on 9 the Drawings,or as specified by the Engineer. 10 c. Perform taps on a water system that is neither uncharged or under pressure. 11 d. Taps consist of: 12 1) For Concrete Pressure Pipe or Steel Pipe 13 a) Standard internal pipe threaded holes in the pipe walls 14 (1) Made during pipe fabrication 15 (2) Provide tapered threaded outlet with nylon sleeved inserts for up to 16 2-inch. 17 (3) Provide flange outlet with flange to thread insulator adaptor kits for i 18 4-inch and larger taps. 19 2) Other pipe materials 20 a) Bronze service clamp with a sealed,threaded port through which the 21 pipe wall is drilled to complete a service port 22 e. Tap Assemblies 23 1) Consist of corporation stop with imn to copper connection attached to.- 24 o:24 a) Copper tubing terminating as shown on the City's Standard Detail 25 b) May be inquired adjacent to gate valves 26 c) Install as shown on the Drawings,or as directed by the Engineer. 27 d) When required,shall be included in the unit price bid for installing gate 28 valve. 29 2) Chlorination and testing purposes 30 a) No separate payment will be made for taps required for testing and 31 chlorination. 32 2. Installation of Water Services 33 a. Install tap and Service Line in accordance with City Details. �' 34 b. Install meteor box in accordance with City Details. 35 1) Adjustment oftthe Service Lite to proper meter placement height shall be 36 considered as part of the Meter Box installation. 37 3. Trenching 38 a. Provide a trench width sufficiently wide to allow for 2 inches of granular 39 embedment on either side of the Service Line. 40 4, Bored Services 41 a. Services shall be bored utilizing a pilot hole halving a diameter%inch to% 42 inches larger than the Service Line. 43 5. Arrangement 44 a. Arrange corporation sups,branches,curb stops, meter spuds,meter boxes and 45 other associate appurtenances as shown in the City Detail, and to the approval 46 of the Engineer. 47 b. Service Marker 48 a. When Meter Box is not installed immediately subsequent to service installation. CITY Of FORT WORTH WAUR AND SANITAXY,S>"WFX STANDARD CONSTRUCMN SPEOIFICATION DOCUMENTS, REPLACEMEM CONTRACT'2016 WSM P,PART I Rcvixed lune 19,1013 City M od No.02727 331210-16 WATER SERVICES I-INCH TO2-INC14 Pqe 16 of 17 1 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the 2 service and extending through the backfill approximately 6 inches above .. 3 ground at the Meter Box location. 4 b. Installation of service taps only; 5 1) Attach service marker tape to the corpora don stop or plug and extend 6 upward and normal to the main through the backfill at the adjacent trench 7 edge to at least 6 inches above ground to flag,the tap location. 8 7. Corporation stops 9 a. Ful[y open corporation stop prior to backfill. 10 D. Removal of existing Water Meters I I 1. Remove,tag and collect existing Water Service meter for pickup by the City for 12 reconditioning or replacement. 13 1 After installation of the Water Service in the proposed location and receipt of a 14 meter from the City inspector,install the meter, 15 3. Reset the meter box as necessary to be flush with existing ground or as otherwise 16 directed by the City. 17 4. All such work on the outlet side of the service meter shall be performed by a i 18 licensed plumber. 19 3.5 REPAIR/RESTORATION[NOT USED] 20 3.6 RE-INSTALLATION[NOT USED] 21 3.7 FIELD loR] SITE QUALITY CONTROL 22 A. Field Tests and Inspections 23 1. Check each Water Service installation for leaks and full flow through the curb stop 24 at the time the main is tested in accordance with Section 33 04 40. 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS[NOT USED] 32 END OF SECTION 33 CITY Of FORT WORTH WATFA AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F.PART 1 Revised 3mx 19,2013 City PrQiect Na.02727 X31210-17 WATER SMVI S t•1t H TO 2.NCH PAP 17Of17 � t Revision Log DATE NAME SUMMARY QF CHANGE Added Blue Text for clarification 1.2 A.—Rolsiini to items included iti price laid Specification modified to be in accordance with the Reduction of Lead in Drta11* t 2120 012 D.Johnson Wow Act--All matt~rials shall be Ind fto in aectndanee with thisAOL I aA.3—Water Meter Service Relocate was renamed Weser Mir Serviee onnect. 1.6,13.—added certification submittals for compliance with tegulatosy requirements .Added the phra ',including grass'to lines: Pod 1,1.2.A.1.e,1#,Patel,l2.A.7:r.13,Part 1,1.2.A.2&I3;Pea LUAI.c.11, 211312013 F.Onttin IP011,1.2AA4.11 Added the phraxc'and replacemanf to line Dart 1,1,2 A.4_J Revised lines with`including grass'replacing with`excluding grams(seediu& 4126=3 17;oriwin sodding or hydromulehing paid separatety)' included to Part 1.It A, i,rx 14; Part I,1'.2,A.2;, 13,i Part 1, 1.2;A.3,,r,, i Part 1,1.2,A.4.2,It 6/1912013 D.Johnson 1.2•A.4•c—Addition of private waters ice appurtenances relocation to being included in the linear foot price of private water services d 2 i CrrY{)F Pt7f{T WtiRTR WATER AID=SA lITARY I-WER STAN15AROG£tWt'i UCTION SPECIFICATIONDOCUMWM I PI 8MZNT-CONTRACT2016 f PART! t��19,ao 13 pity prtilne�Nig,ft2127 333123-1 SANITARY SEWER PIPE ENLARGEMENT Page I of 8 1 SECTION 33 3123 dft 2 SANITARY SEWER PIPE ENLARGEMENT 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements to rehabilitate existing sanitary sewers by the pipe enlargement 7 system,herein called Pipe Bursting or Pipe Crushing(Pipe Bursting/Crushing) 8 a. This system includes splitting or bursting the existing pipe to install a new 9 polyethylene pipe and reconnect existing sewer service connections. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Measurement and Payment—3.Service Reinstatement,Pipe Enlargement 12 c. The price bid shall include sanitary sewer service line from sanitary sewer 13 main to easement line,as well as,a 4-inch PVC two-way cleanout at 14 easement line demarking the end of public service and beginning of private 15 service. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 18 Contract M 19 2. Division 1 —General Requirements 20 3. Section 33 0130—Sewer and Manhole Testing 21 4. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 22 5. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 23 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 24 7. Section 33 31 15—High Density Polyethylene(HDPE)Pipe for Sanitary Sewer 25 8. Section 33 31 50—Sanitary Sewer Service Connections and Service Line 26 9. Section 33 39 10—Cast-in-Place Concrete Manholes 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 1. Pipe Installation by Pipe Enlargement 30 a. Measurement 31 1) Measured horizontally along the surface from center line to center line of 32 the manhole or appurtenance 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under"Measurement" will be paid for at the unit 36 price bid per linear foot for"Pipe Enlargement"installed for: 37 a) Various sizes 38 c. The price bid shall include: 39 1) Furnishing and installing pipe as specified by the Drawings 40 2) Pavement removal CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I w Revised December 20,2012 City Project No.02727 333123-2 SANITARY SEWER PIPE ENLARGEMENT Page 2 of 8 1 3) Excavation 2 4) Hauling i 3 5) Launching pit 4 6) Receiving pit 5 7) Bypass Pumping for pipes smaller than 18-inches 6 8) Disposal of excess material 7 9) Furnishing, placement and compaction of backfill 8 10) Clean-up 9 11) Cleaning r` 10 12) Testing 11 2. Point Repair 12 a. Measurement 13 1) Measurement for this Item shall be by the linear foot measured horizontally 14 along the surface following the pipe centerline for the length identified 15 during the Pre-CCTV inspection and directed by the City. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 and measured as provided under"Measurement"will be paid for at the unit 19 price bid per linear foot for"Sewer Pipe,Point Repair"installed for: 20 a) Various sizes 21 c. The price bid shall include: 22 1) Furnishing and installing pipe as specified by the Drawings 23 2) Coupling 24 3) Pavement removal 25 4) Excavation 26 5) Hauling 27 6) Bypass Pumping for pipes smaller than 18-inches 28 7) Disposal of excess material 29 8) Furnishing,placement and compaction of backfill 30 9) Clean-up 31 10) Cleaning = 32 11) Testing 33 3. Service Reinstatement, Pipe Enlargement 34 a. Measurement — 35 1) Measurement for this Item shall be per each service to be reinstated. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item = 38 and measured as provided under"Measurement"shall be paid for at the 39 unit price bid per each"Service Reinstatement,Pipe Enlargement". 40 c. The price bid shall include: 41 1) Furnishing and installing pipe as specified by the Drawings 42 2) Pavement removal 43 3) Excavation 44 4) Hauling 45 5) Launching pit 46 6) Receiving pit 47 7) Bypass Pumping for pipes smaller than 18-inches 48 8) Disposal of excess material 49 9) Furnishing,placement and compaction of backfill CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 333123-3 SANITARY SEWER PIPE ENLARGEMENT Page 3 of 8 1 10) Clean-up 2 11) Cleaning 3 12) Testing 4 1.3 REFERENCES 5 A. Abbreviations and Acronyms 6 1. HDPE—High Density Polyethylene 7 2. CCTV—Closed Circuit Television 8 B. Definitions 9 1. Pipe Bursting/Crushing 10 a. The reconstruction of gravity sewer pipe by installing an approved pipe 11 material by use of a static,hydraulic or pneumatic hammer"moling"device, 12 suitably sized to break out the old pipe or by using a modified boring"knife" 13 with a flared plug that implodes and crushes the existing sewer pipe. 14 b. Forward progress of the "mole" or the "knife" may be aided by the use of 15 hydraulic equipment or other apparatus. �. 16 c. The replacement pipe is either pulled or pushed into the bore. 17 d. The method allows for replacement of pipe sizes from 8-inches through 21- 18 inches and/or upsizing in varying increments up to 21-inches. 19 C. Reference Standards 20 1. Reference standards cited in this Specification refer to the current reference 21 standard published at the time of the latest revision date logged at the end of this 22 Specification,unless a date is specifically cited. 23 2. American Society for Testing and Materials(ASTM): 24 a. D1248 Specifications for Polyethylene Plastic Molding and Extension 25 Materials 26 b. D1693 Test for Environmental Stress-Cracking of Ethylene Plastics 27 c. D2122 Determining Dimensions of Thermoplastic Pipe and Fittings = 28 d. D2837 Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials 29 e. D3350 Specification for Polyethylene Plastic Pipe and Fittings Materials 30 f. F714 Specification for Polyethylene (PE) Plastic Pipe(SDR-PR) Based on i 31 Outside Diameter(3" IPS and Larger) 32 3. City of Fort Worth Code of Ordinances 33 a. Part 11, Chapter 23 Offenses and Miscellaneous Provisions, Section 8 Noise 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination 36 1. Coordinate with City,Engineer,franchise utilities,etc. as described in the 37 Drawings. 38 2. Provide advanced notice prior to commencing actual pipe enlargement activities,as 39 described in the Drawings,in order to allow the City to provide appropriate 40 advanced notice to affected residents. 41 3. Review the location and number of insertion or access pits with the City Inspector 42 prior to excavation. 43 B. Sequencing CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 333123-4 SANITARY SEWER PIPE ENLARGEMENT Page 4 of 8 1 1. Provide a bypass pumping plan,when required,detailing collection and discharge 2 locations and method of bypass pumping in accordance with Section 33 03 10,prior 3 to the start of construction. 4 2. Provide a phasing plan with the sequence of construction prior to the start of 5 construction. i 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 01 33 00. 8 B. All submittals shall be approved by the City prior to delivery. 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 10 A. Special Procedure Submittals 11 1. Provide a bypass pumping plan when required by Contract Documents in 12 accordance with Section 33 03 10. 13 2. Provide a phasing plan with the sequence of construction prior to the start of 14 construction. t5 1.7 CLOSEOUT SUBMITTALS 16 A. Record Documentation 17 1. Provide Closed Circuit Television inspection reports in accordance with Section 33 18 0131. 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. The Contractor shall be certified by the particular Pipe Enlargement system 23 manufacturer that such firm is a licensed installer of their system. No other Pipe 24 Enlargement system other than those listed in these Specifications is acceptable. 25 2. The Contractor shall be able to show that the personnel directly involved with the 26 Pipe Enlargement have adequate experience with similar work. 27 B. Pre-construction and Post-construction Testing 28 1. Provide Pre-construction and Post-construction Closed Circuit Television (CCTV) 29 Inspection of the pipeline to be replaced and/or enlarged in accordance with Section 30 33 01 31. CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 OR 333123-5 SANITARY SEWER PIPE ENLARGEMENT Page 5 of 8 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] +� 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS 5 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 6 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS —` 7 A. Manufacturers 8 1. Only the manufacturers as listed on the City's Standard Products List will be 9 considered as shown in Section 0160 00. 10 a. The manufacturer must comply with this Specification and related Sections. 11 1. Any product that is not listed on the Standard Products List is considered a 12 substitution and shall be submitted in accordance with Section 0125 00. 13 B. Materials 14 1. HDPE Pipe 15 a. The pipe and fitting material shall conform to Section 33 31 15. i 16 2. Service Saddles 17 a. Conform to Section 33 3150. me 18 3. Repair Clamp 19 a. Conform to Section 33 31 15. 20 4. Manhole Inverts and Benches # 21 a. Inverts and benches requiring replacement shall conform to Section 33 39 10. 22 2.3 ACCESSORIES [NOT USED] ■+ 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3- EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION 27 A. Verification of Conditions 28 1. Provide Pre-Construction Closed Circuit Television(CCTV)Inspection of the 29 pipeline to be replaced/enlarged in conformance with Section 33 01 31. 30 a. Inspection of the pipelines shall be performed by experienced personnel trained 31 in locating breaks,obstacles and service connections by Closed Circuit Color 32 Television. 33 B. Evaluation and Assessment rw �r CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 rr 333123-6 SANITARY SEWER PIPE ENLARGEMENT Page 6 of 8 1 1. Identify,by location,the presence of line obstructions in the existing sewer(heavy 2 solids,dropped joints,protruding service taps or collapsed pipe) which will prevent 3 completion of the pipe bursting/crushing process and which cannot be removed by 4 conventional sewer cleaning equipment. 5 2. Identify,by location,the presence of sags in the sewer line(s) by the following 6 procedure: 7 a. Perform CCTV inspection. 8 b. Provide CCTV inspection results to the City. 9 c. The City Inspector will review the Pre-CCTV tapes to determine if any 10 excessive sags exist and will inform the Contractor which segments of pipe are 11 to be replaced by point repair. 12 3.3 PREPARATION 13 A. Bypassing Sewage 14 1. Bypass pump sewage in accordance with Section 33 03 10. 15 B. Line Obstructions 16 1. If identified in the CCTV inspection, remove line obstruction. .., 17 a. Removal of obstruction is considered subsidiary to CCTV inspection. 18 C. Point Repairs 19 1. Perform point repair as identified on the Drawings or at the discretion of the City. 20 This may include: 21 1) Pipe replacement 22 2) Digging a sag elimination pit and bringing the bottom of the pipe trench to 23 a uniform grade in line with the existing pipe invert 24 3.4 INSTALLATION 25 A. Site Organization 26 1. Locate insertion or access pits such that their total number will be minimized and 27 the length of replacement pipe installed in a single pull shall be maximized. 28 2. Use existing manholes wherever practical. 29 a. Manhole inverts and bottoms may be removed to permit access for installation 30 equipment. 31 3. Locate equipment used to perform the work away from buildings so as not to create 32 a noise impact. Conform to City of Fort Worth Code of Ordinances, Part 11, Section 33 23-8. 34 a. Provide silencers or other devices to reduce machine noise as needed to meet 35 requirements. 36 B. Schedule 37 1. Upon commencement of the actual pipe enlargement,do not begin a segment of 38 work that cannot be completed before the end of the work day. 39 C. Finished Pipe 40 1. The installed replacement pipe shall be continuous over the entire length of each 41 pipe segment from manhole to manhole and shall be free from visual defects such LM 42 as foreign inclusions,concentrated ridges,discoloration, pitting,varying wall 43 thickness,pipe separation and other deformities. i.r CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,20I2 City Project No.02727 333123-7 SANITARY SEWER PIPE ENLARGEMENT = Page 7 of 8 1 2. Carefully cut out the replacement pipe passing through or terminating in a manhole = 2 in a shape and manner approved by the Engineer. 3 3. Streamline and improve the manhole invert and benches to ensure smooth flow. 4 4. The installed pipe shall meet the leakage requirements of the pressure test specified 5 herein. 6 D. Pipe Jointing 7 1. Assemble and join sections of HDPE replacement pipe on the job site above = 8 ground. 9 2. Use the heating and butt-fusion system for jointing in strict conformance with the 10 manufacturer's printed instructions and in accordance to Section 33 31 15. M" 11 3. Ensure that the butt-fusion joints have a smooth,uniform,double rolled back bead 12 made while applying the proper melt,pressure and alignment. 13 4. It shall be the sole responsibility of the Contractor to provide an acceptable butt- 14 fusion joint. 15 5. Make all joints available for inspection by the Engineer before insertion. i 16 6. Join the replacement pipe on site in appropriate working lengths near the insertion 17 pit. 18 a. The maximum length of continuous replacement pipe which shall be assembled 19 above ground and pulled on the job site at any 1 time shall be 600 linear feet. 20 7. For situations where the replacement pipe is not pulled all the way to the manhole, 21 a repair clamp shall be utilized to connect segments of the HDPE pipe, as approved 22 by the Engineer. 23 E. New Pipe Installation 24 1. Install new pipe in accordance with the manufacturer's recommendations. 25 F. Anchoring New Pipe and Sealing Manholes 26 1. After the new pipe has been installed in the entire length of the sewer section, 27 anchor the pipe at manholes. 28 a. The new pipe shall protrude in the manholes for enough distance to allow 29 sealing and trimming(but not less than 4 inches). = 30 2. Wait a minimum of 10 hours after installation before sealing the new pipe at 31 manholes. 32 3. Provide a flexible gasket connector in the manhole wall at the end of the new pipe, 33 centered in the existing manhole wall. 34 4. Grout flexible connector in the manhole,filling all voids the full thickness of the 35 manhole wall. = 36 5. Restore manhole bottom and invert. 37 G. Sewer Service Connections 38 1. Install service connections in accordance with Section 33 3150. 39 H. Rescue 40 1. The cost for rescue of static,hydraulic or pneumatic hammer"moling"devices or 4.1 modified boring"knives"that become stuck or excessively buried and require 42 additional excavation to retrieve shall be the sole responsibility of the Contractor. 43 1. Surface Restoration i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I MM Revised December 20,2012 City Project No.02727 333123-8 SANITARY SEWER PIPE ENLARGEMENT Page 8 of 8 1 1. Any damage caused to paving structures or any other surface fracture resulting 2 from the pipe enlargement shall be repaired or replaced to the same condition,or 3 better,at the expense of the Contractor. 4 3.5 REPAIR/RESTORATION [NOT USED] 5 3.6 RE-INSTALLATION[NOT USED] 6 3.7 FIELD[OR] SITE QUALITY CONTROL 7 A. Post-Construction Closed Circuit Television(CCTV)Inspection 8 1. Video Inspection 9 a. Conduct a Post-Construction CCTV Inspection in accordance with Section 33 10 0131. 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION[NOT USED] •o t 16 3.13 MAINTENANCE[NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION Revision Log in I DATE NAME SUMMARY OF CHANGE 19 ir~ va CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 WSM-F,PART I Revised December 20,2012 City Project No.02727 i APPENDIX G04.01 Availability oflds-None GC-4.02 Subsurface and Physical Conditions Street Coring Project Ri;port 04.41172036 by Fugro USA Land,Inc. GC-4.04 Underground Facilities-None GC4.46 Hazardous Environmental Condifibn at Site-None GC-6.06.D Minority and Women Owned Business Enterprise Compliance MBE Specifications—Special Instructions for Bidders i MBE—Subcontractors/Suppliers Utilization Form MBE—Prime Contractor Waiver Form MBE—Goad Faith Effort Form MBE—,Point Venturc Eligibility Farm GC-6.07 Wage Rates 2013 Prevailing Wage hates(Heavy Highway Construction Projects) i GC-6.09 Permits and Utilities-None GC-6.24 Nondiscrimination-None ,GR-0 1 60 00 Product Requirements-None, i i i #F i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CON91RUMON SPECIFICATION DOCUMUNTS REPLACEMENT CONTUCT 2016 WSM•F,PART I — Revised Jolt'1,2411 City"to No,02727 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CI Ty OF FORT WORTH WATER AND SAN fTARY SEWER STANDARD CONSTRUMON SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 20 L6 WSM-F,PART 1 Revised July f,2011 Cify PMecf No,02727 GC-4.02 Subsurface and Physical Conditions Street Coxing Project Report 04.41172036 by Fugro USA Land, Inc. i r i i �i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 2016 W3M+,PART 1 Raviud hly t;2011 City hajW N%02727 i (MUG FUGRO 2517 East Loop 820 North Fat worth.Taxes 76118 T+1 817 284 960 F+1817 284 4460 C= O8 PORT WORTH LABORATORY RESULTS FOR LEAD SERVICES REPLACEMENT,HMAC STREET CORING •- PORT WORTH,TEXAS PROJECT NO:04.41172036 TEST HOLE AND PLASTICITY INDEX CPN#1017420 Hole 1 Location:601 Haynes pavement depths:asphalt=4.1", ooncrete 6.1" No com ressive strength as core broken Atterliurg limits: It:30 ph 15 pl-.15 Soil classification:Brown sandy lean clay Hole 2 Location:621 Ha nes Pavement Deptha:Asphalt=3.8",Concrete=5.r No compressive strength as core less than 2V:9 H Atterburg limits: ll:pl:pl: Soil classification: Hole 3 Location:3416 Ave H Pavement Depths:Asphalt c 3.8,Concrete=4.2' No cam ressive strength as core less than 2V:1 H Atterbwg Ilmita: It:32 pl:14 pl: 18 Soil classification:Brown sandy lean clay LEAD SERVICES REPLACEMENT, HMAC CORING NORD PROJECT NO: 04.41172036 Hole 4 Location:3435 Ave H Pavement Depths:Asphalt=4.0",Concrete=4.3' No compressive strength as core less than 2VAH AtWburg limits: Il:pl:pt: Soil classification: Hole 6 Location:3316 Ave G Pavement Depths:Asphalt=4.4",Concrete=6.8" Concrete Com2Msslve Strength, psi=3,610 Atterburg limits: 0:NIP pl:NIP pl: NIP Soil classification:Red sil sand Hole 6 Location:3427 Ave G Pavement Depths:Asphalt=3.7". Concrete-4.6' No compressive strength as care less than 2V:1 H Atterburg limas: It:pl:pi: Soil ciassitice0on: Hole 7 Location:3534 Ave G Pavements Depths:Asphalt=4.1r, Concrete=8A" Concrete Com ressive Strep h U1=5 3W Atterburg IlmIts: II:NIP pl:NIP pl:NIP Soil classification:Yellowish red silty sand Hole 8 Locaflon:3400 Ave G Pavement Depths:Asphalt-5.2",Concrete=7.1" Concrete Com essive Strength,psi=5,300 Atterburg limits: 0:pl:pl: Soil classification: Hole 0 Location: 3608 Ave G = Pavement Depths:Asphalt=4.1", Concrete a 7.4 Concrete Compressive Strength, itl=6,350 Atterburg limits: N:pl:pl: Soft classification: 2 LEAD SERVICES REPLACEMENT,HMAC CORING DRQ PROJECT NO: 04.41172030 Hole 10 Location:3504 Ave G Pavement Depths:Asphalt=6.4", Concrete a 6.9 Concrete Compressive Strength,psi=5,340 Atterburg lknits: ii:38 ph 18 pi:20 Soil classification:Brown sandy lean cla Hole 11 Location:3636 Ave G Pavement Depths.Asphalt-4.4", Concrete=8.0" Concrete Compressive Sire th psi=5,930 Atterburg 6mlts: U:W pl: N1P pl:N/P Soil classification:Red silty nand Hole 12 ' Location:3536 Mt Vernon Pavement Depths,Asphalt=3.6",Concrete=6.Q" No com ressiye strength_as core less than 2V:1 H A#erburg limits: Il:pl:pl: Soil classification: Hole 13 Location:2737 Purin tan _ Pavement Depths:Asphalt=0.8", Concrete 8.3" No compressive strength as core broken Atterburg limits: II:0:pi; ., Soil classification: Hole 14 Location:3958 Mt Vernon 3 Pavement Depth:Asphalt=3.8", Concrete A 5.7" No cont ressive siren th as core less than 2V:1H Atterburg limits: II:pl:pl: Soil classification. Hole 15 Location:3700 Mt Vernon Pavement Depths:Asphalt=4.9", Concrete=9.3 Concrete Compressive Strenl2h, psi=4,060 Atterburg limits: ll:pl:pl: Soil classification: s LEAD SERVICES REPLACEMENT, HMAC CORING PROJECT NO: 04.41172038 Hole 16 Location:926 Ha es Pavement Depths:Asphalt=4.1",Concrete=5.5' No compressive strep h as core less than 2V:1 H Atterburg limb- n:pl:pl: _ Soil classification: Hole 17 Location:413 Haynes = Pavement Depths:Asphalt■3.1',Concrete=6.2° No com ressiva strength as core broken Atterburg limits: Il:pl:ph Soil classification: Hole 18 Location:908 HaMM Pavement Depths;Asphalt=1.6,Concrete=4.6" No cam ressive strength as core less than 2WH Atterburg limits: fi<NIP pl:NIP pi:NIP Soli classification: Pale brown sit sand Hole 19 = Location:720 Ha nes Pavement Depths:Asphaft=3.T,Concrete-5.50 No c om ressive strength as core less than 2V:1 H Atterburg limits: If:45 pl:20 pi:26 Soil classification:Dark brown lean clay wfth sand Hole 20 Location:809 Haynes = Pavement Depths:Asphalt=3.6",Concrete=50 No compressive strength as core less than 2V:1 H Atterburg limits: II:pl:pi: Soil classification: Hole 21 Location: 309 Haynes Pavement Depths.Asphalt a 2.7",Concrete=6.4° No cam resslve strength as core broken Atteftrg limits: fi:33 p1: 15 pi:18 Solt classification:Brownish yeflow sandX lean cls 4 LEAD SERVICES REPLACEMENT, HMAC CORING own PROJECT NO: 04.41172036 Hole 22 Location:3012 Mt Vernon Pavement Depths:Asphalt 2a 1,01,Concrete-60 No com ressive strength as core less then 2V:1H Atterburg limits: 11:35 pl:IS pl: 17 = Soil classification:Dark brown sandy lean clay Hole 23 Location:2031 Mt Vernon = Pavement Depths:Asphalt=2.6",Concrete-8.5" Concrete Compressive Strepsi=9,630 �. Atterburg limits: li:pi:ph Soil classification: Hole 24 Location:3760 Mt Vernon Pavement Depths:Asphalt=4.9",Concrete s 7.8" Concrete Compressive Strength,psi=4,050 Atterburg limits: Il:20 pl: 17 pl:3 Soil classification:Olive yolow claLey sand Hole 25 Location:3851 Mt Vernon Pavement Depths.Asphalt=5.3`, Concrete=90 Concrete Com ressive Strep th si=5,050 Atterburg limits+ lk 33 pl: IS pl:18 Soil classification: Brown sandy lean cis Hole 26 Location:3100 Mt Vernon = Pavement Depths:Asphalt=2.8, Concrete 5.0" No compressive strength as core less than 2VA H Atterburg limits: 4:pl:pl: Soil classification: Hole 27 Location: 3804 Mt Vernon Pavement Depths:Asphalt=5.7",Concrete=9.1" No compressive strength as core broken Atterburg limits: 11:pl:pl: Soil classification: 5 LEAD SERVICES REPLACEMENT, HMAC CORING BUD PROJECT NO: 04.41172038 Hole 28 Location:4008 Mt Vernon Pavement Depths:Asphalt=5.11,Concrete=ex -� Concrete Com ressive Strep th si-5,060 Attarburg limits: It:34 p1:17 pl:17 Sall classification:Brown sandy lean clay Hale 29 rN cation:3908 Mt Vernon avement Depths:Asphalt=3.3", Concrete=6.6"o com ressive strep th as core less than 2V:1H terbur8 timtts: 0:pl:pi: Soil classification: Hole 30 Location:3137 Purin ton Pavement Depths:Asphalt=20,Concrete=8.8" No com ressive s th as core less than 2V.-IH Afterburg limits: It:55 pl:22 ph 33 Soil classification:dark brown sandy fat clay Hole 31 Location:2815 Puri ton Pavement Depths:Asphalt=1.17', Concrete=6.0" No Compressive strength as core less than 2V:1 H Atterburg limits: A:38 pl: 10 pl:22 Soil classification: Pale brown lean claX with sand Role 32 Location:2737 Purin ton _ Pavement Depths:Asphalt■0.8",Concrete a 8.5" No com ressive strep h as core broken Atterburg limits: N:pl:pi: Soil classification: Hole 33 Location: 3510 Mt Vernon Pavement Depths:Asphalt= 1.1",Concrete=8.1' No comas—sive strength as core less than 2V:1 H — Att+erburg limits: il:21 pl:14 pi:7 Soil classification:Pals brown silly,cbayey sand f e LEAD SERVICES REPLACEMENT] HMAC CORING PROJECT NO: 04.41172036 Hole 34 Location:3137 Mt Vernon Pavement Depths:Asphalt=2.8",Concrete=5.2° No compressive,strenoLas cora less than 2V:1 H Atterburg limits: II:34 p1: 17 p1:17 Soil classification:Olive brown sandy lean da Hole 35 Location:2905 Mt Vernon Pavement Depft Asphalt w 2.30, Concrete=60 No com essive stre th as core less than 2V:1 H Atterburg limits: It:38 p1: 19 pi:19 Soil classification:Brown lean clay with sand Hole 36 Location:3536 Mr Vernon Pavement Depths:Asphalt=3.8",Concrete=6.9" = No compressive strep h as care broken Atterburg limits: 11:pl:pl. Soil ciessincation: Hole 37 Location:3624 Mt Vernon Pavement Depths:Asphalt:3.9",Concrete=6,4" No com ressive strength as core less then 2V.1H Atterburg limits: II:32 p1:17 pl:16 Soil classification:Olive brown lean clay with sand Hole 38 Location:2209 Crestview Pavement Depths:Asphalt=7.8",Concrete-0.0 No compressive strenglh as no concrete Atterburg limits: 1:24 p1:13 pl:11 Soil classification: Brown clayey sand Hole 39 Location:4121 Crestview Pavement Depths:Asphalt=2.8", Concrete=0.0 T No com ressive strep th as no concrete Atterburg limits: ll:44 pl:21 pi:23 Soil classification:Pale brown sandy lean cls 7 LEAD SERVICES REPLACEMENT, HMAC CORING Man PROJECT NO: 04AI172036 Hole 40 Location:4101 Crestview Pavement Depths:Asphalt=2.2",Concrete 0.0 No compressive strength as no concrete Atterburg limits: U:pl:pi: Soil classification. Hole 41 Location:2816 Purin ton — Pavement Depths:Asphalt=1.3",Concrete=6.4" No com essive strength as core less then 2V:1 H Afterburg limits: 11.31 pl: 17 pl: 14 Soil classification:Brown sandl lean cls Hole 42 Location:2934 Puri tan Pavement Depths:Asphalt=1.1", Concrete=4.9" lttt com essive strep th as core less than 2V:1 H Atterburg limits: It:pl:pi: Soil classification: Hole 43 Location:3015 Purin ton Pavement Depths:Asphalt=2.1", Concrete=6.4" No com resslve strep th as core broken Atterburg limits: 11:25 pl:1 b pi: 10 Soil classification:Chive brown sandy lean clay ,. Hole 44 Location:2717 Purin ton Pavement Depths:Asphalt-2.4°,Concrete=50 No compressive strength as core less than 2V:1 H Atterburg(units: li: pl:pf: Soil classification: 8• LEAD SERVICES REPLACEMENT,HMAC CURING PROJECT NO: 04.41172036 Hole 46 Location:3113 Purin ton Pavement Depths:Asphalt= t1r, Concrete=6.8 Into com ressive strength as core less than 2V:1 H Atterburg limps: II;pl:pi: -- Soll classiftcation: Fugro USA Land,Inc, TBPE Firm Registration No, F2W Roy R.Grant,P.E. CMET Manager r, e GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK i MY OF FORT WORTH WATER AND SANITARY SEWER S'T'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMEW CONTRACT 2016 WSM-P,PART I Revi%W July I,2011 City PMJea Na.02727 GC-4.46 Hazardous .Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CJTTY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRKTION SPECIFICATION DOCUMENTS REPLACEMENTCONTRACr 2016 WSM-F,PART 1 Rind July 1;2011 City Pr*d No.02727 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance MBE Specifications -- Special Instructions for Bidders MBE — Subcontractors/Suppliers Utilization Form MBE -- Prime Contractor Waiver Form MBE — Good Faith Effort Form = MBE — Joint venture Eligibility Form CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLAC EWNT CONTRACT 2016 WSM-F;PART I Revised July 1,2011 City Project No.02727 ��R T WO R T H City of Fort 'Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY i If the total dollar value of the contract is$50.000 or more,then a MBE subcontracting goal is applicable. POLICY STATEiVIENT 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 this bid, MBE PROJECT GOALS w The Griy's on this project Is of the base bid value of tteopt aCt Note:If both MSE and SBE subcontracting goals are estoblished for this pro1*4 thsn an Offeror must submit both a MBE Uti btation 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 MBEt Venture participation,or; 3- Good Faith Effort documentation,or; ~` 4- Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION �• The applicable documents my1 be received by the Purchasing Division, within the following times allocated, in order far the entire bid to be considered responsive to the specifications. The Offeror shy deliver the MSE documentation In •�the appropriate a of the o ing division.'and min a dat . _ie recent; Such.receipt shall L, tete City rived d utrien the time i" i6d. A fism andlor ema ►will not be ett6� 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: 8. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,on the second City business day Utilization Farm if no MBE artici ation: after the bid openInR 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 rform all subcontractin isu lier work: after the bid opening date,exclusive of the bid opening date. d. Joint Venture Form, if goal is met or received no latter 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 MlWBE Office at(817)212-2674. Rev. .' rr ATTACHMENT 1A p1:of 4 � Ftp �WO � " �� ��•�` City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form rr r�.�i rrr OFFEROR COMPANY NAME: Check applicable block to describe - offeror PROJECT NAME MNY/DBEri NON4t NMO Water and Sanitary Sewer Replacement Contract 2016 WSM-F, Part i ele DATE 3-22-2018 City's MBE Project Goal; offerors MSE Project Commltr W— t: PROJECT NUMBER 25 ala % 02727 a 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 nor/-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 19'tier, a payment by a subcontractor to its supplier is considered 2'tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL 4(134'MUET 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" yr 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. +r Rev.V101 15 TWU TH AT`M� a Offerors are required to identify&,subdontractoiWsuppilers, regardless of.status; I.e., ARif**and MMAAMS. MBE firms are to be listed first,use additional shoats if necessary. Please note that only certified MBEs will be counted to meet an goal. NCTRCA N SUBCONTRACTORISUPPLIER q Company Name T n Detail Detail Address 1 Subcontracting Supplies Dollar Amount TelephonelFax f B B B Work Purchased Email E Contact Person E � F1n i �. i 11 El_ Aft Rev.2110/15 () 1`WURTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Mkm*and tion-106Es. 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 ° Retail Retail Address 1 nA W Subcontracting Supplies Dollar Amount Telephone/Faxi B e B Work Purchased Email E E E Contact Person w U MW i ❑- .,r Rev-200A6 F4 aTIAC Vf4 r Pa�fa i Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ r 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 r Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change(Addidon farm. 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 M" 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 farm, 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 line_ Contact Name/Titie(if different) r Cpmpanyr Name Telephone andlorFax Aitlross E-Mail AdKIroes r s. _ Fiev.21101�6 ATT HMENT"1 B FORT WORTH Page 1of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: I MAI mer= I I NOM-NMIDBE. Water and Sanitary Sewer Replacement Contract 2016 WSM-F, Part I BID DATE 5-22-2018 a. City's MBE Project Goal. Offerors MBE Project Commitment: PROJECT NUMBER 25 % I % 1 02727 If both answers to this form are YES, do not complete ATTACHMENT 1C Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO,then you MUM complete ATTACHMENT 1 C. This form is only applicable if baM 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 r 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 offer 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 (S) 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 r. Aulhorizen SIgI Iom Nr in RW v ognH1idiP! Title l (�+ fNarsrltt) C-umpany Name Pham Number Fax Numbar w Addroos t Dat Rev.2110!'18 ■,. ATTACHMENT1C Page 1 of 4 FORT WORTH --�. �-- City of Fart Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Otreror _ PROJECT NAME: M/WtD®E I NON-MIWIDBE Water and Sanitary Sewer Replacement Contract 2016 WSM-F, Part I BID DATE 3-22-2018 City's MBE Project Goal: Oifeeot's MBE Project Gommttment: PROJECT NUMBER 25 % % 02727 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this fort. 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. FFallureo complete this form, In its entirety with supporting documentation, and received by the ng Division no later than 2:00 p.m.on the second City business day after bid opening, exclusive ening 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 MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects. the Offeror must list eaob subcontroctft and or supplier opportunity regardless of tier. (Use additional sheets,if necessary) List of Subcontracting Opportunities List of Supplier Opportunities r Rev.MOMS OR ON ATTACHMM 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/IA/BE Office. Y Date of Listing I I---- . No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yet (lf yes,ata c h h1B E maid listing to Include n0 of ,apd address And a copy of le' mailed.) 1 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' {If yes,attach list to Includtr $at!]iMfirm.1DWOMOR contacted,phorte numbor and SM ander¢of con act,) NO 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendardalys prior to bid opening by facsimile(fax),exclusive of the day the bids are opened? �. Y®S (if yes,attach list to Include name of MBE firm,fax number and#pg and Ig of contact in addition,If the fax is returned as undeliverable,than that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) -No 6.) Did you solicit bids from MBE firma,within the subcontracting angor supplier areas previously lid, at least ten calendar days prior to bid opening by email,exclusive of the day the bids are opened? Ye$ (If yes,attach email confirmation to Include MM of ME firm,Ift and Um.In addition,It an email is returned as undeliverable,then that"undeliverable meseso'receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation andlor"undeliverable message"documentation may render the GFE non-responsive.) Nal 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 enlife MBE list specific to each subcontracting and supplier .. opportunity to be In compliance with questions 3 through S. 7.) Did you provide plans and specifications to potential MBEs? Yes "' No 8.) Did you provide the information regarding the location of plans and alpecificatla ns In order to asslat, the MBEs? Yes Na Rev.2110116 ATTACHMENT 1C Page B 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 au 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 MMBE 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 MBB 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 Ff necessom 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 y 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.MOMS 4. ATTACHMM--'IC Page 4 of 4 The undersigned certifies that the Information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature. Pr ked Signature Title Contact Name and Title(if different) Ccampa Phone Number Fuc Number Address Email Address City/State/Zip Date - Rev.2f i Of 16 Jointvrnrar+' P 1 of 3 Ftp,RT 'WORTH CITY OF FORT WORTH MBE Joint Venture EligibilityForm All questions must be answered,use"NIA"!f not applicable. • Name of City project: Wales and Sankary Sewer Replacement Contrast 2016 WSM-F,part! A joint venture form must be completed on rmh project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If appllcable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: _ Please attach extra shoots!f addiftnal space Is required to provide detailed exptiorWions of work to be,pari! oaob'Ir R acmprfshtp bs" rrt verrttura ,` MBE firm Non-MBE firm name: name; Business Address: ottsiness Address: City,State,Zip: c ty,Mete,Zig: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular M" Certification Status: E-mail address Name of Certifying Agency: w 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.7)1 0!15 Joint v�r,n.re Pap 2 of 3 3.What is the percentage of M 3E participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint v v FL I u rrr agreement. 5.List components of of r i of joint venture: (Ao raft er if this f,formatton is describedinjoiw ventures me"o Profit and loss spring: MW Capital contribw including equipment: 04 Other applicableownershipinterests: 6. Identify by name,race,sex and firm those individuals(*i titles)who are-responsible for the day-today management and decision making of the joint venture: Financial decisions (to include Account Prf"ford Receivable): Management decisions: a. Estimating ,,. b._ Marketing and SalWs c. yBring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations City's Minority and Women Business Enterprise Office will review your joint venture submission and, ,l will:have final approval of the MBE percentage applied toward the goal for the project listed on this forrrL 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 OR inform the City's MIME 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. MM Rev.2/115 no Jorlli V0111Ure on Pagel 013 AFFIDAVIT 1•tic Undersigned aft ntis thal the forcgoing 5ratuments{tre true and corrvel and 1nultitle lila inolerinI iniormalion nccess4ry to idclati fy and explain Ilse ierm6 antic operation of th-o joint venturr.. f urthtrnnore, the undersigned sltail agreti to pmvidc to the ioiut venrnre the silted scope of work. decision-making r�gponsibilities anti paynicnts Kcrein. The City also reserves the righl to rquest any MdiIiorlaI informal ion domed n czIsrAry to dert�rrnilie iI'thtjaiIit venture is eligibile. r'ailure to c[fopnrtirC rrttdlo�'ikrnvici I'el�ut~sted inl€smitN brit witl4in tltc time s �ciried is rvtinds Foe urminaiion of the eligibility prtx.ess_ The unci rsiVr cl zigmtt Io permit widiIs, Inleiviews with owners rand rxtimiiintion oI'the books, records anti tiles of the join) venture by any authorized repru5eniatives of the Oily of FoO Worth. Fotlurr: to comply with inks pitwisinn shalt mea ll in Ilse termination of rorty matract, which I'nny be o►varded uncl&r the provi5i=!; of thkjoinl vf;uturL'S i 11gibility uW inay iniliate ouien under Federal, Store arts ur l.ugA lawslordinances concoming Fuse s'tatcmt!nts or wilMil misre rymWalion af facts_ i4�n,a of SLiL frrm Nmw or wn-A4 P AW Prililixi Nalie v1'[hum rllcarQ MLf IUIMItLlrp OFQ4vLjer Sigmure nfOwmi f rllilyd Nome nt[)kynL-1 Prihl(Ld N*ne or Owner 9igniffumLPfLxvncr 5igirvluir.tirO nm 'I qtr '�'urt Der f oft � 1VtrtitClZiltit}in Stair of catinty of' On lhis ally of . 20_ _ , before aril',appeared and to Ine persarlaliy kilown tired who. being duly sworn, did cxecule the foregoir)g -irlidovit{md did state 1hal Choy wertr properly 4whorized to cx#cwe thin of iidavil aiid did sa as fhr~ir free act and drecl. Notury Public Pilo Nwilt. MW Notary lliiblki SiWILire go Commission Expir>~2l OR Rev.�O I0115 GC-6.07 wage Rates 2013 Prevailing Wage Rates (Heavy & Highway Construction Projects) i Mob Mft CITY OF FORT"WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION I)OCUMENTS REPLACEMENT`CONTRACT 2016 WSMV F.PART 1 Revisal July 1,2011 City Project No.02727 2013 PREVAILING WAGE RATES (Leavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt distributor operator $ 1532 i Asphalt Paving Machine Operator $ 13.99 Asphalt(taker $ 12,69 Broom orSweeper operator 11.74 M% Concrete Finisher,Paving and Structures 14,12 Concrete Pavemerit Finishing Machine Operator Concrete Sow Operator $ 14.48 M, Crane Operator,Hydraulic 8o tons or less $ 18.1.2 Crane Operator,Lattice Boom 80 Tans or Less 1727 Crane Operator,Lattice(loom Over 80 Tons $ 20,52 Crawler Tractor Operator $ 14<0 Electrician $ 19A0 Excavator operator,50,000 pounds or less $ 17.1.9 Excavatum Operator,Over 50,000 pounds $ 1.6.99 Flagger $ 10.06 Form dul-er/Satter,Structures S 13.84 Form Setter,Paving iii Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill operator,Truck Mounted $ 21,02 Front End Loader operator,3C or Less S 13.64 .. Front End Loader Operation,over 3 Crf $ 24,72 Laborer,Comrnon $ 10,72 Laborer,Utility $ 12.32 i Loader/8ackhoa Operator 15.18 Mechanic $ 17.68 Willing Machine operator 14,32 "" Motor Grader Operator,Fine Grade $ 17.7.9 Motor Grader Operator,Rough $ 16.D2 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13,63 Pipelayer $ 1.3.24 Reciaimer/Pulverizer operator $ 11.01 Reinforcing Steel Worker Railer Operator,Asphalt Roller Operator,Other S 11.51 Scrapot Operator $ 1:2,96 Servicer $ 14.58 Small Sllpfarm Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16,24 Truck Driver Transit-Wits $ 14.14 Truck Driver,Single Axle $ 1:2,31 TruckDriver,Single or Tandem Axle Dump Truck $ 112,62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 _ Weider $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Sacon Act prevailing wage rates shown for Heavy and"Ighway construction projects were determined by the'United States Department of Labor and currant as of September 2013. The titles and descrtptions for the daisAflrations listed are detailed In the AGC of Texas'St4ndard Job Classification%and Descriptions for Highway, Heavy,Utilities,and industrial.Construction In Texas. �* Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATI?R AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCLIMNTS REPLACEMENT CONTRACT 2016 WSM-F.PART I Revised July 1,2011 City Projed Na 02727 GC--6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK i i CITY QF PORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REPLACEMENT CONTRACT 201$WSM->:,PART I Revised lWy 1,2011 City Project No,02727 r. GR-0160 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK i do i CITY OF FORT WORTH WATER AND SANITARY SEWER STANDARD CONSTRUMON SPECIFICATION I=UMENTS REPLACEMENT CONTRACT 1016 WSM-F,PART I dw Revised July I,2011 City Pited No.02727