Loading...
HomeMy WebLinkAboutContract 51569 coffr ur o. a c.� FORTWORTH PROJECT MANUAL ' FOR THE CONSTRUCTION OF WATER AND SEWER IMPROVEMENTS FOR LAKE SHORE STREETS J Unit I: Water Improvements—CPNIO0830 Unit II: Sewer Improvements—CPNIO0830 j Unit III: Casa Loma Terrace—CPNIO0739 (S Cravens Rd to Baylor St.) 1 Unit IV: Grayson Street Paving Improvements—CPN100740 (S. Cravens Rd, to Casa Lonza Terr) Unit III: Elgin Street Paving Improvements--CPNIO0741 .� (Dillard St. to Stalcup Rd.) _ Unit III:Handley Drive Paving Improvements—CPNIO0743 (Lancaster Ave, to Meadotivbrook Dr.) 1 Betsy Price David Cooke Mayor City Manager i Chris Harder,P.E. Interun Director, Water Department Douglas W. Wiersig,P.E. Director,Transportation and Public Works Department } Prepared for The City of Fort Worth Water Department & Transportation and Public Works Department 2D1� Prepared By: .nc. r pik Tkptil Y' i J I I f 100 East I srth Strut, Suite I IS *y. I Dort Worth `Texas 76102 :..*..;:......�.......'>...*.1i, FABIAN A. Mi=HpER0.! IMV Engineering, Inc, Ph: 817329,19061 123250 Committed to fxceFle�sce �!CENS��:'��� TBPE REG: NO. Fm�97� ���� ®p� ��sso`rii:�� ®F • •�'�;i� �� 7-3-2018 OFFICIAL REC,.M.). :..:............................� COW SECRETA Yp, LANE M. ZARAI"E � A ............................ ff. wokTill TX 8956 01 N SS�1* f 1 FORTWORTH,,, i 7 l l 1 1 } City of Fort Worth Standard Construction Specification Documents 1 1 Adopted September 2011 1 000000- 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 4 1 i SECTION 00 00 00 TABLE OF CONTENTS ' Division 00- General Conditions i 0005 10 Mayor and Council Communication 0005 15 Addenda ' 00 11 13 Invitation to Bidders i 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Farm 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder } 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 0045 41 SmallssBnterp-ise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance , 00 72 00 General Conditions 00 73 00 Supplementary Conditions , Division 01 -General Requirements 01 11 00 Summary of Work j 01 2500 Substitution Procedures } 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule _. 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures } 01 4523 Testing and Inspection Services 01 5000 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 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 0I 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Water and.Sanitary Server Improvements for Lake Shore Streets Units I-b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830.100739, 100740, 100741,& 100743 Revised February 2,2016 j 004000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 1 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: 1 htps://pro i ectpo i nt.buzzsaw.com/c l i ent/fortworthizov/R esources/02%20- %20Construction%2ODocuments/Specifications Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal j Division 03-Concrete } 03 30 00 Cast-In-Place Concrete 0334 4nolle, tow Str-e .gih Mate ial (C CAA) 0334 16 Concrete Base Material for Trench Repair } 03 80 00 Modifications to Existing Concrete Structures Division 26-Electrical } 26 05 00 Ee1,,w,A44 WA-F-k ROSHItS A*gleet-r-ieal 2605 110 Demo]4ion for-Elee4riealSy:nem 26 05 33 Raeeways ana�ar-1vleetfie-alSystems 1 2606 TI Z_ v_nde-.t,.ound Duets and 17.,..0...ays f r P leet..ieal SySteffl$ /} Division 31 -Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 3123 23 13AMFFOW r 3124 00--1✓mhank+nentS 312500 Erosion and Sediment Control 313600 Germs 3i 37 00 RipFap Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses ' 32 1137 Lich TFeated SoilStabilize 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants } 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Mek Unit Pavin 32 1613 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings CITY OF FORT WORTH Water and Sanitaty Sewer Improvements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830. 100739, 100740. 100741.& 100743 Revised February 2,2016 J i 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 32 1725 Curb Address Painting 3231 13 Chain Fences and Gates 3231 26 Wire Fences and Gates 323129 Wood Teneesand Gates Walls- 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 -Utilities ' 3301 30 Sewer and Manhole Testing 3301 31 Closed Circuit Television(CCTV)Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 1 33.04 10 A-;rBORdiRg a 91Fi 'selatien J 3304 11 E sion Gentf-el Test Stations �r 33-04 2 agnw;i,i" Anode G thediE P-FvteefiORS `stem 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 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 GOReFete W-aterVaults I 3305 17 Concrete Collars 330520 AugeF Bering 330521 21 -- .-Tai RA I i n erste 330522 9�eej Casing Pipe 33 0523 Hand Tunneling 5 Y Plate- 330526 Utility Markers/Locators 33 05 30 Location of Existing Utilities } 33 i 1 05 Bolts,Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 133 i i 1:3 Goner-e* Pressure Pipe,Bar- Wfapped, Steel Cylinder Type 33 11 14. Buried Steel Pipe and Fittings 33 12 10 Water Services 1-inch to 2-inch 33 12 11 r e Water-Meter 33 1220 Resilient Seated Gate Valve 1 33 1223 - A WWA UubbeF coated Butter-fly Valves } 33 1225 Connection to Existing Water Mains 33 12;30 Combination Air-Valve Assembimes fOF Potable Watef Systems l 33 1240 Fire Hydrants 33 Q 50 WateF SaMple Slatrons 3312 pow o`Valwa A 1,1.. 3331 12 cured in Place Pie-(CIrP 33 3413 Ah-e.4-glass Reinced Piper +. Safiew=ers, s 33 31 15 High Density Polyethylene(HDPE) Pipe for Sanitary Sewer CITY OF PORT WORTH Water and Sanitary Seiner hrtprorentenis fa•Lake Shore Streets Units I-6 t STAN DA RD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos, 100830, 100739. 100740, 100741, &100743 Revised February 2,2016 % 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 4 i 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe i J 33 34 Sanitary Sewer Slip Lining 3331 23 Sanitary Sewer Pipe Enlargement 3331 50 Sanitary Sewer Service Connections and Service Line 33 39 10 Cast-in-Place Concrete Manholes 33 3920 Precast Concrete.Manholes 333930 Fiberglass;An••vrRn holes:: 33 39 40 WastewateF Aeeess Cli••°,•bei-(WAC) lel 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 ReiiifefeedGonefefe S4ei-,M Sewer Pipe/Culverts 33 41 11 High Density Polyethylene(14PPE) Pope fod-Storm DFain J 33 4i 12 po•.,s�.eed Pel�,ethlene(SR-PP)124-pe rcvirrrarvca�-vr�c crricrxi�or��7-TTP 33 4600 Subdraina,ge 334001 Slotted Sterm Drains / 33 460--2 T-enc4}Dmins 33-49 40 Cast in 1121QEe4MI-;44;holes and junet.en A-waes 33 49-20-- C-->Iinlets 33 4940 Storni.Dr-ainage 14[andwal Is And Wingwalls Division 34-Transportation TT110 Trwffie Signals 34 41 10.01 Attaeh-meant4- G-A-Mre7ler Cabinet } 34-4110.02 Attaehwe—nth Gantrollel'-Speeafieation 34 41 3 0.03 Attaehment G Software SpeEfieat*on 34 41 11 `1=enPOFary Traffic, Signals. -34-41 -13 RemovingTraffie Signals 34 44 46 Rectangular-Rapid Flashing Peaeon 34 41-20 Roadway Ili,,,,.,;,-.atio,, Assemblies 34 44 20.01 R ami I way buininaiFeg 34 41-20.0212Feeway LED-nvac utnin ir-.-& 34 44 20.03 #tesidential6, HD Roadway LuminaiFes 34 41 3 Aluminum Signs a 34 71 13 T-r- €i GOR401 "1 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities T GC-4.06 Hazardous Environmental Condition at Site } GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates } GC-6.09 Permits and Utilities } GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Water and Saniitaq Seiner Improreinvews for Lake Sliore Streets llnifs I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100734. 100740,100741.&100743 Revised February 2,2016 0005 10- 1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page J of I 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 j 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. MW insert shall be on bhre paper.] 8 9 10 11 ,1 12 � 13 J 14 15 t 16 17 ) 18 19 20 21 22 23 5 24 END OF SECTION ti CITY OF FORT WORTH Water and Sanitary Sewer Improvements for Lake Sltore Sweets Units 1-b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100734, 100740, 100741.&100743 Revised July I,2011 City of Fort Worth, Texas Mayor and Council Commum' ation COUNCIL ACTION: Approved on 11/6/2018 - Ordinance No. 23469-11-2018 & Resolution No. 5001-11-2018 DATE: Tuesday, November 6, 2018 REFERENCE NO.: C-28924 LOG NAME: 20VARIOUS STREET IMPROVEMENTS--WOODY CONTRACTORS, INC. SUBJECT: Authorize Execution of a Contract with Woody Contractors, Inc. in the Amount of$3,147,719.50 for Combined Street Paving Improvements and Water and Sanitary Sewer Main Replacements on Four Street Segments, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt for Water Department improvements for Lake Shore Improvements Project; 2. Adopt the attached Appropriation Ordinance increasing appropriations in the Lake Shore Improvements Project in the Water and Sewer Commercial Paper Fund in the amount of$1,776,419.00 from the remaining unallocated appropriation; and 3. Authorize execution of a contract with Woody Contractors, Inc. in the amount of$3,147,719.50 for Combined Paving Improvements and Water and Sanitary Sewer Main Replacements on four street. segments (City Project Nos. 100830, 100739, 100740, 100741 and 100743). DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a construction contract for water, sanitary sewer and paving improvements on approximately 3.88 lane miles on the following streets: treet From o Grayson Street Casa Loma Terrace Is. Cravens Road Elgin Street Dillard Street IStalcup Road _ Handley Drive Meadowbrook Drive 1E. Lancaster Ave. Casa Loma Terrace N. Dead End S. Dead End The Transportation and Public Works Department's share on these contract improvements will be $1,609,695.00 which is available in the Street Improvements Supplement Fund (City Project Nos. 100739, 100740, 100741 and 100743). The Water Department's share on this contract, $1,538,024.50 is available in the Water and Sewer Capital Fund of the project (City Project No. 100830). The project was advertised for bid on July 5, 2018 and July 12, 2018 in the Fort Worth Star—Telegram. On August 16, 2018, the following bids were received: Bidders Amount Time of Completion Woody Contractors, Inc. $3,147,799.50 365 Calendar Days http://apps.cfwnet.org/ecoi-mcil/printmc.asp?id=26389&print=true&DoeType=Pfint 11./9/2018 JArk Contracting Services II $3,614,822.00 Jackson Construction, Ltd. $4,040,238.00 In addition to the contract amount, $547,819.00 (Water: $89,346.00; Sewer: $72,146.00; TPW: $386,327.00) is required for project management, material testing and inspection and $157,387.00 (Water: $42,546.00; Sewer: $34,356.00; TPW: $80,485.00) is provided for project contingencies. 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 November 2018. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP)will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one- percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could mean issuance of securities under the CP program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's FY2018-2022 Five-Year Capital Improvement Plan on September 26, 2017. This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this Resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. MNIIBE OFFICE—Woody Contractors, Inc. is in compliance with the City's BDE Ordinance by committing to 2% MBE participation and documeriting good faith effort. Woody Contractors, Inc. identified several subcontracting opportunities. However, the firms contracted in the areas identified did trot-respond or did not submit the lowest bids. The City's MBE goal on this project is 25%. The project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget as appropriated of Street Improvements Supplement Fund and 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 Commercial Paper Fund. The Water and Sewer Commercial Paper Fund includes the authority of the $150,000,000.00 for the purpose of providing interim funding-for Water and Sewer Capital Projects. After this transfer, the balance will be$112,728,591.00. FUND IDENTIFIERS (FIDs�: TO __ _ JF!uTndbe­ partment Accoun Project Program Activity Budget Reference # moon ID 1D Year (Chartfi ld 2) FROM _ Fund Department Accoun Project Program ctivity Budget Reference # mou http://apps.cfwnet.org/ecouncil/printme.asp?id=26389&print=true&DocType=Print 11/9/2018 ID ID I [ _j Year _L__JChartfield CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Kristian Sugrim (8902) ATTACHMENTS 1. 20VARIOUS STREET IMPROVEMENTS WOODY CONTRACTORS INC 56016 A019R.docx (Public) 2. FID Lake Shore.pdf (CFW Internal) 3. Form 1295 Woody Contractors.pdf (Public) 4. Lake Shore Resolution.doc (Public) 5. Map Lake Shore 3.12df (Public) 6. Map Lake Shore Streets 1.pdf (Public) 7. Map Lake Shore Streets 2.pdf (Public) 8. MBE Woody Compliance.pdf (CFW Internal) http://apps.cfwnet,org/ecouncil/Printmc.asp?id-26389&priilt�true&DocType—Prillt 11/9/2018 Y 1 } CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 1 To the Specifications and Contract Documents For WATER AND SEINER IMPROVEMENTS j FOR LAKE SHORE STREETS Unit I:Water Improvements—CPN100830 Unit II:Sewer Improvements—CPN100830 Unit Ill:Casa Loma Terrace—CPN100739 (S. Cravens Rd, to Baylor St.) Unit IV:Grayson Street Paving Improvements—CPN100740 (S. Cravens Rd. to Casa Loma Terr.) Unit III:Elgin Street Paving Improvements—CPN100741 (Dillard St. to Stalcup Rd.) Unit III: Handley Drive Paving Improvements—CPN100743 (Lancaster Ave. to Meadowbrook Dr.) Addendum No. 1 Issued: May 25, 2018 y - '7 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to j disqualification. The specifications and contract documents for Campbell St. From Crenshaw Ave.to Avenue J are hereby revised by Addendum No. 1 as follows: I. Construction plans are revised as follows: 1. COVER SHEET:Added Water and Sewer Project Numbers 2. GENERAL CONSTRUCTION NOTES: Water General Notes updated due to missing items 12-22. 3. WATER PLAN SHEETS:Asphalt Pavement Repair callouts updated to reflect"Temporary" Asphalt Pavement Repairs. Concrete Pavement Repair changed to Concrete Pavement Replacement. 4. SANITARY SEWER PLAN AND PROFILE SHEETS:Asphalt Pavement Repair callouts updated to reflect"Temporary"Asphalt Pavement Repairs. Concrete Pavement Repair changed to Concrete Pavement Replacement.Changed 8" HDPE to 6"to HDPE for pipe enlargement profile callouts. . II. The Specifications are amended as follows: 1. The proposal section is being deleted in its entirety and replaced via this addendum Specification Section 0042 43;Proposal Form,Addendum No. 1. A-1 ADDENDUM 1 Water and Sanitary Sewer Improvements for Lake Shore Streets Units 1-6 City Project Nos.100830,100739,100740,100741,&100743 } This Addendum No. 1,forms part of the Specifications&Contract Documents forthe above referianced project and modifies the original Project Manual&Contract Documents of the same, Acknowledge your receipt of Addendum No. I by completing the requested information at the following locations: (1) In the space provided in Section 00 4100,Bid Form,Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEI'VE'D&ACKNOWLEDGE ADDENDUM NO.1„ Include a signed copy of Addendum No. I in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered"NONRESPONSIVE",resulting in disqualification. ) RECEIPT 'NOWLEDGEDChristopher Harrier,P.E. INTERIM DIRECTOR a ; WATER DEPARTMENT JAB By: 3 Lo Tony Sholola,P.E. - ) Engineering Manager � Com any: c7o� t�4�-rWt4�TO�15 J10. ) ) } A-2 ADDENDUM 1 water and 5anitary Sewer Improvements for lake Share Streets Units 1-6 ' City Project Nos.100830,'100739,10074D,140741,&100743 ioaroz x SiladIS alIOHS HXV I'I03 S,LXaWaAO'IdWl'I3A\3S CNV'JUVA1 r 00 z Itt CIO A e z lag aw LUW Z W I-m- O 3 U) W J uj hawa LU uu¢ > o w ��/�� �� ® U)p �� ae0 I.—' g W o LU 0 U) ¢ __ cn Z ®Z r - co �w Zw vw, CO Z fi Z am ® co b4� (� •� _ s n w _ y � i z CL w --- - o o i, amm- [L •tea F ''011 00 i -� s _ CY2 «oma 11 - Z na � X w OHmo oz ® � Q o� ® O� Z� L. o _� o No =cCN < r d $ 9 - - AR Q Cw O L z Q U "w°z ��y/> W rLEI 1 1 U) Z:�-- Z--,:- 9 5 jig I a� W e w :D c O V OL °�" a maa ° y y� m J I; —NVw3a��N _-_ \'•1!� aN10 ---c� O L.� w W (�!9 ® Z� � C6 � � J ice— LO U o co a W a c z a z o a o 3 U p W a f Q c R R o z/j O O E. C40F 1 w w W U tosrz-x S133diS 3'dQHS 3Htll 210J S1N3W3A0bdWl a3M3S d d31VM aq- ' � s3 �W ! � ag cc Z0 .-.� g8a! 'q 5¢ Via° K�hP _ F- a d baba-a a O� w s Z� �. W oa m9 9a -o `w ° a �a �� amom: Lu ' 5y o 00 °3« 'c 1^ WZ (� =e�. ��.e E 9P p a o�N a U8.1 q.�aso as [..� OLU � H> O w >q "�w zg�R �a ° -� ' « Aq > LL Q & Qa LLU 3 V z °E° W° FS Esq„ `a �aRy` ^s ag s�se `s I-V UE syR 3 �Z _ Via', x E 5 w S �t ougp _non L'o3�' 8 �� oroo� g'e"d� j•a a o'u G'�o.�-E8,E pmLaoo " o Bomar ran a.'ae� N <c'�, 95�° � s9R' �tK#®®b^ c..��5 a.g aza-7 q°"'w E°E3 Fo� w U3a Uw baa MH d,t S"'zcE Fv n:3 �°k awu3 .9'=0 5° `m " ok"off 'o� yah .v'E'�` o °o �yTa goo= "« "op ° c c:Fka w 3.i 4syS 35�"qa s ; -A�9leW9..�o- "Eq� � S5,5 �a'o 'p�. 9 m a .L �'E W m 4 epi m T m.a °ma' .� °L n°s�� e�k.8w ot3 - � '�'� w m •E 8 c :? Xv o�-s A�U°.c°o °a �. "sswe° $ s'9gp dkg oho �:o xs a � oW p s P' G yy a gg - .-°'' E.13 g d�ag Je° o"�i3a s;�5 a mm 9we mem c w� sga b' @gig q8 0 '°Eo�ea " «gig .E kTgB� 60� a8ay �,�9 m9-`-- 33�mo �y °5°4.� "a.ow� voo a f.-O'.-«'s o$ 9a°i aW iA "Ck ESA a. aA''° °Y�=" .�pp� 33s y ug a y sg 5 =E d�@�o5, gH„- Wg� E'a oUw ,�._3 ° �°, a w k ii•.k 'c E o 0 0 9t m.E. y,e°p_-° o� s- o.aoa $ a sd s 2=9��fl 8_noB« ' = o �H�?aO' aaE r�3bbgoa�qgP°m«�8 daa.-y° oo'•l' ^'L2uI gsh o a. Atg3^ E° L° .2 98 RE o �, a �a•Bo�' c'g 3'otl d,c`o w°u9� ?0.a° c3 d u� �i c" � �a Q:Eo� ,p3cG °�=�`m G c�'eq � �3 t'� F'•Eoa?wQy U'cc ay° [=a-5a a^ U.55' c43e F>^ Uz U°'v F� u8, w Eo F �5om UwE UEE', UU i Tl Al 4 3 aA 'a 2 o ' sanEv a w ob sk _ o5 .9 0 0'0 3 a �a=ca 3a - o ❑ 3: a d a ta E a C ooh € «s d sIIca �s w « 5 o m o ti3 aW A ? AYE 3h�. .� MwG�-°s .k� � � e y .S >' S,A E 18 4.y .g.E'.o =a U° 5 s € F� E a a s° ° s s > �.� �G = -w'• oeu ti?o 5' E > -E 4 �c �U.eE'�� mwm 'Raw « �� aN�'^ C w 1od o;3 -..fin .3 w F C.° gP•6m `� ku ��� R d3Aa eggs° zo wUun F ° Q via[o•i Zoo BiOZiZ iii �P:O1M195�55�513H5\NVQ\a�oy5a�°�55-Ml]99-Bi-£\513 fOCd\0 �oabz x S1332i1S 3210HS 3NVl'dOd S1N3A3AOZidWi Zi3M3S'R 2I31VM I I Kr�,� Jog & 1�I Q W a �LU Z - FSI R- L C p„ zz ~ L �W� d Z. y o m Z N o >lU M r O m w bry a �1� o �.. a �g 'Ml-- o O� Ly msg Z��y ~ o p IC 2W > 7C7g� N = LLIa°, F g �W WzQo 3, LL o ° W WH QQQti F N ° = a iLa V n 3 ��' P E'. F� U Ll = ZZ a<aaj �E D� 3V oaz S, (o 2 00'00+17 H1S 3NIIHOiVIN (0) wo2i a. W W - _,y w --------------------- nN _ ukj C~iN� a 3 ¢�oajM obi�aNO oW ��oWamaO ¢bio •�o.rm ..¢J�cn�n eD is ptpN?�7U2W Sol o "�� l K ¢ < ¢¢pr,^ j 33 <b dIn Sze 2, 1 O - O O,Oh� 3 jtpN 3�0 C�2W Q2•• ' MON.09 �� (03AO2ldWINn) 3nN3Av 3nPH1NOiN �11 eN IA I I I W V03-VO3 3?N _ I o OWW 3 6 j ¢�J UOW no w - z� W - 3m I wcNg �W Ww. momma �V WIC W ozo g J W yoRaa Ja 6,Wx m { "j 9o X yvy4 (1N3W3Atld lltlHdSV) �¢ Hm K __ 7 Iu� z �" ' 133x1 NOSA w� J j g .X 15 0 OZ' _ �J� — •;i WbN - _ by I iLu V Z _Q: I d N M02I.09 2W - I a m iS Z'LL ZSl �'1L w o 3 ,G'SL t Tn B'Gt I X I I III I I 5 � 2 N I _-----------zoo--- o O (a3n°adWINN o Wtimoo I U�ftT ` i33211S HOI)IVB WQOz----------- cD MOJ, Sv �U o 00.00+�d1S N I�HOl dW Nd ZO CEO=V B�OZ/Z'.�L u5P".Odd-M11S155\5133H5\N90\a.oyca�o\55-M13 99-BI-i\S1�3fOtld\0 ,� ,-, ,�.. .�. .e. .n. ,e. ..m .e. .a ... ... .�. .�. .9. ^` fes\ r" .� .•-. .. � .-_ .� .-.. �.. .-. .—. � .s .-. ... .� y .� � "_ W911z-x S133'diS 3HOHS DIVI HOJ SIN3Vl3AObdV41 83M3S V�OiVM J E LLI Z LU Lum 0 U)w z yz a) 0 0, 7 5�,� LU =0 Lij 7 z s m CZ p L '0 00 -5 z IN z �V -h- 2 E 0 > 0 > LU 02 D w— z 0 LL z LL LU 0 1.5 8 0 LL< 0 0 g, m,-z z > UE Z)Z) VA Jk AN 00 Q,Z, �Lu,� . J", 41 Lu I It-4- 2- z , su (n ————————itw 3h 41: �Q-, -- -—-—-—-—-—- � z :t , Qm�i m Lu 4- �o, -IL (j.NaVV2AVd J.Ivhdsv) 0 r 0 Z 14 2 ww La 'QL w 2 MON.DG RR uj t di �:t ui -16, 02 MIN Ull 16 Ei Iz LU § z Q: ct 2 l� ul �6 f LU �zz 'N 3k 41 P cL Lu Q:Q 91 �j Q.V) L) z EO w zli > i H a: J- d, 0' o J., Ag LU 0 R IVr w 00 0()-09+ F- LZ 10 < oz z;LL > Ir 0 w F- uj Lo vm G -—-—-—-—-—-— 0�fg�-6-4 T6 UNM AVd-LIVHdSV) SN3AV'dO'S (D G)S 6(D G�e�e 8 OV08 IS—11� Si33biS 5HOHS 3AVI b0d SiN3V43AOUdlNl H3AA3S'g HEliVM 0 uj 2— J cn E LUZ bb LU Co LU > Z 0�s o 0 LU r 0 C:) C-) ()o 0 0 z Lu ?e —MIZ14 < 04 At �z Cc > > X4.. W�. o LL 0- 0 ;W�z s z 0 m i5, P4 z z LL LLI z < LL R j� j-,� LL 3: CL Lu C) z A < I i ZE E 6 > D 00'09+17 ViS 3NIIHOIVVi i! 1 0 00'00+6 ViS 9NIIHOIVV4 MON.6v (J-N9W3AVd.LlVHdSV) 3nN9AVM3UQNV F Z! Lu z rh ct K, F-1 w LLJ� ---------- M (,�,ZLu muz (iNgWBAVd I-IVHdSV) Q: 133�lis 3WHAS �qU', L" uj Z:,LLJU.j ------ A�Q: p Luz. Q: ct:t Z) T9 k U,� C� z 0 2 IQ. tL Luz Luw w 10 Lij < Lo (IN�IVGAVci LWHdSV) m: z!: 133�JiS ITWUM -------------- - 1 LU Lu Lug� LLJ lw _uj LU p z z co w CL C�0 T 0 ZZ Of>- Zz Uj OZ 06 ZD W LLJ 0 C-) �s vc .6'92 OV, n! S MON T LU 7 Lu� �KUQ co 4 1 1.0 V� Q: c�w Z 118 \L------ ------ 0- U�, (iN9VGAVd-L-IVHdSV) 00'09+tl VIS AN11HOiVVY 13MUS(RJV-nlG wsroz-x S133HIS 3HOHS 3NVI 2103 S1N31N3A02idA1213M3S W 831VM N c 2H �y I— L (A W 2w o ' ` P JLuo z r ,goo w x =Z O _ T W z5> =O� co � ojJ �a —� p W s J � �M wz''p� x 3 a� iz z OW F->Zo W o I0 lir LLQ QQaQh o a o N 'i (� p3E ` 3 a��a - U > �z Fs 00'05+1vViS 3NI-lHOI IN Al o I i pfd,oro I I H S ma m h O sls� A Li ro'a m o r- w� a°}° z Moa ss � _ i oo yw W —_____—_____ _. a. yx I >z UN3w3AVd llVHdSV) o i p 3nN3AV 1i3M3f 9� e } zw ! !1 I o> — w 00'00+L VIS 3NIIHDIVVI a m ay 3 }a- ------------------ 12x � b QN I FN x I a Za o� m�� ss �� QI w oa �w� �aati z N 3 iw mow?—W� w '� 1c0 `oC V4 y pNl wQm'aCz � it W°= J �yW a bwmaUw 3Lu m 4 a a 0 c V.! 1 o� 3 Nm p uj i m � m^p I 20= �omC O WNN ?3, V�N 0p JW N J lv K, 4) .;� qjN �N Ko Un�'1 J W a04 ww � ca -t iv 32W '1V1 °npf: ills tiy�°�`N1, �a�mMN a�gOm woW W �x1� 1 L LOTLINE ~ 'a, Qo iivedsr n��xw y oN DEED LINE 2 4 o v ` O1 W �hhONP r +� �z 'awwo mm° I SOC, ° ��I © x¢MoN� W t 32dsp�b yml iii Moa.L9 li jW WN 4 W w xti W� y w aw 'I a Z�jv a nA,N o hi W I ill $ >z Q w n oW q> ¢U 1I m�My 4N Lu yx Jhr1P �`w i4 Zp m P J a 11 D1—' W P w W �WN� ti�Q1N W� z!S F'G] EE Z \ori d4mn 3 32mgr��i `�N �, �2W Ili 3"d Ab lil s o N i 2w v' a o 00'05+t7H1S 3NIIHOiVVY a] �+W 3 J jOd'y b I WWa¢�rlM 2P �' w wo m ti> z, yx Q 2�x�w 4 d .Ill �Wati�poN� y 2 v Foie 'JN08,L9 m°ami�2w ah W o �`O �3oeo \ �-• ( l po xx�¢k o o�f�M' atm m<tn m"nm��g<*!]�m± Kn�+¢+�mo�— nt.-t mM$t��� O I LU N NeN 1N31N3AVd LIVHdSV) — - oaOsolan3wo �o 0 000O00000@0000000 Wd 50:50 6 8ioziZl/t a uop EOdd99-E:-£\sia3foad,8 �osaz x S13381S 3WHS 3AVI 2103 S1N31N3AOMM 83M3S'8 H31VM e mswilmly X �0 �O r o _ - W WE 8" r O m 'Vi F d] zgw >;a c %: N~W o 0lot 0 OQ to ga Zg�� ZL 9 �o�Q Qa Qh o ® J z ~ nt� A. o vtik L Him 41 — — —�w----- - i. cl �O�a oti W� Lu lip �c?V�O�'i . I a wry' RO yW 3yW �� s 3AlQ N00o 18n NON OW WOL �,.z WO C~ ----------------- —_— __—_ \ y- p ------------ ———-- — —. .� I �I I Ch W VIa <� I �sa�a o C ill -lain SON O M I (Y � oQ a y m 2mc I i I I - " w I m j I I- li, I _ _ 00'00+L ViS 3NIIHaldW U F W^pW U N �4J O R 3 anww� � oNa W o wWo a�°3w¢o W W m0 ag�OO 241 u+d:0=6o=b BIOZ/ZI/[ u6p gOdd-M�Sf SS\513=HS\N`�0\a�ouSa�IDf SS-Illi°9-91-£\SlJ3f Otld\�0 �osroz x S1332IiS 3?JOHS 3AVI W=1 S1NNGAMWAI 213MM V-d31VM CO d ujWd c m W2W o L to U a r o. s ~ cu gHa w a e :.. ti, co Iz LU zOf E —0 . w: _ Ng w S o ® j— �� dam S z_o �w > �C7g° as > � —j - w o oe_ a �� W?po i f Ja z 'I-,' z _ OW N 1703 a LL ro dE a z— o QQaGI -pN E >- _mow. 00'09+Zt ViS 3NIIHOlt/W 00.09+ Zt 1S 3NIlHOlti4� I (S)Ino 1 73 'dOYJ $4 ` £L'6SS•(N)N1,01 7-4 'dOFld oa j o. £9'6.9.9-�N/F/-17� �z 2/V7700 ON00 70NI, o eoti HNSS •p OHNVX AXOd3/M N o0 F o u o �£ -. 3N17 SS O'00-el Vlw '699.72 Al N Cl) mwo hm `z U O oll I,mS'. q wm o o oio�oA� j ww , 1aLO o ° owy 1\II®®® O'z 3:u, F w J oW'. W Q o �o m�� F2 � a itio-- _ w• \ w o •- ti ?SON � h � W '.i '. 4 � M' m W Luocoj u,o,NxW' z _— _.—.__ _ -¢ � 9l'bSS•7jA/ - - - - - - - — fl �O� rnM 66•£.99-(S)1170.0/7-4.•doad, ? 'Wal ro N 9£6.9.9-(M)Nl.8 73 13 ~coi`x W 60'49 -(M)Nl.t�7j '15/X3 p (03AOadY01Nn) 60'69-(N)N1,dl 73 'dOYd x 1332i1S LIO-UIV 20.199- NlL, 17373 o HNSS 'ISlX3 d 103NN0. '00• V13 o+ r6 EGG-7-4 Al p ------------ Lu _ w G yc2wC W agony '.ze o a I Wk'^o� 8L'£SS-7d Al il � p NNI- hOaj.Fo� � 9 a p � ooktiQ�ooe: I �WU02 MW "Ucs ti 171704,09 .Zox omn o 'I �Qw_J o I M m2cOi v~i?�xw m �ooaz ? 1"099-(S1nN. 7(N %017-4 1d0)bdi �+� OZ•69S- NlH .0373 c� (S)ss-?l 1SIX3 W700�1 103NNOq �� ❑ 0#00 70N1 0 j N UgNn 370HNVO AXOd3/MM HNSS •V/O o 'O-LS 1S#OD XSL4-7. 3N17 SS QO.OL•8 v-1 x`" �J n O _ L O Wd 12:60+b Pi0di2 i/L u9p'IOdd-.9.9x5155\5133H5\N'JO\a�oy5ayo�55-M1.1 99-81-C\S1�3f0�\'0 tosva x / S133biS 3HOHS 3>]Vl dO3 S1N3W3AO8dlNl 2EM3S V 2JHVM "° 3z w wnW o a �nn�h� eo a" �� o u o ~z v ��P h =w c Mr =0�� 00CD oa was 2 ow w..F H �Q _ ,5.`• g oN. I /--_� �xx �~N��z ° -�o a Z o 0txE C 0-LLJ t1' LFA r$d Z��y z N w p ° �W > z �� z _ _ QR' F`)Ory 0 3 o a Feil i a za a =wa Cjh aoa oa N = o=o a >L� �a a " 0wV�a�� 3 a-- .`. ° ° °3 <m w o. ~ urs ~~ a aeaa U W� ZZ E �= 3v z9 �I O 1(71 ° u71 O N i 71 N �'I h _til In In --� p 'oa I i O� C ti Yty U¢ Oq ¢¢ I 0 I+q W� �ti I 0 00'05+96 V1S 3NIIH:D1VW 001105+5L ViS 3NI�HOlblN t1�921 s ° _ WPI I I ;Qat C I DalIo I F ¢ - la LO 09 s-7d.0+ vI maN07.rN7 '� '�I _ �Z'u �65L '97 C I UJ W a> p p 1 o ° ww &a a� e7 z j e ¢ rsass 7d a+ 2a o U c mti �� vloomn z�I I � 1 1 U W aWVaU Ioj� �p � I, __ —__- ¢W 06'LS51-(M)M/ 714 .dOHd o W v7 o ai yv>_- W. W £6'955-(S1 100,01,7,1 74 d011d 1-ac ZI£9S MIH A373 ' 2 ho m z W7700 'SNO0 70N1 370HNb'N'�(XOd.9 /M HNSS', YIa Sti 0.1 1SN00 —.I Nz = d - NSS 1S1X3 3AON3H iv ...Iwti i ti� °m S-7. M17 SS00.0 d S m •.£8LS-7. 3N17 SS ZO-ON£1 V1s (03A021dWIN(1) o W Wm ° > po -- 3f---- -- NO -- - W M —, rt sssa�of+ o n 3 � ✓ni o v�° (� J `w 00'05+Z l Vl S3 NI1HO1`d W 0009+Z 6 d1S 3N1HOd I W 1 Y 2O2p ca wW ! W I I I wd IZ+6tib E102/ZI/L uBG'ZCdd-SSSISS\S 33H5\I\CO\aao45-yo L084Z-X S13MUS BHOHS 3>IVl H03 S1N3W3AO8dlNl 83M3SS 831VM LUZ a F�1 Xeao 3:Ww W2 z � - ur zp< 7 LIJ o R. co z F- o z ig> JiLu�l of a v�� c7 �� W—�+ o cz z z � 0� I—>>o LL 0 .� Zr Fi LLQ 3 > U- 0 aaaja _o U IEI W jj va =1- - is 0 LO Ni Lo N Lf)' 00"00+tr b1S 3NIIHO 00'00+ti VIS 3NIj Oi`d o 0 • I `oox No o f 3W `dam �3ip� mo 'I W x - 15'695- �3)1110.87.4 'd0ad 7-4 �lq /9'0199, O NSS70HNVokid �X03 /MaW dW1O .99L9-7. Nl7 SS £9'Ob.£ 1S 00 cmvn I om c.,amw IM 1- 3 � Lo NO I aF g WQ20 v.n, -- Q �pU toN N 3w� cs z I I a o OO m � o `699 -4.9 I I I Q W -1` Wz I m " Lii¢ Nin Z9I U. w• o + rmnI w Oa og� � ' 1 ai mo Ib'£9S-(311110.9,7.4 'dOYd T /5'£951-(NJ NI.F 7d •doad 1 n a W 2b'lLS- )d 'A-773 _ -11V7700 ' N00 70N1—_— __ 6otiI _ 10, 1 N3N17,370HNVW XOd3 /M s v 6 s o ti .99LS-7. JN/7 SS Too-7 V15 � WN I 50 �^ �Q kWF in 2 `g n Jx2Q WM L voa-9o,92. 1 NOS; W U = o xha _- � I iov Lull 3F�.4Wa nW OO Nµ� t � yN •Z95-7jP kU~WWUmCu, 440 IW I 8'Ll LbL 1 I 1 wi HW 11 LL � mW �yiWp,- py`="'W � -�_ '�W HMSS'd02/d Ol 103111100 ---- o Qo 'o •f 3N17�-7 00` —-- o UCj W ati� W '00.0 V1S -_ IL'Z95.7.4.8+ QQ3 cN -.� N3W3 1 ay I ` „o Wd 22 X60 b BiOZ/2i/< H hSS... M1j 99 EI-£\5]3f 0Jd� u6G'Cdd_SSlSS\S:33H5\NCO\aaoy5,. - \0 �osva x S1332US 3HOHS 3NVI d03 S1N3V43AObdW1 b3M3S V 831VM Luz ?>LU w r W L �a LLI�� r oa N o u $s yg Z as z w �a OWro = zw = + Ca C) o — a``a``.'�,, 00�< o �¢ _ � LY� •bAw�E Fa�� Q o 'o s o OQ UJ _a Z-may LLJa <z"om 0 p F— dTC7 o P. F c7 - LLU0 o z Frry �H QQQti v' r w 3 U 3 LLQ 4404 _ wdpo U w Z)Z LEI Z„° u7 k ---- LL NW �1N3Ytl3AVd1'IVHdSV) 133HiSSN3A`d 10'SW j I 99- 3T InO.8 YV7700•'0N00N/ a3N171,370HNVIY AXOd3 /M ® N00 ------------- 3N17 SS££'6Z•L ViS I vL� I I L 13w g_o wp z �aw rr K�' a� ~�,I a }Jiz 5 W IKLU ON I 995-7dbl ai aQ�`•F - I I � �o � ° ✓r py A .• F I Z a ti 1 z N WLU o ,� I m0 SNC JW JW '3 J S'LI. .SL 'L4 -� Is O w L'595.7-4.8 I ` I I tia I h ti J oNOSooO L__ V03-d0 q2q W w getic[:; voU$v� 4 o o F o N vtiV po�M �_e `�q�row — — s 1S'S9r7d.B+ v'•.oai o > yc�i?it2W V� MOiI.OS I.. z a J yam? b SI'S9S-�,(3)100.817-4 'dOHd g SZ'S99-(M) NIX 7-4 'd08d C 6£ZLS MY '/L37-7 Q:Jo y" - - d �. HV7700 ONOJ 70N1 ul�ua naw o I ,,;'„ N3Nn 370HNVJY AXOd3 /M m IHSS V04 0 S SNO wcy�� �N17 SS 66'86W VIS 9Z'S95.7-4.97 31_ Wa e 2' 3 z wxwco - 2tiE wtis I i mox> t 1 i O LL® Q k!zw 000©+titI1S 3NI�H�1dW 0 '00+t V-LS 3NII H01-V a Cy003yp LO LO LO LLI)l -- WBP'SOdd-55x5:55\5133H5\N?Q\a�oy5 o-I 55-M1.1 99-81-E\51?3f0ad\:0 oa4z x S1332i1S 3dOHS 3AV1 UOd S1N3W3AO?Jd"1 23M3S'8 b31b'M I q �iZ w Lu �- o w o z z >ti� _ o. r�-t•eh _ O 0 U ♦- N X N / F aW ^ m ¢ CV ° O Q Lu S Oxsa zm F6�� �_ > � s.;.. a o w U a r W F ba C7 Ey �� _ M 3 - L 0ILL w F->'11q O ON ao3 OU LLQ Qa _ Ln a<aa U ZZ rc�<r °< ;z aw _s W waw T o w i- -- o n o ni o n w �'O C I I 00'05+Z ViS 3NIIHOiVil 0 '09+Z` iS 9N IHOiVV4 I ', Isr4os•73s' 5 6N I W C N� jo a$ O r IIwm �m J a + I� 10 .y Q Am rb1 Q �I w c CO O J xN � �F W W J t�/1¢�N � o� - .�'I '- �. .1b6 O I ' 1;o W,u oyJO�M � I r Lmti _ Z¢ 1 I��I tmE Wm W rj a o I w2zwS� howe'� w iWom Ol8£L'9'Z£'00£990--•fMfMSIl NNl1..48 77d! l �iWl--"�,-wi'^�'IIi mo�'"�"m��� --�.� T09-7-4.91+ (3) (3)100.8 7d dOVd`d00ladC.30w YV7700 'ON00 70N1 Nn 370HNV) AXOd3 /M p O W y W = 3 y SS D'l0,4 'O Is SNO9 w o y� y z3 i 1 �,y ,� �� .£809 Nl7 SS 64 B•0 V1S 'p X L1' 6 'Ell v WIO-ar�aa r �. Wim¢: /9'Z09.7d� 3�mW=q N JJ wkoq$w N i ----------- - � d£'ZD9-(M1 N1.8 7d 'd02ldwy II ` M + �iN3W3nvd 17VHdsV) O - J1.100 'O ld .973 m _ OS•009-:)I 100.0!yj 151X3 °; niinn 13MUS 11302!19 3 Lb'L09-IYIN X373 - to 370AAb'N�,'-Od3 %M /£'Z09.7j.s+ HIYSS d0!!0 VIO'.4 1SNOO o N7 SS 00'00+0 Y1S.Ss09-7. Wc, 0.y I I •�� r--------- ------------ Lu - --- ---- W 2p o 1 _ � mak.20m17 �qW : 2� QR Q: 111 yWOo�2W �� ti h� Ln y y I r, z nyJ >; y awl ��� y02jq 21-x- N�J gW SII ohgq •¢yt` y�q � m yyq�� ymWjOyl I' � `I'yWyW �cOq2¢W'WI I WEU>� WI�Qcaay I.I I i. CC I S � i Qp3¢y 1 o2yoo 2 2Q�WJ —_ .- O V1 OII] Id FZ50:b 8i0ZiZ lii uEpS.S155\S 33HS.NOC\M'°45eNo'I 55-Mld 99-FI-£\51J3 f0ild\0 W"Z_X S1332US 3aOHS 3Nd"I 2JW S1N3W3AObdYll b3M3S W 2131'dM Lu c - 3:W w a o d o Idyl W `^< LL12 a z w o ,8 A�/ =Z N zP � m C] uj O z r 3 r '- iril W C :ter =011.1+ �"'-\a o v Z �' F V O C W�m H per•, ti se"W , N O o 0Q W 'R Z CO 0 CL y —ono a F Waw � w � �LLJ � W?�h M 3 p6Ju¢ z ? ��// OW LL Z O Z F�1 U_ Q Q J¢ 1L Q a W ,a 5 o p 3 3 O 0� cccc U w�' ZZ. E O� sE 0 LO LO �I 10 _L — I 2 LU qs o� I r N ��N I w� o W J J Oy I FQ x LU I wa I gp�imp ® I I i I O 8NN ti3A�A //��F y ,. "0` I yUOOIhW~o~N �Wc p�, l zW� U jWW c2o>?�iw ® £5'509-(3J 1Ro.91'7d 'do&d o !eS'N9•MW -A373 0 UpW , 2fd7700 3132IONoo '7oNl + 2/3N 370HNVM AXOd3 /M MSS' 'V 6 *01 s ISNOO .£909-7.13N11 SS LY 99-ft VIS l a uj CD mw m w �A F °z Ngo UpW j o. ?gsoi + OM a �a IO'S09.738� x --------- W o O Q.N3W3AVd 17VHdSV) g O vJ z Jm 133211S 3 inH138 4 _ g o � I IL'6037d.B -- N ,x I i w oso � 1 I `�°� ml f �e�ro y'roorov gN-aA� � a' QII, III W OI NZpM m�UUA�.� <�e.� x0 �� l:, �o k o acomia o°y2ooa �w roo o y o° ~miW No, ptl'n z�n � W 0 N3 / �-- - -v. l6'609.7d.B+ iy ¢?�io0p oo .£809-7. 3Nl7 SS 9 99.2 1S a d �ooWco�i 3 n m J - U='K2W ooA11.9 N D t o9•(w Nl.9 7j doad o I !Z'609-l31 1110.8 7d 'dOHd W 1 1 L9.909- pplN •A373 1� YV7700 '9NO9 70N1 LL W¢�Q� a3N/7 370HNVM AXOd3 /M 1 �y�jcn SS' v .* - iqyao w�wQU .£909-7. 9.7.V.LS zaca? 00'05+Z d1S 3NIIHOIVVV s 00'09+Z ViS 3NIIIHOlVDI wiwuo o I Luyco.,��o II uQ�ri o Ww�xo ¢ l II x¢ U2 ti O2h2y1�U W N; rvd b so� Bi02.•2 iit u6p LOcd-SSx SlSS\S 33H5\N90\a�oy5aypl 55-M1]99 el-£\S:.J3f0ild\0 �oabz x S13MUS 3bOHS 3AVI1 103 S1N3M13AO8dINI LEM3S V a31VM �z w ujL e` w� o o yP >kuo a w w F /��// =Z OD °z ' ,+ Q "__ - Fil FW S d#� _�—� z tY C w��to CL I� Nom ° g o o ¢ s� ZM�cn Z _ k j v w< a v fin. > LLJ a � LL] WZo� a 3 = u�Z y z -�" Z = _ �i OW QQZ� o �< LL v o -3 a �¢ ~ a 3 a rG ffw - 1r1 >1 1II���1BB� � ad44 - U I�IwE ZZ 3E 4- I,LLL�����i��JJJJJIII i 9 � � I I I i 00'00+14 ViS ANI-IHOiVvl 00',00+tlL`d1S 3NI1HO.Lvl. g v I Ll'f03A7-4+ Lo ..VOL Xeilb pW 7 3 I -- - �� —� i 2 Oj oz SII A0'E09-.B d.. Odi ® 3� 09 ( Oz cin xe I w < I a, �g o I I ' - ----- -- o o obaosa 7d n s Z PI w� m Ng o w � I V, I CL �m ¢2u, n ¢� m UWO]4�c UOW 0 o I Z�M I N did 3s .1/09-7, 31�n ss L9' /-z/V.L 0241 91'109-01 100,97� '1S/X3 I o L/'L09 7� 'ls/X3 a_ 61'109-(M1 N1.8 7 'dOd t 1 0 4'909• PY 'A-973 f o STK SIX3 0r` - N IIbS-7, 3N17 SS 001fp6l (1N3W3AVd lltlHdSV) �z�oti _ 1332i1S121381yH N wm a�aQo --I WpWtio o oa oC h�o?i m I Qa, 3�4412 2tiWnCW _6a G I ¢N4 v12y1N ?ti CW3�p � I WVIQWQ � ". h V wd sz 6OG gIOZ/21/L IA 99-81-£\51�3f 0dd\0 u6p 0Odd-SSSlSS\S 33 S\N�0\ao45av,o3 SS- tostz x S133211S 380HS 3NVl UO3 S1N3lN3AOHdWl 2OM3S 8 2131VM m Ra � il 1�1 Qx _ W w 0 T = W C W� a O o F w U p w f a, o -a a.. _ ti o z ® 0< au -.s2 Zc��v1 Z w F o o ?�¢ j O �W y C7W~ Pa., wry y �� Wz 03 s J_;F z =a z 16-4- O uj uj F- Z o - IL 0 LL LL¢ V Z = 4 0� =E _ W z a<aa s s zapw p> W E �z rin � ww ��a Fs N'�� N O LL WWW �JQ WUO Vim, N N h3 ~ Wm2 o z��io- I � .Homo MW W�n 'I i j wi v ~a WheQOv W��tiM 00 00+L4 VIS 3NI HDiVYV o xZ ` MWWifOr_.rn I�o,?�mM OUQ� Q II\ C) O W hCVOC2W Qp I r�� N O n� + _ 4 W I n C' c molti.09 k0 WQ J W I W ti J6 ¢ W~ (1N3Y93AVd 31380N00) ?W 2 ii W I F- anlila k.3-laNVH J� L �- — �- 9/•LD397-4 2 �V e 5 LO"L09-( )L00.9 7a '1SIX3 Ca a ll'109-(S)NI 19 7d doad W L L 3.Bb.ZID S �� Q 9I'109-'(N) NI.9 71 '11I13 II 1 4 x O'Zl9- IYlil A3'73 ¢�WCIZ(/) e ti lI3Nf170HNb')Y.(XOd3 /M I v`�i UQO C$ w� HN`SS SIO,bS01$3AOW 00 I ¢ r .1165-7, 3N17 SS 00'8€•9l V1S41. LLJ QO W O Pv ,II65-7N3N17 SS 58'91 143 d ~ w, O L U N O + 2 i 6•SI 71S 2 W W OS'90}87d'�� ro r tiro/ WtiW y titi Oro Y am oW -�) a,a I WWii4`t ti A. Lo W Q vI N �� a w oa ! xW�N a i" oz - — W `�` I � aU b y,�-�iN tim I � X _.. lissoga74 S OW� x 42Q NW W Wti i W I ZZE e jW� j w� oz w qY UOW m bO N2 I .• III LA ¢ W z w Q: �3 N Q w I + m ij fi Q a n II or e II y Q.LU a� 51 e 1 4mw III OZ � �w I ( 0022 o sr ws,e 7d a as Oz 1 1yhJ? 'Ip WWW¢ j00 ct:Q: 00'PO+1 4 V1S 3NIlHObbW a 00 00+�4 V1S 3NI HO1.`dW I y�ti�m I y2p3� ° MNN>U eo3�� i WOOWW hUg410 ', O••2~Z20p 2R VI - ---N. Vtd SZ e60 b bIOZ/ZI/L uBp 60dd-SSxSl55\S133HSN00\a�oy5a�a�55-N'j 99-H:-£\51_3f Cdd\:0 Loam x S13MZUS 3NOHS 3)iVl dO=I S1N31N3AO2JdWl 213M3S'$2d31VM 1��y1 X _ W w o 8 Q 1.1.1 W C W2 CO W o 0 t O Na`o w Wp'< O -888a8,., =W °zto _C)jo foo V e3 c�oo� w`e Z _ ®Cd �� wpm s's d �� Nora" o o O?W LL, A ga zm mIcr , o �y ow o LL Q Q Z SUN o ¢ WQ 0 LEI zZ v €w o �� o o WN O O ��DI fD t0 t0 O F ¢ I ?Oy O I i oyi 00'09+OZ` iS 3NnHOiVW W t 00 09+OZ`d1S 3NI HOIVI l `c�W III W^ y 8Z'£l9.7j.B �w moa.w tHI >-a q�3 Ilii SII �� t5a ; o Wobg 3 F ZLI ¢C a o 2mH SR o �& y W � 8t'N9.7d$'p - Nyn LO, i Q `j'yOmM I 8Z'0197d.B X0 4 o PaONa�i ( I 004.1 tiZO Z AW � 4 N a j2pm� F� 89'809''-(NJ 1/10.B 7d 'c/dd o W PN 7 I I I c r BL'809-fSJ NI.�,7d 'd0dd 4 qx - 91'919-,MY 'A373 6 H W Z�°� o! I'.' a !!3N/ -770/4 AXOd3 /M loo mQ- ( Sti o 1 i~y�ti IYS d b (j S N001 o m W °' �I m F ,llb9-7.3N17 55 00,'00.6/Y15 --- — 9/'809•P 7d rn aW I' �w + yo P I Vz4 Lu N WZ i �� ai I mal I 3 ; wF of �S III mill �� e o w w I ,❑¢ °°i of w o 2 0--- --- -- ---I— - 0 9Ct0?.4 7d 0 03 tM @ � W? W o � a=1 1LC .csL+ ,sze -I � max. ss•ta9•a7d dti s Q,: Lu cQ MOa.os eQ�?? W I. W o 3ti4LA I "' O "I� 0 00'00+L L VIS 3NflHO1WV 00 OO+L L iS 3NIIHOiV W �io3]W. Ii O 2W h ¢� I W3 O 1W—hy2V �I I c0 co mt O O t00,'',. t00 hd sz•6C,y Bioaiz lit u6p'0 dd SS�SISS\S133HS,NCC\alolSal��SS-Mld 99 fi:-E\51]3f Ctld\0 ,013K-x S13MbIS 3?JOHS 3AV1180=1 S1N31^13AObdINl 213M3S V d3i'Vm LUZ a X �:Wz CO w OM� r o - HW GO mow,% �/ j v v a .� W ti a o-� a wom w ° �wo 2 Oz LL LL LU a s -Ea v< yLL ol w aavai U € ZZ "InT - 0 O �O O 0 O .O h In � e �c i.�s3aoj rroc szss i �I W ziIII I � �+� I _ Nnrvrveo can .p I s99,lova g11-89s9wva70e £9'529-(M)1N0.87d •doad N ti lvolZlUQ95533'od 7710 96'S2s =(3 o WWW Wal 1 Xoo78 E1'S29-(S) N1.8 7d oo ¢,J •� Uo _ £0'629- k'IN 'A373 - c�vyo wv `�o UpW 1 a ti I 117700 '0/J00 70N1 �XM a=M`M�Wcyi W I, �-¢ Y'. a3N17 370NNViY AX .9 /M a� NNSS 110;5 TIS 1SN00 311 107 - QIti i,„r, NNSS ISIXI 3/i0N3N J N 2 V m eNn a33o ti ' .V5 0- SS 00+0 V Is w N x i 1O o -.1159-7.3N17 SS LI'SZ+SZ V1S e FL"£Z9 (Nl 100.8,7d 'd0!!d 1 W _ �' 4` E8'£29'-(3) N1.8 7d 'dOF/d ll` ' 0 \r 'A313 0 bZ J 6V7700 NlO�N� - -- 'amp 113N17,370NNb'N',(XOd3 /M 96 5Z9.7d.9 xh� �ti� NNSS VIO.S OlS 1SN00 II wmo�cr _ N NNSS'1S 3AOW ./IPS-7. 3h17 SS Z£' 6+£Z VIS �xtix o�v 31li 0 3Nl' O e} O amx�x UF:yg�oua'in I � I Ffnoiy"oco v, aaggy aIN I 'ti e .,Wn — — — W--' --- � Lo Ph NQLcg�1�0V { 2�cUd•O�tam O Q 7W n i0 Y"7Z9.7d.B tivW o h yW Uoi2N 1 o a II Ow � W N 'I `22k�°2�iipFm"'' "0 00o W � Q e: Ili I c�N I �• w $i' W o� g oy2 Q �_5t �C .y,, WCY- xJo wVi oW �2UV-vY"' Iuu wo a I ¢ 6 — L•6Z9.7d.9-n mZmq �,. .b'GL SIL Wy O 33 2�y AAOU,9S 10 cc to (1N3W3AVdl7VHdSV) '10 3nN3AV T13M3r N —___—__ �� u _ _'I, II I>.l� t FY I ;p= aM N m I -Za --ft �I aw,. 8Z'9/9.74.8 �N �p WW�?o wo �ow a �•-I 115-9 O 0 W2W00 3cix�a;2 v�ox3 � JI, N j I =8C5/37d�81� x�¢ o IN yyllu 03 C �O3�N I Iti LU 00.OS+OZ VIS ANI-IHO1dW 00 OB+OZ IiS 3NFlHO-LV wti�x� tii��o I titi2�xa I I I I � U I u6pSS155\51331$\N00\ado - 49=Np-I SS M.+99-E�-£\S1]3f OHd\0 �oava x S133biS 380HS 371d12 0d S1N3W3AMJdINI HEM3S V H31VM u LUZ LU s 3y •L .HLu 5 dr #. W P. ow w o 2W z$r. -0�+ A h CO, r hoc (if� FQ�N C si -M eta z - 0� U rS-m Zto ��¢ LLJ ppbp WSJ Z O �❑ �zO} V�j 3 JGL H Z Z O W LL z o z Fi1� LL F Q Q q s N N ¢ 0 3 _ �� p R. o V. w p w LO J !� II y� age° o¢a� 'Wa O �n`N �ooy I i OOVO2�O�P �'`� II �20JOQ , oy I. 20hV2WK�i� > ^q v) 41 �} ', MO839 8ati� 85'569-(S)1N0. §ig�§ 00`00• Rla A373 ! 9 2/V7700 ' NOO 70N! 4 I' o'n o 83Nl 370HNVN�dXOd3 /M wp I a N S 'Vl b d sNOO I I VSLO£-7 3 , 3N17 SS �y } 68'99--7 .8+ lJ.l a MMM/ N Oza'I I \ a Ufa= L Q�\� __--- _—_—_ _ ¢ I X83 j �m \. �cU 1(U3N3AVd 17VHdSV) O ¢ a ! Wh 1a Too lsaaoa Ivo a N -- _-- - 69'969.7d.B o w 1 Fw L-- a l oz I n o a U s -—-—-—- o 1. 46 F III. _ 60W9_-UW+ mw i bm8 ~B 4 h aO3w a� wUo o�mF W m W', i `rn 'z i CL. Io 66'09-7-4.9 of �"r'c z�t s•� 8 9e _ 1 4.� £9'bZ9-fMl 1n0.9 7d — G 96'569 -(3) NI b'7-4 '1SIX3 lli £EL, 4Z£; �� £L'66 •(S) N/.97-4 dOdd ti o x a HMS,9 'd0ad 01 103NN00 °J o �moaFq � � _ �g� 1IbS-7 N SS Ll' Z.bd V1S to 2 w_xoa' �� F,VSLO£-7, 3N17 SS 00'00.0 V1S --_- — 69•-71-3 n�Wtio � MOd L94A j 'L�¢z�sNN 1 Cj �I y¢a WUti�o hrtw �WW�2�mM �m I tiW~WW � �yh�aaZW cnW I I I, Zp3y y �^ = iaZ I 2y2W y tin ¢ ¢Ny CWU c a ' CW �tiUq� o 0.oa dtn ti ON�C)� WOo�W ¢ulm a _—__— Wti =(�� In W G4W1� titiyz� � N O! .L__— O —10 Nd 92 60,y 810212:/L U5p�21 dd-SS'SlSS\SL3]HS\N00\ - - 4Saup�55-M13 9 81-£\S1�3f0ed\�0 amFN"i,sa ) SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application 1 - i 1 1111.02413"+Hater pe 33 1 12 LF 4440 2 33fi01516"Water Pie 3311 10,3311 t2 LF 55 3 3312 0117 Connection to Existing4"-12"Water Main 331225 FA 14 4 3312.0001 Fire H dranl 331240 EA 3 5 3311.0001 Ductile rron Water Fittings vd Restraint 331]]1 TONS 2.0 5 3312,2003 V Wafer Service 33 12 10 EA 44 7 3312-2203 2"Water Service 33 12 10 FA 3 8 3312-20011"Water Service,Meter Reconnection 331210 EA 44 9 3312.2201 2"Water Service Meter Reconnection 33 12 10 EA 3 16 13312.3002 6"Gate Valve 331220 EA 3 } 11 3312.3003 8"Gale Valve 33 12 20 EA 20 12 0241.1302 Remove 6"Water Valve 0241 14 EA 9 13 0241.1510 Salvage Fire H drant 02 41 14 EA 3 14 0241-1511 Salvage 314"Water Meter 02 41 14 EA 18 15 0241-1512 Salvage I"Water Meter 0241 14 EA 28 16 0241.1514 Salvage 2"Meter 0241 14 EA 3 17 311001026"-12"Tree Removal 311000 EA 3 18 37.MUM 7£-]'8"FrmRem"m 311000 r.% 4 } 19 3110.0104 18"-24"Tree Removal 31 1000 EA 3 / 20 3110.010524"and Larer Tree Removal 311000 EA 1 .. 21 3125.010}Stomt Water Pollution Prevention>i AC SW3PInstall 31 25 D0 LS 1 22 3201.0201 Asphalt Pvmt Repair Beyond Defined Widih Residential 32 01 17 SY 300 23 3201.0400 Temparefy Asphalt Paving Repair 2-inch HMAC on 6-inch CTB 3204 17 LF 3,975 24 3213.0102 7"Conc Pvmt 32 13 13SY 1,150 j 25 3213.0301 4-inch Concmin Sidewalk 321320 Sr 85 26 3213.0401 6"Concrete Driveway 32 13 26 SF 440 \ 27 3216.0101 5"Cone Curb and Gutter 321613 LF 500 J 29 3216.0304 9"Conc Valle GuBer Residential 3216 13 Sy 11.0 29 3231.0213 Wire Mesh Fence Metal Posts .31. LF 100 39 3291,0100 Topsoil 3291 19 CY 10 31 3292.0101 U[ili Service Surface Raataralion Sodding32 92 13 SY 1D0 32 3292.0200 Seedin Broadcast 329213 Sy 350 1 33 3304.0101 Tem ofa Water Services 33 04 30 LS 1 I 34 3305-0003 8"Water Line Lowerin 33 05 12 EA 9 35 3471.0001 Traffic Conlrol(Design and Provide 3471 13 MO 6 36 0171.0101 Construction Staking 01 7123 LS 1 37 0171.0102 As-Buil)Survey GPS Redline Survey) 01 7123 LS 1 38 9999.0700 Construction Allowance 00 00 00 LS 1 380 000.00 SUBTOTAL-UNIT 1:WATER IMPROVEMENTS CPN 100830 ) ) t 3 1 1 4 1 a]T'eF I-clkrnv4a31 YTAta>.w3co\s4xC1'l1UY RI'LCaO[.VIO\'rlflt l,-llt'a'IS Fonn k+i.J:013012U IN130-N41lkl t/I431,1014143 UO43 U 00451 110551!LW l*p [-_261-27.-, } } 1 uia rramsaL rn�zors W42 33 1 SECTION 00 42 43 ` PROPOSAL FORM 1 UNIT PRICE BID Bidder's Application } EI. r fUiW.I. 1 13331.420110"Sewer Pie 331110 LF 1 418 2 13331.420210"Sewer Pie CSS Backfill 333120 LF 30 3 3331.4115 8"Sewer Pie 33 31 50 LF 2,444 4 3331.4116 8"Sewer Pie CSS BackFll 33 31 20 LF 90 / 5 3331.1102 6"to 6"Pi a Enlargement 33 31 23 LF 620 6 0241.2f038"Sewar Abandonment Plug 024114 EA 4 7 0241"2001 Sanitary Line Grouting 024114 CY 5 8 0241.21026"Sewer Abandonment Plug 34114 EA 1 9 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 10 10 3f 10.0102 6"-12"Tree Removal 0241 14 EA 3 If 3110.0103 12"-18"Tree Removal 31 10 00 EA 4 12 3125.0101 Storm Water Poflution Prevention If AC SW3P InstaO 31 1000 LS 1 13 3201.0400 Temporary Asphalt Paving Re ail 2-inch HMAC on 6-inch CTB 312600 LF 1,614 / 14 3213.0102 7"Conc Pvmt 32 13 13 SY 1,150 15 3231.0213 Wire Mesh FenceMetal Posts 32 01 16 LF 100 16 3291.Om00 Topsoil 329119 CY 50 1 17 3292"0101 Utility Service Surface.Restoration Sodding 32 92 13 SY 150 18 3292.0200 Seeding,Broadcast 329213 SY 400 1 19 3301.0001 Pre-CCN Inspection 32 31 13 LF 620 / 20 3301002 Post-CCTV Inspection 330131 LF 3,570 21 3301.0101 Manhole Vacuum Testing 330131 EA 21 22 3305.0103 Exploratory Excavation of Existinrl Utilities 33 01 30 EA 4 23 3305-0109 Trench Safety 33 05 30 LF 3.007 24 3305.0112 Concrete CDllaf 33 05 10 EA 17 25 3305.0202 imported EmbecimenYBackfill.CSS 33 05 10 CY 35.0 26 3331.0103 S"Sewer Pipe,.Point Repair 33 31 23 LF 100 27 3331.1201 Service Reinstatement,Pie Enlargement Incl.4-inch 2 way Swc Cleanout 33 31 23 1 EA 9 28 3331.3101 4"Sewer Service 33 05 17 EA 35 29 3339.0001 Epoxy Manhole Liner 33 31 23 VF 120 30 3.3.39.10014'Sewer Manhole 333960. EA 18 f 31 3339.110024'Orop Manhole 333960 EA 1 32 3471.0001 Traffic Control Desi nand Provide 333920 MO 6 V 33 0171.0101 ConstrudlDnSlakinq 01 71 23 LS 1 I 34 0171.0102 As-Built Survey GPS Redline Survey) 01 71 23 LS 1 35 9999.0002 ADA Ram Remove and Re lace 0241 13 EA 1 36 9889.0700 Coneiruetion Allowance 00 00 00 LS 1 $50,000.001 $50,000.001 SUBTOTAL-UNIT 2:SANITARY SEWER IMPROVEMENTS LCPN 700830 1} 1 a J F i,rx ataxa isnxni sraanv<nrr�srun:nrri xf•rcmx,wovrxxtausrs ' r�x�,„em�orm crn rmasu mar oa ooa _ _,a ma - asi_m�s r,nw min",tm"c u�sos.xr.,i., l i � D]Jl J3 P­3— SECTION SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Dome I i a' r ?`RI.?. k�lF'Ili1�i 1 0241.1300 Remove Concrete Curb and Gutter 1 02 41 15 LF 520 2 3216.0102 7-inch Concrete Curb&18-inch Gutter 32 16 13 LF 580 3 3212.0302 24ach Asphalt Pavement Type"D' 32 12 16 SY 780 4 3305.0111-Water Valve Box Adjust vv'Collar 330514 EA 1 I 5 3305.0107 Manhote Adjust Minorwl Collar 330514 EA 1 ' 6 3291.0100 To soil 32 91 19 CY 25 7 3292.0100 Block Sod Replacement 32 92 13 SY I W 8 0241.1700 10"Pavemant.Ptilvertzation 02 41 15 SY 780 9 3211.0600 CementModiTecation 32 11 33TN 14 10 9999-0000Readbond Ent GA 16 11 33050108MiscellanoOs Ad'ustmenls utilities do-mos LS 1 $7,p0400 $7000.00 12 099.0000 ConsVuclicO Allowance 000000 LS 1. $4,000.00 $400000 SUBTOTAL-UNIT 3:CASA LOMA TERRACE PAVING IMPROVEMENTS CPN 100739 7 S �1 } 4 l fi �111'r�F1YN!r U(lklll I rrn 5m'1'ih-IC.i'n2�'IYx'I,np��lti Fnni R�+iwd'I51]ll.'.R�� I'Ih'IW1Q--I W u145 00{:41 OO il3]W4511—13 aitlllopoulllnif.M1wA hU8-0b?,,hi 1 1 i } fx3 a?J3 r11UYNUIVSN SECTION DO 42 43 PROPOSAL.FORM UNIT PRICE BID Bidder's Application Ell i IsLife #Hc.;EATtiL�[ 7 r1 1 0241.0100 Remove Sidewalk tl 41 13 BF 150 2 3213.03014-inch Concrete Sidewalk 321320 SF 170 3 .0241.0300 Remove ADA Ramp 024113 EA 5 4 9999.0002 ADA Ramp EA 5 5 0241.1300 Remove Concrete Curb and Gutter 0241 15 LF 1,600 6 3216.0102 7-inch Concrete Curb S 18-inch Gutter 32 16 13 LF 1,760 1 7 0241.0401 Remove Concrete Driveway 02 41 13 SF 1.620 i 8 3213.0401 6-inch Concrete Driveway 321320 SF 1,790 9 3212.0302 2-inch Asphalt Pavement Type"D" P32 12 16 SY 2,20D 10 3305.0111 Water Valve Box Adjust vd Collar 33 05 14 EA 2 11 3305.0108 Misc Adjust-Waler Meter Box 330614 EA 2 12 3305.0107-Manhole Adjust Minorca!Collar 33 05 14 EA 2 13 3217.5001 Curb Address Painting 32 17 25 EA 19 1 14 3291.0100 Topsoil 329,19 Cy 25 _ 15 3292.0100 Block Sad Replacement 32 92 13 SY 550 } 16 0241.1700 10 Pavement Pulverization 024115 SY 2,200 17 3211.0600 Cement Modirica5on 32 1133 TN 14 18 9999.0000 Roadbond Ent GA 16 4 19 3305.0108 Miscellanous Ad-uslments uidities 000508LS 1 $7000.00 $7000.00 20 9999.0000 Construction Allovrance 000000 LS 1 $11000.00 $11000.00 -S SUBTOTAL-UNIT 4:GRAYSON STREET PAVING IMPROVEMENTS CPN 100740 1 7 r } }i J } 1 } 1z�+,�nnw]cn�isliax-ou�svecmc,.nn�nnrrvr:nrs FonnlinivN 20t+lIF2U tPA 1[x18 10-1q{]W Nan 00{2{300{31]_00{512.At 151.1 RiEA�.al ll'wl.lnr vlltl-W]]vs� 1 5 r 3 z rr�s its 7 SECTION 00 42 43 PROPOSALFORM �y UNIT PRICE BID Bidder's Application f LHCL' I` lm ar• 1 1 0241.100 Remove Sidewalk 1 02 41 13 SF 250 2 3213.0301 4-inch Concrete Sidewalk 32 1320 SF 290 3 0241.0300 Remove ADA Ramp 02 41 13 EA 12 4 9999.0002 ADA Ramp EA 12 1 5 0241.1300 Remove Concrete Curb and Gutter 02 41 15 LF 3,250 7 & 3216.0102 7-inch Concrete Curb&184nch Gutter 32 16 13 LF 3,740 7 0241.401 Remove Concrete Driveway 0241 13 SF 900 4 a 3213.0401 6-inch Concrete Dilveway 32 1320 SF 1,600 9 3212.0302 24nch Asphalt Pavement Type"D" 32 12 16 SY 4,4300 10 3305.0111 Wafer Valve Box Adjust wP Collar 33 05 14 FA 2 11 3305.0109 Mtsc Adiust-Water Meter Box 33 05 14 EA 7 12 3305.0107 Manhole Ad'uA Minor cal Collar 330514 EA 7 13 3217.5001 Curb Address Painting 321725 EA 8 7 14 3291.0100 Topsoil 32 91 19 CY 10 15 3292.0100 Block Sod Replacement 329213 SY 1600 16 0241.1700 10"Pavement Pulverization 0241 15 SY 4.BD0 f 17 3211.0600 Cement Modification 3211 33 TN 32 18 9999.0000 Roadbond Ent GA 35 19 9999 0000 Remove&Replace 20'Curb Inlet Top LS 5 20 33050108 Miscellanous Adjustments utilities 000506 LS 1 $7000.00 $7000.OD -} 21 9999.0000 Construction Allowance 00 0000 LS 1 $30410.00 $30410.00 I1 SUBTOTAL-UNIT 5:ELGIN STREET PAVING IMPROVEMENTS CPN 100741 J j 1 } i 3 rmai3�lerlcaenl Huai' 3'1'iF1['1'n13�'IxK'l:11LTIS I'am NssisN:U130120 CI`\nk193U-Iq JI M 11(133,1 ria3til 1833 3]W 1513 Un 35 3i Ili1 N�paa115 mlM1aol DUI896±9_�Is� I -241 J9 RJ0:6nf6 1 SECTION 00 42 43 PROPOSALFORM 1� UNIT PRICE BID Bidder's Application WNW Item Section WJ W Bid J 0241.0700 Remove Sidewalk 02 41 13 SF 11,200 2 13213.133014anch Concrele Sidewalk 321320 SF 18,920 3 0241.0300 Remove ADA Ramp 02 41 13 FA 14 4 9999.0002 ADA Ramp EA 22 5 0241.1300 Remove Concrete Curb and Gutter 50150 02 41 15 LF 9 400 6 32 16.01 02 7-inch Concrete Curb&18-inch Gutter 501501 32 16 13 LF 10,340 7 0241-0401 Remove Concrete Driveway 50150 02 41 13 SF 4,200 8 3213.0401 6-inch Concrete Driveway 50150 32 13 20 SF 6,300 9 0241.1400 Remove Concrete Valley Gutter 50150 0241 15 SY 65 10 3216.0301 9-inch Concrete Valley Guller 59150 321613 SY 65 11 3212.0302 2-inch As halt Pavement Type"D"501501 32 42 16 SY 21,000 12 3395.0111 Wafer Vale Box Adlust W Collar 50150 330514 EA 7 ` 13 3305.0108 Mise Adjust-Water Meter Box 50150 33 05 14 EA 2 J 14 33050107 Manhole Adjust Minor w[Collar 50150 330514 FA 11 15 321750'1 Curb Address Painting 50150 321725 EA 90 1 16 3297-0100 Ta soil 501501 32 9119 CY 100 J 17 3292A700 Block Sod Replacement 50150 329213 SY 2,420 t6 34Z1.0001 Traffic CDnlrol 3471 13 MO 1 19 0241.1700 10"Pavement Pulverization 0241 15 SY 21 0D0 / 20 3211.0600 Cement Modification 32 11 33 TN 137 21 9999.0000 RDadbond:F111 GA 152 1 22 3217.0305 Pavement Markings,Stop Bars 321123 LF 40 23 3217.6001 4"Solid White Thermo lastic HAS Lane Line 32 17 23 LF 4,420 24 3217.0002 4"Solid Yellow Thermo lastic HAS Cenler Line 32 17 23 LF 369 25 9999-00DD Remove 8 Replace 20'Curb Inlet Top EA 1 26 3305.0108.Miscellanous Adjustments utilities OD 0508 LS $7000.00 $7000-00 27 9999.0000 Construction Allowance 00 00 00 LS 17 $82,220.00 $8222000 SUBTOTAL-UNIT G:HANDLEY DRIVE PAVING IMPROVEMENTS CPN 1100743 y Unit 1:Water Improvements CPN 180830 Unit 2:Sanitary Sewer Improvements CPN 100830 ` Unit 3:Casa Loma Terrace Paving Improvements CPN 100739 r Unit 4:Grayson Street Paving Improvements CPN 100740 Unit 5:Elgin Street Paving Improvements CPN iD0741 Unit 8:Handley Drive Paving Improvements CPN 100743 Total-Water Department:Unit 1&Unit 2 } Total-Grant:Unit 3,Unit 4,Unit 5,&Unit 8 TOTAL BID } END OF SECTION _1 y} J 5 J t ('nl'(1i=FURY A'OR1H S'[.i\TIwRF]th\YDEI'.l IIlY.:SI'I,l'Dl['.11 t1)V IA:LLsA51i\'IS • Iwm Ae,nN 3010120 (IA3WiJ0 WJJ _ JS _ 2 Sl]g1J51_MJ513 Ad Mrynal Hnlio�l 0li�sG2],Wsn r / CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 2 To the Specifications and Contract Documents For J WATER AND SEWER IMPROVEMENTS 1 FOR LAKE SHORE STREETS 6 Unit I:Water Improvements—CPN100830 Unit II:Sewer Improvements—CPN100830 Unit III:Casa Loma Terrace—CPN100739 (S. Cravens Rd. to Baylor St.) Unit IV:Grayson Street Paving Improvements—CPN100740 (S. Cravens Rd. to Casa Loma Terr.) ? Unit V: Elgin Street Paving Improvements--CPN100741 (Dillard St. to Stalcup Rd.) Unit VI: Handley Drive Paving Improvements—CPN100743 (Lancaster Ave. to Meadowbrook Dr.) Addendum No. 2 Issued: August 1, 2018 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Campbell St. From Crenshaw Ave.to Avenue J are hereby revised by Addendum No. 2 as follows: 1 I. The Specifications are amended as follows: 1. The Invitation to Bidders section is being updated to extend the bid opening date to August 9, 2018 via this addendum Specification Section 00 1113 Invitation to Bidders, Addendum No. 2. A-1 ADDENDUM 2 Water and Sanitary Sewer Improvements for Lake Shore Streets Units 1-6 City Project Nos.100830,100739,100740,100741,&100743 1 This Addendum No.2,forms part of the Specifications&Contract oocuments for the above referenced project and modifies the original Project Manual&Contract Documents of the same. Acknowledge your receipt of Addendum No.2 by completing the requested informmion at the following locations: (1) In the space provided in Section 00 4100,Bid Form,Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope. "RECEIVED&ACKNOWLEDGE ADDENDUM NO.2N Include a signed copy of Addendum No.2 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No.2 below could cause-the subject bidder to be considered"NONRESPONSIVE",resulting in disqualification. } RECEIPTA OW ]GE} Christopher Harder,N.E. INTERIM DIRECTOR WATER DEPARTMENT B AN114 B 7; L,, Tony sholola,P. _ } 1 rt A Engineering Manager Company: } l 1 l A 2 ADDENDUM 2 W%ter and Sanitary Sewer IMM raVements rnr take Shore streets units 1-6 City Project Nos.100030,100739;100740,100741,&100743 5 E 001113-1 INVITATION TO BIDDLRS i ' Page l of 3 i ' I 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 I 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Water and Sewer Improvements for Lake Shore Streets i 6 Unit 1 —Water Improvements,Unit 2--Sewer Improvements,and Units 3,4,5,and 6— 7 Asphalt Pavement Rehabilitation, City Project Nos. 100830, 100739,1007#0, 100741,and. 8 100743 will be received by the City of Fort Worth Purchasing Office: 9 ' 10 City of Fort Worth 11 Purchasing Division 12 200 Texas St r 13 Fort Worth,Texas 76102 i 14 until 1:30 P.M. CST, Thursday,August 9,2018,and bids will be opened publicly and read aloud 15 at 2:00.PM CST in the Council Chambers. / 16 17 GENERAL DESCRIPTION OF WORK 18 The major work will consist of the(approximate)following: ' 19 20 Unit l: Water Improvements 21 0 4,440 LF—8"Water Pipe 22 0 20 EA—8"Gate Valve 23 0 3,975 LF--Temporary Asphalt Pavement Repair 24 0 1,150 SY—7"Concrete Pavement 25 ' 26 Unit 2: S_anitM Sewer Improvements } 27 0 418 LF— 10"Sanitary Sewer Pipe By Open-Cut 28 0 2,444 LF—8"Sanitary Sewer Pipe By Open-Cut 29 0 620 LF 8"Pipe Enlargement 30 0 18 EA—4' Sewer Manhole 31 0 1,150 SY—7"Concrete Pavement 32 33 Unit 3: Casa Loma Terrace(N Dead End—S Dead End)POL 34 0 5801.1 7-inch Concrete Curb& 18-inch Gutter 35 0 780 SY—2-inch Asphalt Pavement Type"D" 1 36 ■ 780 SY— 10 Pavement Pulverization 37 ' 38 Unit 4: Grayson Street(S Cravens Rd.-Casa Loma Ter.)POL 39 0 1,760 LF—7-inch Concrete Curb & 18-inch Gutter 40 0 1,790 SF--6-inch Concrete Driveway 41 0 2,200 SY—2-inch Asphalt Pavement Type"D" 42 e 2,200 SY— 10 Pavement Pulverization 43 44 Unit 5: Elgin Street(Dillard St.—Stalcup Rd.)POL 45 0 3,740 LF—7-inch Concrete Curb& 1 9-inch Gutter 1 46 0 1,600 SF---6-inch Concrete Driveway 47 0 4,800 SY—2-inch Asphalt Pavement Type"D" CITY OF FORT WORTH Nater arrfSonitary Seger Irnprovemeuis for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830. 100739, 1007-10, 100741,&100743 Revised December 22,2016 1 } 00 It 13-2 INVITATION TO BIDDERS 1 Page 2 of 3 [ a 4,800 SY— 10 Pavement Pulverization � 2 3 Unit 6: Handley Drive (Pvmnt. Charge--E Lancaster Ave.) POL 4 a 18.920 SF—4-inch Concrete Sidewalk 5 • 10,340 LF—7-inch Concrete Curb& 18-inch Gutter } 6 a 6,300 SF—6-inch Concrete Driveway r 7 a 21,000 SY—2-inch Asphalt Pavement Type"D" ' 8 a 21,000 SY— 10 Pavement Pulverization 9 z 10 PREQUALIFICATION 1 I I The improvements included in this project must be performed by a contractor who is pre- 12 qualified by the City at the time of bid opening. The procedures for qualification and pre- 13 qualification are outlined in the Section 00 21 13 INSTRUCTIONS TO BIDDERS. 14 15 DOCUMENT EXAMINATION AND PROCUREMENTS 16 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 17 of Fort Worth's Purchasing Division website at htt ://www.fortwoillitexas. ov/ UrChasin /and 18 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The I9 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or j 20 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 21 Parties Form 1295 and the form must be submitted to the Prosect Manager before the 22 contract will be presented to the City Council. The form can be obtained at 23 https:/Iwivii?.ethies.state.ty.us/tee/1295-Info.htm . 24 25 Copies of the Bidding and Contract Documents may be purchased from: MV Engineering, Inc., ! 26 which is located as follows: 100 East I5th Street, Suite I I5,Fort Worth,TX 76IO2. 27 28 The cost of Bidding and Contract Documents is: } 29 Set of Bidding and Contract Documents with full size drawings: $90 } 30 Set of Bidding and Contract Documents with half size drawings: $50 31 ) i CITY OF FORT WORTH Maier and Saulrag Surer Improvements far Late Shore Sip-eels UWIN 1-6 STANDARD CONSTRUCTION SPECIFICA'PION DOCUMENTS City Projea Nos.110830,100739, 100740.1007-11,&100713 Revised December 22,2016 1 1 / 00 11 13-3 INVITATION TO BIDDERS ' Page 3 of 3 1 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; July 23, 2018 5 TIME: 9 AM 6 PLACE: YPater Department 1 7 311 W. 10r1i Stred i 8 Fort /ford/, Texas 76102 9 LOCATION: Front Conference Room 10 11 12 CITY'S RIGHT TO ACCEPT OR REJECT BIDS ' 13 City reserves the right to waive irregularities and to accept or reject bids. 14 15 INQUIRIES 16 All inquiries relative to this procurement should be addressed to the following: 17 Attn: Lawrence Hamilton,P.E.,City of Fort Worth 18 Email: Lawretice.HaiiiiltoD@foi-twoi-tlitexas.gov 19 Phone: 817-392-2626 ff� 20 AND/OR I 21 Attn: Kristian Sugrim,P.E., City of Fort Worth 22 Email: Kristian.Sug grim@forLwortlitexas.gov 23 Phone: 817-392-8902 1 24 AND/OR 25 Attn: Fabian Ilerrera,P.E.,MV Engineering, tne. 26 Email: fherr•era rnv-en ineerin .inc 27 Phone: 817-529-1916 28 29 ADVERTISEMENT DATES +I 30 July S, 2018 31 Jany 12, 2018 32 j 33 END OF SECTION 7 CITY OF FORT WORTH Water orad Saadmay Sewer Improvements for Lake Shore Streels Units I-6 STANDARD CONSTRUCTION SPECIF1CATtON DOCUMENTS CRyProjectATm,1008311,!00739, 11107-10, 1007-!1,X 1007.13 Revised December 22,2016 J f CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 3 ' To the Specifications and Contract Documents For WATER AND SEWER IMPROVEMENTS 1 ' FOR LADE SHORE STREETS Unit I:Water Improvements—CPN100830 Unit II:Sewer Improvements—CPN100830 Unit III:Casa Loma Terrace—CPN100739 (S. Cravens Rd. to Baylor St.) _ Unit IV:Grayson Street Paving Improvements—CPN100740 (S. Cravens Rd.to Casa Loma Terr.) y Unit V: Elgin Street Paving Improvements—CPN100741 (Dillard St. to Stalcup Rd.) Unit VI: Handley Drive Paving Improvements—CPN100743 (Lancaster Ave.to MeadowdrookDr.) i Addendum No. 3 Issued: August 7, 2018 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to } disqualification. The specifications and contract documents for Campbell St. From Crenshaw Ave.to Avenue J are hereby ) revised by Addendum No.3 as follows: I. The Construction Plans have been revised and the modified sheets are attached to this addendum. II. The Specifications are amended as follows: } 1. The proposal section is being deleted in its entirety and replaced via this addendum. } , J A`1 ADDENDUM 3 Water and sanitary Sewer Improvements for Lake Shore Streets Units 1-6 City Project Nos.100830,100739,100140,100741,&100743 1 I 1 1 } This Addendum No. 3,forms part of the Specifications&Contract Documents for the above referenced 1 project and modifies the original Project Manual&Contract Documents of the same. i Acknowledge your receipt of Addendum No.3 by completing the requested information at the following locations: (1) In the space provided in Section DO 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your-sealed bid envelope: "RECE'I'VED&ACKNOWLEDGE ADDENDUM NO.30 } Include a signed copy of Addendum No.3 in the sealed bid envelope at the time of bid submittal. 3 Failure to acknowledge receipt of Addendum No.3 below could cause the subject bidder to be considered"NONRESPONSIVE",resulting in disqualification. } RECEIPT C NOWLEDGED Christopher Harder,P.E. INTERIM DIRECTOR WATER DEPARTMENT B By: � c3 } Tony Sholola, P.E_ ,} Engineering Manager } corn any: GL A-2 ADDENDUM 3 Water and Sanitary Sewer Improvements for Lake Shore Streets Units 1.6 City Project✓alas.100030,1x0739,100740,104741,&100743 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 � BID FORM TO: The Purchasing Manager } c/o:The Purchasing Division 200 Texas Street City of Fort Worth,Texas 76102 FOR: Water and Sanitary Sewer Improvements for Lakeshore Streets Casa Loma Terrace-from S.Cravens Rd.to Baylor St. Grayson Street-from S.Cravens Rd.to Casa Loma Terrace Elgin Street-from Dillard Sl.to Stalcup Rd. Handley Drive-from Lancaster Ave.to Meadowbrook Dr. City Project No.: 100830, 100739, 100740, 100741,&100743 Units/Sections: Unit 1:Water Improvements(CPN 100830) Unit 2:Sanitary Sewer Improvements(CPN 100830) Unit 3:Casa Loma Terrace Paving Improvements(CPN 100739) Unit 4:Grayson Street Paving Improvements(CPN 100740) Unit 5: Elgin Street Paving Improvements(CPN 100741) } Unit 6:Handley Drive Paving Improvements(CPN 100743) 1. Enter Into Agreement 1 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification ? 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. ) 4 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving, receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. ti b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the ' bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to-establish Bid prices at artificial,non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 0000 43 1300 42 4300 43 37_00 45 12—OD W 13—Bid Proposal Workbook 2018-06-27 toerzx SAMAiS 3b0HS 3AVl'dOd SlN3W3AOZJdWl2BM3S'8 b31VM V � C WZ d1 W W ,x ao D LLJ <� WW z w w a o ~F N (A> ill z 0 0 r p z N 6«= 0 V' W o r z z o z z ¢ :W�i* �b'a:r ® �� UO'IF HLL J W z w a 5 o z w > €'€ '.,� OQ. C — o2S .a wg w w �¢ w w Z w w 0 is I Q W g€ Z— a z z W g% ?)d �� wo w > U a w a m w a �� im' w uj rW cn U rn x N ¢ > a .'.... `fir Z LU w w w ❑ z w w a w ti�*'«`i'eP�_ zW ¢ a ¢ uwa. ¢ w m yLL's I � •.W Z Ca mw m 3 w 3 a Qw o:U d a d d d h d d d d cw !L y Q a F oz o O O O O O O O O o o a z O p W a° a ° a LL WWW ® O?) Aa Z IL ry " _ W V �Z 3 W Z LLIo W Jz r m N K Q r U W 2 N d O O w z_ _ ~ z Z jn w ❑ j J w ❑ �¢ ¢ ❑ ❑ a O O W w U 4 a, J Z 2 > Z N w x K Z Z = ❑ W W W W a O W W j O y O O h a y N a 0 H O F O O 2 a a ¢ w 2'U Z °a of Z Z w W W r N t� N N m a0 Z Z Z U 2 W r O Z ❑' - jl� m O_ w a cal c¢7 m 3 3 W III U C 3 o . • OO C aaala 0 w l w j I I I i C0 Z a �m� r r w wo w »»7 � � W «� www 00000� m y-y z r oo� ow��>w$ (A L S vJ O v�ran- iz?�zzzz2o w w ¢aF gaoa.II 2I a< j W 0 w "! � off.° oiwz v� _ v v Ngo o �nv�+o NN /� ui O W a W W W F la-� F+�la-m+rrpNNNU,J `1� W r W r in NN mn XrW—1 V ? a r F w W KK❑❑ �/ c 00� 000C0'o o OK cJ ¢ aCWaarrn 0000'�000 "i WLL o < W oOz o y3 \ <,yy n�5oNZzwJzwJ W mQ�rho�uN¢-iLLoJaa 003y20 Mia- ❑Z> Faa Z a LL X<<9 O ooNov�ooNmrmv Nrma�mr�mrmoNr cyWwar q �cov W - n �Z❑Z �wwwww J w wz ❑K O W w a> } fp c f O lL Il¢j 4.IL IL IL!L J_IL O O J J J J Z Z <z lu CL> r> oozz00000$�oa z¢�Wr� m w ¢¢a¢¢¢ � u"i ¢¢¢a ❑ a r Jaagwaarcaarcaaaz Q �TyoJN❑ z mrrr�� �yjaaayaaaaaaaapgwwww J z> ow m rq mrnwW N ❑❑-a❑❑❑❑❑❑❑❑za❑❑❑❑ d J mmazo3 mJ a. °00000 }- zzmw zz zza zzzz wwr�+a>❑ >❑ ❑gr0000N�`����aF ¢¢L❑zza¢zzzzz r rra2 qaz m- N zw0000 Q °00 �z ¢ ww+00000_QQQaa o J LJ� � zz JQzzzzzzzzg O LNL ❑zZFFo2jjox zz000rno��rrrr " - - 55 r55555355az>j>j LLL z z z w w z z ❑-F¢¢a a a W o o o o❑° 3 r r a a afz a a a a a a a a- o a=a a W 00 W W_eZ{ZQQ W W rnNNNNtrn❑ZZ 22 > W Ilo 21M M.i�:-��:-N❑rrrr W c7rrz 55wwgg Z oom�m,m�oo����Rzmmv�m wUUfnq as W rr z00000g ❑ »,�N�w" aavaazzzzz Z o�zooao080oo 3355 533n ru o J .oJm0000 5 000voz 3�z gg�- < zU000 Ori rc0000�� 'aaaaaa o 0❑R❑ 1 4 � �w W,www warn.www r[r[a W nNrrF¢��rr rr- "aRR a aQK ZW ZW W2W W�WWW WWWWWWWWW WW W X0000 ZZZZOO ` OOamU V��Ummyrn w W Q r11 r11 �L WW W W W W W W W W W W W 1311 W W 2❑000000000U y}W W W W W W W ZZZZ ❑❑ r9 r�pl Nrq¢fnmm W Nf�rA fn Nr�f�N(q W wzQ rrUUUUzz ggzzzzJJ3°vv°Oz ¢-z Kagww V UUUOO w ¢W aaa'aa� as Kaaa'aa fL fL as ar as aart rtaarc rc rta aaaaaa¢¢¢¢d¢¢¢¢ >www��LLLLLLLLmw •I wwuaSw W,Wwwwwww w 'i3w arrrrrrrrrrrrrr wzz00 qa qa ga�00 rrr�rrrrrrrrr > >_w> z Zzz2N zzzzzzzzzzz-zz ® OSww¢� mrc t-i aaaaaaaaaaaaaaz a❑¢ N a¢¢aaIaa¢aaz¢¢aaazaa 7 Omc7oaarrrrww 33333;3333VV333 a ❑wa vv nNw� 91.www° <wmv nmv Zm am��m NNNN N Nmm N<N Z m CC �N M V mml�m .N- .- �� N�MtN+im MMth�Mtm+�PY<OCC V d' Nd oe+ii9 eiOZie ie iU4rv:i J3�-x30ttl+S lSSt5133H5".N�O�a�oy5a���55-M_�99-P;-f�51J3f`OHd\0 �osrz x S133biS 3210HS DWI a0d S1N3VUAObdWI b3M3S V aJKVM ww 0 mg W LU c 8 �W V ] o s � � � a� u» a O O r- O �,w C ft CA U ,W.. ° �o =� I�aaU z�0L"U o o Q Lao w3> Lu , Z uj LLp an 3 Q 0� I = �HnN r w �_ LIP a i alcaa �� U LE j~ 3 < j o0 i y N o J L ------------------------------ >mWe�N �Cy 00W�2W0•. 222WCN. W (IN3W3Atld 31�?JONOO) 1 3A180>IOOUgMO(Id3W I'I --------------------- _ I - � - - --- --- - --�z.. �qE4 1 i Ufi!F O I II I — ry¢C ZL, ,Zt ,.Z4 WZ 2 I F4F Nm W O $d Jb I � III 1 yOF 0� WQ i4) I {2 � 0 Iia Y iiW sa = i i l II i - 1.3" W� � p Wz I z .... WF iw 3 -`i VIII 2W + Lu in0 ZO NZ oih v � h �mC Y N> d i l xW q� oW� I iti o I �J ov _ o om rv! c 1i9 eloz/[/8 uEp 191Nd-±Ya!S155\5133HS\uJt)\a�oy5ayo�55-M1±59-9i-£\Sl]3^OLd\0 �osvz x S133b1S 3bOHS DWI HOJ S1N3W3AObdW12DM3S 2 d31VM 10 ry wob _ �w C:) r f—W c _� 00 ,,.v z ~� W t ° o tSS NIS <Q o s o _ O Q LLJ r-- LLI WtY� w> F J r¢- z w 3 0 O LU H Q LL goy „per ¢ Eg FSI LLQ Qa Q 0 030 3 = _ p o� �� a tz 44414 �< Rg ',ate O 1E1 it-� < 3� 3 gg g LI ¢ ��� g �g§�„ � Illi�gn a.i, 1•�� �d� �,.� a� in � • 1 �n7.R 2 A e e w k e 1$ k .7 In s '2 s 3 a N \ dw O I O N oaM °.� �• ori ..,Ili sM -Il �< ja IN —Cr pyp#�os 161- a M o I w U O d LE 99ggpp - $ II- .g fr IDI U N In E 1`n I1it o Q N IH k �a ¢ "M �dI — Y� .Ili r 5 �a41 °o o ,.....', .I�¢s' ens 11.111111 °6� � I I=1 €I i- P 4 - �rs T. 4 5 � I- '°. .�• � ���e � :�e� a.l� � P � ..ao °° II � N p�'-k,. � 5 p ILLI •.alz, � � `�' .7 ° IG b 'i III apa .a sh ^° �a Ig it M rvd bt II y BIOZ/t/8 u6p1010-3�OdxSISS\5133HS\NSO\auoySatlo3 SS-M11 9S-SI-£�S1J3f OYd\0 ,08vz-x 3HOHS 3AVl'dOd SiN3Vl3AO2JdWl d3M3S W d3i M U) LZ ww F- •L ^ �� III On F- Ci) �s =� 00 O �� Oil u d p O< wIz( Q 3:< ' Z)(7 � W° �o6 Ly �z ¢ 1 P o t�U a LL LLl� CLQ N= LL ' w Lzn rL2.j z — rm z� 1—o zlLEJE v Z) _ 3 D �4 w a o w3 HY V r IIII' a�o 3 W? �Q w r 111111 III II m=11111 11=1I� III 111 V, z i- - - z � 0 �°€ 3 �z � >o Q'a C Z z W F 3 o w I N lwA - NIW Zd �a I ffi >L ; III oW x r e $ o s ME ® z �o Q im asp "� w in e 7-a Sue y ffif 1 1:g ear s III ffi§•_ Cffa L_-.. �a baa�� �� III II wd�ci i9 fli02i!/8 u6pf01�-3Atld•SISS\5133 HS\N00\a�oySav,op SS-Md3 99-8i-£\5103f'ONd\=0 �osva x 3dOHS DIVl 2103 SiN3YV3AObdWl d3M3S'8 213iVM C/) o z bb LU LU r cow>w F r =Z � � '� A Fil W O-m =o c. cfl ' �- O< iao p'-- z� w w > =z a W O� Q L` Cd LLF ¢a w w O o� i� _ U E - a a aja g r I R � 3 e i a 0 8 au R G 37 fie$ g� p € •€ T � LINO IN I � � H _ T CC He i P n H a I H° wain y i in T T yn Z H. W F T . mua 0 o h O — x ' T N 4 5 T ea a o <ia a y @ g H° 1 T ua3''it. pv€ S 1 � � L IF- L 1 H° 9 T T c T a 5 a g z i d Rf Ocieie ?'b010-3�tld.5'SS\S13 HS\400\aloySayol SS-M,,99-5:-£\5103.Otld\0 1 J 00 41 00 BID FORM Page 2 of 3 3. Prequalification 1 The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution,Urban and Renewal, 12-Inch Diameter and Smaller b. Sewer Collection System, Urban/Renewal, 12-inches and Smaller c. Pulverization and HMAC Overlay(POL)of Roadway d. Liner System for Sanitary Sewer Structures(Warren) 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 Milestones}within the times specified in the Agreement. 5. Attached to this Bid i The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form,Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) 5 f. Prequalification Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 1 *If necessary,CIQ or CIS forms are to be provided directly to City Secretary h.Any additional documents that may be required by Section 12 of the Instructions to Bidders 1 } , CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 1300 42 43_00 43 37 90 45 1200 35 13 Bid Proposal Workbook-2018-06-27 , 1 1 1 00 41 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below,please enter the total bid amount for this project. Only this figure will be read publicly by j the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid $0.00 7. Bid Submittal f This Bid is submitted on Monih P;iy, Yea- by the entity named below. J Respectfully sWna ) F Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: Addendum No.2: Addendum No.3: PiInlali Name IJgrg Addendum No.4: (Printed Name) o Title: Trlka Here pro Company: jirlpWky Nonle 1-fere fj40Y Jh Corporate Seal: � J Address: Addrg65 I-lore � r,0k. fr �. AddrnvhMare or.Saarw. �� �'�� �� 6p� 3 r"ly, SIM,10 Codd Here State of Incorporation: Mille Hatt: —Fzms Emait_,i'our.Enisor si.Here 4u6&0'A 1 Phone: 1' I Npr�7F1 HEflt - �7 ! END OF SECTION 1 1 1 CITY OF FORT WORTH .i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 4100 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 2018-05-27 9 SECTION 00 42 43 PROPOSALFORM 1 UNIT PRICE BID Bidder's Application 1 3311.0241 8"Water Pie 33 11 3333 11 12 LF 4440 2 3311.Oi518"Water Pie 331110 33 11 12 LF 55 3 3312.01 117 Connection to Existing 4"-12."Water Main 33 12 25 EA 14 4 3312.0001 Fire Hydrant_ 33 12 40 EA 3 5 3311.0001 Ductile Iron Water.Fittings wf Restraint 33 11 11 TONS 2.0 6 3312,2003 1"Water Service 33 12 10 EA 44 7 3312.2203 2"Water Service 33 12 10 EA 3 8 3312.2001T'WaterService.MelerReconnection 331210 Eq 44 9 3312.2201 2"Water Service Meter Reconnection 331210 EA 3 ` 10 3312.30026"Gate Valve 33 12 20 EA 3 11 3312.3003 6"Gate Valve 331220 FA 20 12 0241.1302 Remove 6"Water Valve 024114 EA 9 13 0241.1510 Salvage FireN dram 02 41 14 EA 3 - 14 0241.1511 Sarva a 314"Water Meter 0241 14 EA 16 15 0241.1512 Salvage 1"Water Meter 02 41 f4 EA 28 -� i6 0241.1514 Salvage 2"Meter 0241 14 EA 3 17 31.10.0102 6"12"Tree Removal 31 1000 LA 3 18 31.10.0103 12"18"Tree Removal 31 1000 EA 4 1 19 3110.0104 18"-24"Tree Removal 311000 EA 1 3 20 3110.0105 24"and Lamer Tree Removal 31 10 00 EA 1 21 3125 001 Storm Water Pollution Prevention 1 AC SW3P Install 31 2500 LS 1 22 32DU201 Asphalt Pvmt Repair Beyond Defined Width Residential 32 Di 17 SY 300 23 3201.040D Temporary Asphalt Paving Repair 2-inch RMAC on 6-inch CTB 3201 17 LF 3,975 24 3211.0400 Hydrated Lime 32 11 29 TN 36.5 ! 25 3211.0502 8"Lime Treatment 32 11 29 SY 2,270 26 3213.0102 7"Conc Pvml 32 13 13 SY 1,150 27 3213.0301 4-in6 Concrete Sidewalk 32 1320 SF 85 28 3213.o4016"Concrete Driveway 321320 SF 440 29 3216.0101 6"Conc Curb and Gutter 321613 LF 500 } 30 32160301 7"Cone Valle Gutter Residential 321613 SY 11.0 31 3217-0002 4"SLD Pvmt Markin HAS 32 1723 LF 700 32 3217.0603 4"BRK Pvmt Markin NAS 32 17 23 LF 266 } 33 3217.6201 8"SLD Pvml Mackin HAS 32 fir 23 LF 165 34 3217.0591 24"SLD-Pvmt Madkin HAE 32 17 23 LF 40 35 3217.1002 Lane Legend Arrow 321723 FA 1 36 3217.9004 Lane Legend Only 32 17 23 EA 1 37 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 10 38 3217.2103 REFL Raised Marker TY II-A-A 32 1723 EA 10 j 39 3217.2104 REFL Raised Marker TY 11-C-R 32 1723 EA a 40 3231.5213 Wire Mesh FenceMetal Posts 32 31 25 LF 100-0 41 3291.0100 Topsoil 3291 19 CY 10 42 3292.0101 utility Service Surface Restoration Sodding32 92 13 SY 100 43 3292.0200 Seeding,Broadcast 32 92 13 SY 350 44 3304.0101 TampofaDL Water Services 330430 LS 1 45 3305.0003 8"Water Line Lovvering 1 33 05 12 FA 9.0 46 3471-0001 Traffic Control(Design and Provide 347113 1MO 6 47 0171.0901 Conslrpclion SlaWing 01 71 23 LS 1 48 0171.0102 As-Built Survey GPS Redline Survey) 0171 23 LS 1 49 9999.0100 Construction Allnwaeee 01100 00 LS 1 $80,000.01) SUBTOTAL-UNIT 1:WATER IMPROVEMLNTS CPN 100830 1 l t �m-�roar nrxtnl 5 e.iTu,xeu t'wixkx�trn sRe�'n�caiirn'n�Y'4•t�r.uF} rm"ae..ka enl:Ul'V ('I'N]p�RlO W ll N W A?13 00 42 J3.u(f n iT W?3 I]P13513 ILA Ifi.,ml u.I,Iw.l-.Whngm vo.�asp as rx ra nmrxrrr sit. �z ora I SECTION 00 42 43 PROPOSALFORM 1 UNIT PRICE BID Bidder's Application f:3ttt'tl?f iL'xcTyI 1 • 1 3331.A20110"Sewer Pie 1 LF 41B 2 3331.4202 10"Sewer Pie CSS Back$li 3331 20 LF 30 3 3331.41158"Sewer Pie 33 31 50 LF 2 944 4 3331.4116-.8"Sewer Pipe,CSS Backfill 33 31 20 LF 80 5 3331 A 102 6"to 8"Pi a Enlar amen[ 33 31 23 LF 620 5 0241.2103 8"Sewer AfrandOnment Plug 0241 14 EA 4 7 0241.2001 Sanitary Line Grouting 02 41 14 CY 5 } 8 0241.2102 B"Sewer Abandonment Plug 3 41 14 EA 1 9 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 10 Y 10 13110.01026"-12"Tree Removal 024114 EA 3 11 3110.0103 12"-18"Tree Removal 31 1000 EA 4 12 3125.0101 Storm Water Pollution Prevention 11 AC SW3P Install 31 1000 LS 1 13 3201 0400 Temporary Asphalt Paving Repair 2-inch HMAC on 6-inch CTB 312600 LF 1,614 ._._J 14 3213.01027"Cone Pvml 321313 SY 1150 15 3231.0213 Wire Mesh Fence Moat Posts 3201 18 LF 100 15 32919100 Topsail 3291 19 CY 50 17 3292.0101 Ulilit Service Surface Restoration Soddfn 32 92 13 SY 150 18 3292.0200 Seeding,Broadcast 32 92 13 SY 400 19 3301.0001 Pre-CCN Ins ection 3231 13 LF 620 20 3301.0002 past-CCN Inspection 3301 31 LF 3,570 21 3301.0101 Maphole Vacuum Testing 33 01131 FA 21 22 3305.0103 Ex lorato Excavation of Existing Utilities 3301 30 EA 4 23 3305.0109 Trench Safely, 33 05 30 LF 3,007 \ 24 3305.0112 Concrete Collar 33 05 10 EA 17 25 3305,0202 Im oBed EmbedmenVUackfill CSS 330510 CY 35.0 26 3331._0103 8"Sewer Pie Point Re air 333423 LF 100 27 3331.1201 Service Reinstatement,Pipe Enla amen[ Incl.4-inch 2-wa Srvc Cleanout 33 31 23 EA 9 28 3331.31014"Sewer Service 33 05 17 EA 35 29 33390001Epoxy Manhole Liner 333123 VF 120 l 30 3339.1001 4'Sewer Manhole 333960 FA 18 r 31 3339.1002 4'Drop Manhole 333960 EA 1 32 3339.1203 6'Extra Depth Manhole 33 39 10 33 39 20 VF 15 33 =3471.0001 Traffic Control (Desi-n and Provide 33 39 20 MO 6 34 0171.0101 Construction Staking 01 71 23 LS 1 35 0171.0102 As Builf Survey GPS Redline Survey) 01 71 23 LS 1 p 36 9999.0002 ADA Ram Remove and Replace0241 13 EA 1 37 9999.0700 Construction Allowance 00 00 00 LS 1 $50,000.00 $50 000.00 SUBTOTAL-UNIT 2:SANITARY SEWER IMPROVEMENTS CPN 100830 y 7 ) } s i i i I'lrl'q'lYlk'I'llVltllr 51'.L\U.Ikll�'O\511iLTUM.SItic IIII'.l nu\IwCtau�7S I'nm N«ie J 2a1vo12o CY:100810-00 Al M fA SA 13 M!I AS_fN1133]00 A512.003513 rsia R,ynat uSa�,TuA 1,4kM,m tia Sxlx � oduu nm rnnrr s.yl. J J SECTION 00 42 43 PROPOSALFORM r UNIT PRICE BID Bidder's Application mr llieirfi7iltrii� L1CtF .F,•I i I -W Con a 9 241.1300 Remove Concrele Curb and Gutter 924115 LF 5 5 2 3216.0102 7-inch Concrete Curb&18-inch Guffec 32 16 13 LF 5$9 3 3212.0302 2-inch Asphalt Pavement T e"D" 321216 SY 780 4 mm 3305,0111 Water Valve Box Adjust w!Collar 33 0514 EA 1 i 5 3305.0107 Manhole Adjust,Minorca!Collar 33 05 14 EA 1 6 3291,0100 Topsoil 32 91 19 CY 25 5 7 3292.0100 Block Sad Re lacemeni 32 92 13 SY 110 + 8 0241.1700 10"Pavement Pulverizaliort 02 41 15 SY 780 9 3211.0600 Cement Modification 32 11 33 TN 14 10 4999.0000-0 ond Eni CA 16 11 3305LOJOB Miscellanous Ad'uslments utilities OD 05 OS LS 1 $7 000X0 $7.000.00 12 9999.00110 Construction Allowance 00 00 00 LS 1 $4,000.00 $4,000.00 SUBTOTAL-UNIT 3:CASA LOMA TERRACE PAVING IMPROVEMENTS CPN 100799 f } 1 l� j 1 1 1 1 l y y rm'nr B< rI'M"I ' S1'.1kU.11tai'0.1]leLl'F111ti SPF.t IIFC:l1IlI\IxK'i\Ilii-iS I'nmN.iw.l?indlFl?o [vn loaalo roal In na J313 mJ_ _ f}?l�n a}I'_4�?51?IliJ lSgxxd 15,r1:baA:,lddrndwn\a l.J� I 1 90,E i) n»raoera.u. laea,ds SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidders Application •I:j'i:':`.�a[CaiiiYFfTa7�l71i]ri - •.@C��31��L•�1� t M1 1 e P 1? 110241�0110ORwomw Sidewalk, OZ 41 ig S 2 3213.0301 4-inch Concrete Sidewalk 32 13 20 S 3 0241.0300 Remove ADA Ram 024113 4 9999.0002.AOA Ram 5 0241.1300 Remove Connate Curb and Gutter 02 41 15 6 3216.0102 7-inch Concrete Curb&18-inch Gutter 32 16 13 7 0241.0401 Remove Concrote Driveway02 41 13 8 3213.04016-inchConcmte➢rivewa 321320 ;.EWA 9 3212-0302 2-inch As hah Pavement Type"a' 32 1216 SY 2 200 1 10 3305A 111 Water Valve Box Ad'usl wl CoJlar 330514 EA 2 11 3305.0108 Misc Adfust-Water Meier Box 33 05 14 FA 2 12. 3305.0107 Manhole Adjust,Minor Collar 33 05 14 EA 2 13 3217.5001 Curb Address Painting 321725 EA 19 14 3291.0100 Topsoil 32 91 19 CY 25 15 3292,11100 Block Sod-Replacement 32 92 13 SY 559 16 0241.1700 10 Pavement Pulverization 0241 15 SY 2,200 1 17 3211.0600 Cement Modification 32 11 33 TN 14 18 9999.0000-ROadbond Enl GA 16 } 19 3305.0100 MisceJlanous mustments utilities 00 05 08 1 LS 1 01,1526H221 7 000.00 $7,000.00 211 9999.0000 Construction Allowance 000000 LS 1 $11 000.00 $11,000AO SUBTOTAL-UNIT 4:GRAYSON STREET PAVING IMPROVEMENTS CPN 900740 1 i , r i r r k u33a1(IMP:a•1xuu.tnuvlxxY?`n:�ix I'rumanlizc62012Un0 l].�190tl 30 W,1 _ 313 OU,_ _. ,331 1311j6I1N 11'akMJ:IJJeMum\o.3.aJti 51 I NV of6 SECTION 06 42 48 PROPOSAL FORM r UNIT PRICE BID Bidder's Application Mrr 1 0241.0100 Remove Sidewalk 02 41 13r 250 2 3213.0301 4-inch Concrete Sidewalk 321320 SF 290 3 10241.0300 Remove ADA Romp 02 41 13 EA 12 4 9999.00D2.AOA Ram EA 12 5 10241.1300 Remove Concrete Curio and Gutter 024115 LF 3,250 6 32f6.0102 7-inch Concrete Curb&18-inch Gutter 32 1613 LF 3,740 7 0241.0401 Remove Concrete Dr!VeWay 02 41 13 SF 900 8 3213 0401 8-inch Concrete Driveway 32 13 20 SF 1.600 9 3212.0302 2-inch Asphalt Pavement Type"D" 32 12 16 SY 4,80O 10 3305.0111 Water Valve Box Ad'ust w!Collar 330514 EA 2 11 3305 0108 Misc Ad'ust-Water Meter Sox 330514 EA 7 12 3305.0107 Manhole Adjust,Minor wl Collar 330514 EA 7 13 3217.5001 Curb Address Painting 32 1725 EA 8 _f 14 3291.0100 Topsoil 3291 19 Cy 10 15 3292.0100 Black Sod RePlacement 32 92 13 SY 1,608 16 10241.170010"Pavement Pulve6zatton 02 41 15 SY 4.800 173211.0600 Cemani Modifica0on 32 11 33 TN 32 16 9999.0000Rcadbond Ent GA 35 14 19999.0000 Remove 8 Replace 20'Curb Inlet Top I LS 15 20 3305.0198 Miscellanous Ad'u —nl5 utilities 000508 LS 1 $7000.00 $7000.00 21 9999.0000 Construction Allowance 000000 LS 1 $30,410.00 $30,410,0 SUBTOTAL-UNIT 5:ELGIN STREET PAVING IMPROVEMENTS CPN 100741 1 1 5 h l 1 1 , , i�PttiKKl,tttrnr srnvz,eurrcx�srrtix�nam sPucu,c_alxn�lxxr.�m�-rs Come R.lind 201IUI-0 (P\IIMIel(I.�[lal 181 OD Al l3 DO i2 it UI i,l]0015 1 sIU IS ri➢i�r4�pos9 SlaAhaol.,Wdualun\b.S Elsa 1 nmrkcx'o'su. Pagcbofb 1 SECTION 00 42 43 l PROPOSALFORM / UNIT PRICE BID Biddees Application Y� 1 41 A 100 FAvwva 6Id6vAlk 1T 70 2 3213.03014-inch Concrete Sidewalk 321320 SF 18,920 ' 3 0241.030D Remove ADA Ramp 0241 13 EA 14 4 9999.0002 ADA Ramp EA 22 5 0241-1300 Remove Concrete Curb and Gulter 0241 15 LF 9,40D 6 3216.0102 7-inch Concrete Curb&18-inch Gutter 32 16 13 LF 10,340 7 0241.0401 Remove Concrete Driveway 0241 13 SF 4,200 8 3213.0401 6-inch Concrete Driveway 321320 Sr 6,300 9 10241.1400.Remove Concrete Valley Gulter 024115 SY 65 1 10 3216.0301 7-inch Concrete Valley Gulter 32 1013 1 SY 65 / 11 3212.0302 2.4nch Asphalt Pavement Type M' 32 12 16 SY 21,000 f2 3305.0111 Water Valve Sax Ad'usl wl Collar 33 05 14 EA 7 1 13 3305.0108 Misc Adjust-Water Meier Box 33 05 14 EA 2 14 3305-0107 Manhole Adjust,Minor wl Collar 330514 FA 11 15 3217.5001 Curb Address Painting 32 1725 EA 90 16 3291.0100 Topsoil 32 91 19 CY 100 17 3292.0100 Block Sod Replacement 32 92 13 SY 2,420 10 D241.t700 10"Pavement Pulverization 0241 15 SY 21,000 19 3211.0600 Cement Modification 32 11 33 TN f37 20 9999.0000 Roedbond Ent GA 152 21 321I70305 Pavement:Markings.S1c Bars 32 1723 LF 40 22 3217.0001 4"Solid White Thermo lasfic HAS Lane Line 32 17 23 LF 4,420 23 3217.0002 4"Solid Yellow Thermo lasfic HAS Cerner Line 32 17 23 LF 360 24 9999.0000 Remove&Replace 20'Curti Inlet Top EA 1 ! 25 3305.D108 Miscellanous Adjustments udlities 000508 LS 1 $7000-00 $7000.00 ` 26 9999.0000 Consbuciton Allowance 00 00 00 LS 1 $92,220.00 $82.220,00 I SUBTOTAL-UNIT 6:HANDLEY DRIVE PAVING IMPROVEMENTS GPN 100743 $89,220.OD r Unit 1:Water Improvements CPN 100830 Unit 2:Sanitary Sewer Improvements CPN 700830 Unit 3:Casa Loma Terrace Pavinn Improvements JCPN 100739 Unit 4:Grayson Street Paving Improvements CPN 100740 Unit 5:.EI in Street Paving Improvements CPN 100741 Unit 6:Handley Drive Paving Improvements CPN 100743 $89,220.0 Total-Water Department:Unit 1&Unit 2 Total-Grant:Unita Unit 4,Unit 5,&Unit.6 $89220-00 TOTAL BID EMO OF SECTION }4 f 1 1 } 1 f 1 1 \`S kl('llrry yyL('LLIC�IiIL\IkICl IIr.V IS PTS Rnir.M 201201E0 CI'\1 WA30-W it W W Al F3 00 n Il IKt J.i.i1 MI x512 W SS l�llitl H.gosil%wibml M1dhnd,m n».1 J•� f CITY OF FORT WORTHY TV- AS h A TFR M-PARTMFM A®DEMDUM NO. 4 To the Specifications and Contract Documents For DATER AND SEWER IMPROVEMENTS FOR LAKE SHORE STREETS Unit I:Water Improvements—CPNIO0830 Unit II:Sewer Improvements—CPN100830 Unit III:Casa Loma Terrace—CPN100739 (S. Cravens Rd. to Baylor St.) } Unit IV:Grayson Street Paving Improvements—CPN100740 (S. Cravens Rd to Casa Loma Terr.) Unit V:Elgin Street Paving Improvements—CPN100741 } (Dillard St, to Stalcup Rd.) Unit VI: Handley Drive Paving Improvements—CPN100743 S (Lancaster Ave. to Meadowbrook Dr.) , Addendum Na 4 Issued: August 8, 2018 Original Bid Date; July 26, 2018 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope In your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Campbell St. From Crenshaw Ave.to Avenue J are hereby revised by Addendum No.4 as follows: I 1. Bid Opening has date has been changed to August 15,2018. 11. The Specifications are amended as follows: 1. The proposal section is being deleted in its entirety and replaced via this addendum. An ti item for Unclassified Excavation has been added to Unit 1: Water for the removal of concrete pavement on Handley Dr. 1 A_1 ADDENDUM 4 Water and Sanitary Sewer Improvements for Lake Shore Streets Units 1-6 City Project Nos,100830,100739,100740,100741,&100743 1 J This Addendum No.4,forms part of the Specifications&Contract Documents for the above referenced project and modifies the original Project Manual&Contract Documents of the same. —` Acknowledge your receipt of Addendum No,4 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100,Bid Form,Page 3 of 3 ? (2) Indicate in uppercase letters on the outside of your sealed bid envelope: "RECEIVED&ACKNOWLEDGE ADDENDUM No.fit" Include a signed copy of Addendum No.3 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No,3 below could cause the subject bidder to be % considered"NONRESPONSIVE",resulting in disqualification. i RECEIPT ACKNOWLEDGED Christopher Harder, P.F. INTERIM DIRECTOR WATER DEPARTMENT f t Tony Sholola, P.E. ' Engineering Manager Com aanny: 1 ti ) S 3 1 A-2 AUMMOUM 4 Water and Sanitary5ewer improvements for Lake Shore Streets Units 1-6 City Project Nos.100t330,100739,100740,100741,&100743 jalorxnna.u. r SECTION 00 42 43 J PROPOSAL FORM UNIT PRICE 810 $iddefs Applfealkn I I 1 3314.0241 8"Water PI a1 33 11 10,33 1112 LF 1 4.440 2 3311.0157 6"Water Pie 33 11 10.33 1$12 _ LF _ 55 } 3 3342.0117 Conneckon to Exisil 4'=42"Water Main 33 12 25 FA� [4 b 3312.0001 FIreHydrant 331240 EA 3 5 3311.0001 Ductile Iran Water Fit in svd Restraint 33 11 11 TONS 2.0 j 1 6 33 E2.20D3 1"Water SepAoe 331210 EA 44 7 13312.2203 2"Water Service 3312 fo EA 3 a 3312.2001 1"Water Service.Meter Reconnection 33 1210 _ EA 44 - 9 3312.2201 2"Water Service Meter Reconnection 331210 EA 3 H) 3312.3002 6"Gate Valve 33 12 20 FA 3 ti 3312.3003 0"Gate Valve 331220 EA 20 J 12 0249.1302 Remove V Water Valve 02 41 14 EA 130241,1540 Salvage Rre Hdrant 024114 _ _ EA 3 _ 14 024f.1511 Salvage 314"Waler Meter 0291 14 W EA 16 75 0241.7512 Saha a 1"Water Meter 02 if k4 FA 28 16 0241.1514 Salvage 2"Malar 92 41 14 EA 3 17 3110.0102 6"12"Tree Removal 31 1u Ou EA_ 3 18 3110.0103 12"-111'Tree Removal 31 10 00 EA 4 r 19 3110.01 Ob 18"-2d"Tree Removal 311000 EA 3 20 3140,07115 24"and Larger Tree Removal 31 1000 ESA t 21 3123,01111 UnclaWWifiod Excavation b Plan Concrete Pavement-Handle Dr. 312316 CY 500 22 3125.4701 Storm Water PaINUon Prevention-1 AC SWOP Install 3125 QQ LS i _ 1 23 3201.0201 As alt Pvml Repair 6e and Defined Width Residential 32 01 17 SY _ ____ a0U __ 24 3201.0400 Temporary Asphalt PavingRe air 24nch HMAC on 8-inr3,CTB 32 01 17 LF � a 975.p 25 3211.0400 H dramd Lime 32 11 29 TN 37 26 3211.0502 8"Lima Treatment 32 11 29 SY 2.270 1 27 3213.0102 7"Conc Pvmt $21313 SY 1 150 28 3213.0301 4-inch Concrete Sidewalk 32 020 SF 05 } 29 3213.04016"Concrete[Drive%vay 321320 SF 440 30 3216.0101 6"Cone Curb and Gulier 321643 LF 500.0 31 3216.0301 7'ConoValley Gutter ResidanliaF 321613 SY 17 32 3247 nOO2 4"SL0 Pvfnt Marking HAS M 1 32 1723 LF 700 33 3217.00113 4"8RK Pvml MafWnq HAS CM 32 17 23 LF 266 34 3217,02nl 43"SLID Pvml Meddn HAS 321723 LF 195 35 3217.0501 24"SLO Pmt Maricing HAE 32 17 23 LF 40 36 3217.4002 Lana Legend Arrow 321723 EA I 37 3217.1004 Lane end Only 32 17 23 EA 1 1 38 3217.2102 REFL Raised MarkerTY I-C 32 17 23 EA 10 1 d 3217.2103 REFL Raised MarkerTYII-A-A 321723 EA 10 3217.2404 REFL Raised MarkerTY 11-GR 321723 EA. 6.0 3231.0213 Wre Mesh Fence.Metal Pasts 323126 LF 100 3291.0190 To soil 3291 19 CY 10 3292,0101 UOIi Service Surface Restoration Soddin 329213 SY Ina 3292.0200 Seedin Broadcast 329213 SY 350 3304.0'101 Tem ora Water Services 3304 30 LS 1.0 3305,00038Water lana Lowering _ _ 330512 EA 9 47 3471.0001 Traffic Control Desi nand Provide _ 347113 Ma a 48 017}.0101 Conutmcijon Stakin � 017123 LS 1 49 0171.0102 As-Built Surve GPSRedlino5urvo 017123 LS 1 E 50 19999.0700 Cans WOOon Allowance 00 GO 00 LS I 580,000.00 SUBTOTAL-UNIT I:WATER IMPRDVEMENTS CPN 100830 1 , R I 1 I Y 1 ' r �9!]va'FJ+x[llix[lil uitu,rs t\'.rpl_t-n`:it pcyi['S1nn h'sizf.-.`�JS 5 n.�F iw3l`n 3i ii'T lwi,h-nJl,iv aWJ IJ M1JJ.1{wJ3AI_,I aJ Ilw,Ffs l�iJl,.i..�l JJ�+lnua_1skn4m.\a.i.e.s l II j s � J r lila F•V?R 4.41. Pm`d5 1 SECTION 00 42 43 l PROPOSALFORM J UNIT PRICE BID Bidders Application ,-..SIL. 1 3331,4201 10"SaVMr Pie 331110 2 13331A20210"Sewer Pipe,CSS Back00 333120 LF 34 3 3331,4145 8"Sevrer P'pa 33 31 SO LF 2.444 " 4 3331.41168"Sevmr Pie CSS Backfill 333120 EF 90 5 3331.1102 6"to 8"Pi a Enlargement 33 31 23 LF 620 1 6 0241 2103 6"Sewer ASandonmenl Plu0 02 4114 EA 4 7 0741,2001 Sanitary Him Grouting _ 024114 CY 5 8 0241-21026"SemrAfiandonmenl Rug 34114 EA 1 ' 9 0241,2201 Remove 4'Sewer Manhole 02 41 14 EA 10 10 3190.0102 fi"-12"Tree Rextaval 0241-14 EA 3 11 3110.0111312"-18"Tree Removal 311D00 EA 4 12 3125.9101 SWrm Water Polluli0u Pmvenlfon>1 AC SW3P Install 311000 LS I -- 13 3281.0400 Tempar2ryAsphaN Pa vin Re air 2-inch HMACnn 6-inch CTB 312500 LF 1 644 i 14 3213.0102 7"Cane Pv0tt 32 13 13 SY 1 i5a 15 3231.0213 Wlre Mesh Fence,Maiat Posts 3201 1S LF 100 16 3291.0100 Topsail 328119 CY 50 1 17 3292,0904 Utif Service Surface Restoration Sodding 3292 13 SY 150 18 3292.0200 Seeding,Broadcast 3211213 SY 400 19 33014001 Pru-CCTV ins--kn 323113 LF 620 l 20 3391.0002 Post-CCTV Inspection 33 01 31 LF 3,570 j I 21 3301-0101 Manhole VawumTesing 330131 EA 21 22 3305,0103 Ex loraio Excavation of E)Ostfng Ulilide5 33 of 30 EA _ 4 l 23 3305.0109 Trench Safety 330530 LF 3,007 1 I 24 3305 0112 Conemla Colfar 33 05 10 EA 17 25 3305.0202 Imported EmSedmenliBackhll,CSS 330510 CY 35,0 26 3331,x1038"Sewer Pf e.Palm Repair 333123 LF 100 " 27 3331.1201 Service Rzinstawmedl,Pi a Enlar ement Incl.44?uti 2-wa Srvc cleanout 33 31 23 EA 9 20 3331.31014"Sewer Service 330517 EA 35 i 29 33310001Eo Manhole liner 333123 VF 120 30 3339,1 x01 4'Sevxr Manhole 33 39 60 EA 18 31 3339.10D24'11ro Manhole 333968 EA 1 32 3339.1203 U ExBa Depth Manhofe 33 39 10,33 39 20 VF 15 33 3471.0001 Tratko Control Desi n and Provide 333920 MO 6 34 0171.01x1 ConstrueGoll Staking 017123 LS I 35 0171.0102 As-Built Sums GPS Redline Survey) 017123 LS 1 36 9999.0002 AVA Ram Remove and Re lace_ a2 41 13 EA I 37 9999-0700 Con5Wc5on Allomilce 000000 LS 1 $50000-00 $50,006.00 SUBTOTAL-UNIT 2:SANITARY SEWER IMPROVEMENTS JCPN 100830 1 i \ I i � I 4 � � I `E \ IEI fl 7 { I i Z 1 or rral)w�sm �n»:nom,Tar.-:r.rsrran.sixmeixHl.�ir:is rrnCni�+i-11!013? [P\ii•A�0-�illL•]MIS II1x?J:11,lei 4lf>_S,1431l4•?)lN.Cf-, I r � . el Js J4 } SECTION 00 42 43 1 PROPOSALFORM UNIT PRICE BID Bidder's Applioalian .'I I - .L.. �I�i' .'.I:II e'•y it.; —i�F;l:- -1:F.1 - � l J i 0241.1309 Remove Concraln Curtsand Gufier 02 41 15 LF 520 1 _ �. 2 3218.0102 7-inch Concrete Curb&18-indl GOlter 32 1613 LF 56(k 3 32120302 2-inch As hal!PaVamenl T a°O" 121216 SY 780 4 13305.ulll WalerValve Box Adjust tvl Colfar 330514 EA 1 5 3305.0107 Manhole Adjust,Minom l Collar 33 0514 EA 1 ` 6 3291,0100 Ta off 32 at 19 CY 25 _ if 7 3202.0190(;tack Sod Replacement 32 92 13 SY 110 a 0241.1700 W'Pavemant P-Wrizalion 024115 SY 780 9 3211.0600 Cement Modification __ 32 1133 TN 14 lQ 9989.0000 Roadlaond EniGA i6 It 000500 LS 1 57000.00 37000.00 1 12 9999.000u Canslrudon Allovrance _ 000006 LS _i 54009-00 $4000-00 l ` SUBTOTAL-UNIT 3:CASA LOMA TERRACE PAVING IMPROVEMENTS GPN 100739 1 , i l I + i 1 .1 l I ll I i 7 i 1 I 11rL1 •1111:k TLuT llualFe I �T.i\1lllJ+l.,M1.lkLl-ry\s44'IJ0.'.+ln->':fIA'illY.`.'IS 1 aln F'Wx1,511. P.yc 1•J5 1 1 SECTION 00 42 43 1 PROPOSAL FORM jUNIT PRICE DID 0lddais Appliegtion 1 I 0241.0100 Remove Sidewalk 1 Fu2!41 13 SF 1502 3213.03014-inch Concreta Sidewalk 20 SF 1703 0241.0300 Remova ADA Ram 13 EA 5 4 9999.0002 pDA Ram EA 5 5 0241.1300 Remove Concrole Curb and Gutter 0241 15 LF 1,600 7 6 321(3.0102 7-inch Concrele Cwh e.1840ch Gutler 311613 LF 1,760 7 0241.0401 Remove Concrete DOvevre _ 02 41 i3 SF 1,620 { 8 3213.0401 6-inch Concrete Dfivoway 32 13 20 SF .1790 9 3212,0302 24nch Asphalt Pavement Type"D" 32 12 16 SY 2,200 I 10 3365.0111 Water ValveSoxMustwfCollar 330514 FA 2 II 3305.0106 Misc Ad'ust-Water Metarllox 330514 - EA 2 12 3305.0197 Manhole Ad"usl,Minor wl CoFlar 830514 EA 2 13 3217.5001 Curb Address P-Tnfinil 321725 EA is 1 14 329iA100 Topsoil 329119 CY 25 / 1s 3292.Oi066lack Sod Ra racement 32 92 13 SY 550 16 0241.1701/10 Pavement Pulverization 02 41 15 sY 2.2430 5 17 3211.0600 Cement Modification 32;133 TN 14 1 18 9999.00l10Roadhond Enl GA 16 i9 3305.0108 Idiscellanous Aciusiments utiGtles 00 05 08 LS 1 S7.000.00. 57 000 00 7 20 19909.0000 Construction Allowance 60 00 00 LS 1 $11.00G.001 $11 000.00 j SUBTOTAL-UNIT 4:GRAYSON STREET PAVING IMPROVEMENTS CAN 100740 J I 5 r 1 1 1 1 f€I f —1 1 f 1 I \ 1 s 1 r � I 1 3 I 1 f i i i I E I \ f � I Clll trt'Icx np011ry I li>ul��tilIVI]1YT [P�Lu1P Ali _rv1Un nIJ?u n„31]_101111:A.i<I]V111.1•'�]I..vA.L_1Jk�rn�n 1.H, j i ` 1 / a!r)rPiHtliR / 1 SECTION 00 42 43 PROPOSAL FORM 1 UNIT PRICE Bin Bidder's Application 1 7� ,,I,} i 1 0241,0100 Remove Sidev lk 02 04113 SF 250 "fes 2 3213.0304 4-inch Concrete Sidewalk 32 13 20 SF 290 ` 3 0241.0300 Remove ADA Romp 02 41 13 EA 12 4 3999.0002 AOA Ramp FA 12 5 Q241.1300 Remove Concrete Curb and Gutter 02 41 15 LF 3,250 6 3216.0102 7-inch Conemle Curb 8 18-inch Gutter 32 16 13 LF 3.740 / 7 0241-0401 Remove Cancsete Driv%" __ q.13 SF 960 8 3213.0401 64ncb Concrete Driveway 32 1320 SF 1 600 p 9 3212.0302 2-inth As hail Pavement T e"D" 321216 SY 000 10 3305A111 Watervalva Box Adustwr Collar 330514 EA 2 !1 3305.0108 Misc Ad'usl-Water Meter Box 3305 14 EA 7 } 12 3305.0467 Manhole Adiust.Miuor v7f Collar 339514 EA _ 7 13 32f7.5001 Curb Address Paintin 321725 FA 8 14 3294.9100 Topsoil 329119 CY 10 15 3292.0100 Block Sod Replacement 32 92 13 SY 560 16 9241.170010"Pavement Pulverization 024115 SY 4,800 17 3211.0600 Cement Modification 321133 T14 32 J 18 9999.0000 Roadband Ent GA 35 i9 9999.0060 Remove&Re lace 20'Curb Inlet To _ LA 5 20 3305,O40BMismflanous Adustmenls(utiNties) 000508 LS 1 $7000.110 $7000.00 21 19099.0000 Construction Allowance 000000 LS 1 S30410,00 $30.410,00 } SUBTOTAL-UNITS:ELGIN STREET PAVING fMPROVEMENTS CPN 100741 l i } 1 _1 1 -7 5 4 ) } 1 1 L �Y.a`�r.)41?r\.]xL�T`-�YFi'IFl�11>'14 RT'1la\4.5 r.+ml:,yitit3l:•]!SI]'.1'ilrltlP-/•!qau/+J)ll!•J J_))!r)Ul)W 151!w):I1Jli311ii�.R uir Ali+4�1+64esso�'n a LL, 1 } 14 421] DWI'n!'nts.11. r SECTION 0042 43 J PROPOSALFORIA UNIT PRICE BID Bidder's Application J 1 .1-01011 Remove Sidewalk 0 13 2 3213.03014-inch Coraemia Sidewalk �. 321320 SF 16,920 'I 3 0241.0300 Re nova ADA Ram 02 41 13 EA 14 4 9999.0002 ADA Ramp EA 22 5 0241-1300 Remove Concreie Curb and Guiler - 02 41 15 LF 9,400 6 3216.0102 7-inch Concreie Curb S 18-inch Gutter 32 1613 LF 10.340 7 0241-0401 Remove ConcreleOrivevra� 02 41 f3 SF -4200 B 3213.04016-inch Concrete Drivevray $11320 SF 6,300 9 10241.1400 Remove Concrete Valle Outter^_- _____ 02 4[15 SY 65 10 3216,0301 7-inch Concrale Valley cutter 32 i813 SY 55 11 3212.03022-inch As hall Pavement T o"D" 321216 SY 21,000 12 3305.0111 UJater Valle BozA'us[wl Collar 330514 EA 7 - 13 3305.0108 Idisc Ad'ust-Water Meler Bax 330514 EA 2 14 3305.0107 Manhole Adust Minor wl Collar 3305]14 EA 11 I 15 3217.5001 Curb Address Painting 32 17 25 FA 90 IB 3291,0100 Topsoil 32 91 19 CY 100 17 3292.0100 Block Sod Replacement 32 9213 Sy 2,420 18 0241.1700 t0"Pavement Pulverization _ 02 411 15 Sy 21,000 19 3211.0600 Cement Madilimlion 32 It 33 TN 137 20 9999.0000 Roadbond Ent OA 152 21 3217.0305 Pavement Markings,Stop Bars 321723_ LF 40 22 32IT000i 4"Solid While Thermoplastic HAS Lane Line 321723 LF 4.420 23 3217.0002 4"Solid Yelfew Thedna lactic HAS Center Line 32 1723 LF 360 24 9999.0000 Remove 8 Replace 20'Curb Inlet Top EA 1 25 3345At03 Miscellanous Ad"uslmenls CutilifiAo. 000508 LS I 57000.00 97000.00 - 28 9999.W W Construcflon Allowance 00 00 00 LS i 582 22400 $82,220.00 ? ` SUBTOTAL-UNIT 6:HANDLEY DRIVE PAVING IMPROVEMENTS CPN 100743 $99,220. 1 4 Unit 1:Water Im rovemcnts CpN 100430 Unit 2:Sanita Sawer Improvements CPN 100830 Unit 3:Casa Loma Termde Paving lm rovements fCPN 100739 ! Unit 4:Grayson Street Paving Improvements CPN 100740 1 Unit 3;Ef in 34reatPaving im ravements CPN 100741 Unit 6:Handle Drive Paving Improvements CPN 100743 SSS,220.00 - -� Total-Water Department:Unita&Uni12 Total-Gram:Unit 3,Unit 4,Unit 5,8 Ulsft 6 $89,220.00 TOTAL BID l END OF SECTION 41 S 1 k �1 3 ` it —WO u1vtiiI sY.a\l!il,n.nl L'a-StF llICU FVM'1 r.,mnavi•eswINl,•� 5'r'.�ll•ft10-}�!1 Gi MA]Is_f•JA]411 e13�J1_[•11+12.�)�1514�45.q.'�ala,�1.A A_444�dn�o 4.�I i r , f ' 0TY O F FORT WORTH, RTH■ T EXAS WATER EPryRppEVT • ADDENDUM UM MO. 5 To the Specifications and Contract Documents ror WATER AND SEWER �MPR®VEMENTS FOR LAKE SHORE STREETS Unit I:Water Improvements—CPN 100830 Unit II:Sewer Improvements—CPN100830 Unit III:Casa Loma Terrace—CPN100739 (S. Cravens Rd.to Baylor St.) Unit IV:Grayson Street Paving Improvements—CPN100740 (S. Cravens Rd.to Casa Loma Terr.) Unit V:Elgin Street Paving Improvements—CPN100741 (Dillard St. to Stalcup Rd.) Unit VI: Handley Drive Paving Improvements—CPN 100743 (Lancaster Ave.to Meadowbrook Dr.) Addendum No. 5 Issued: August 14, 2018 Original Bid Date: July 26, 2018 Bid Opening Date: August 16, 2018 This addendum forms part of the Specifications and Contract Documents for the above referenced ' Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge ' receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope 3 in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Water and Sanitary Sewer Improvements for Lake Shore Streets are hereby revised by Addendum No. 5 as follows: 1. The Specifications are amended as follows: 1. The proposal section is being deleted in its entirety and replaced via this addendum. The item for Asphalt Pvmt Repair Beyond Defined Width, Residential has been removed from Unit 1:Water. 2. The quantity for the item for 8" Lime Treatment in Unit 1 was changed from 2, 270 SY to 1,150 SY. 3. The quantity for the item for Hydrated Lime in Unit 1 was changed from 37 TN to 19 TN. 4. An item for Hydrated Lime was added to Unit 2. 5. An item for 8" Lime Treatment was added to Unit 2. A-1 ADDENDUM 5 Water and Sanitary Sewer Improvements for Lake Shore Streets Units 1-6 City Project Nos.100830,100739,100740,100741,&100743 6. The description for Hid Item No. 29 has been changed to 3231.1201 Service Reinstatement,Pipe Enlargerrment(fnct.service fine replacement and 4-inch 2-way Srve Cleanout). 7. The description for laic{ Item No.30 in Unit 2 has been changed to 3331.31014"Sewer Service(for opera cut installation). 8. The description for Bid Item No. 31.in Unit 2 has been changed to 3339.0001 Epoxy r Manhole Liner(Warren Environmental). 9. The Unit Price for the item for Construction Allowance in Unit 2 has been increased from $50,000.00 to$5fl,000.00. This Addendum No.5,#arms part of the 5pecificatfons&Contract Docurnents for the above referenced project and modifies the original Project Manual&Contract Documents of the same. Acknowledge your receipt of Addendum No.5 by completing the requested information at the following locations: (1.) In the space provided in Section 00 41.00, Bid Form, Page 3 of (2) Indicate in upper case letters on the outside of}jour sealed bid envelope: "'RECEIVED&ACKIVDWLEAGI;ADDENDUM 1410.5" include a signed copy of Addendum No.5 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum Na.5 below could cause the subject bidder to be considered 'NONRESPONSIVE",resulting in disqualification. RECEIPTNOWLEDGED Christopher Harder,P.E. l INTERIM DIRECTOR WATER DEPARTMENT 91114A. I B : DA Tony Sholola, P.E. Engineering Manager companv: . W&4 t IliW 1 a4a0/5xft'e , A--2 AOMIXIDUN!5 water and SanitarySewer Improvements for Lake share streets Units 3.-6 City Project Nos.100830,1.(10739,100'141D.100741,&-100743 i I Doan amo-anaoru. P+rc I N6 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidders Applicalion I 1 3371.0241 e"Water Pipe jjjjW33 11 12 Lf 4,440 2 3311.01516"Water Pie 11 12 LF 55 3 3312.0117 Connection to Existing 4"-12"Waler Main 5 FA 144 3312.0001 Fife dram 0 FA 3 5 33110001 Ductile Imn Water Filgri s W/Restraint 11 TONS 2.06 3312.2003 1"Water Service 10FA 44 7 3312.2203 2"Water Servlce 0 EA 3a 3312.2001 1"WaterServlce"Mete€Recunnection 0 EA 44 9 3312.2201 2"Water Service,Meter Reconnecfon 0 FA 3 10 3312.3002 6"Gate Valve 33 12 20 EA 3 11 3312.3003 8'Gate Valve 331220 LA 20 12 0241.1302 Remove 6"Water Valve 02 41 14 FA 9 13 0241.1510 Salvage Fire Hydrant 02 41 14 FA 3 14 0241-1511 Salvage 3!4"WaterMeler 024114 LA 16 l is 0241.1512 Salvage I'Watar Motor 024114 FA 28 16 0241.1514 Salvage2"Meter 024114 FA 3 ' 17 13110.01(12 Removal 311000 FA 3 i i6 3110.010312"-18"Tree Removal 31 10 00 E 4 f 19 $110.010418'-24"Tree Removal 311000 EA 3 1 20 3110.0105 24"and Law Tree Removal 31 10 00 EA 1 1 21 3123.0101 Unclassified Excavation by Plan Concrete Pavement-Handley Dr.) 31 23 16 Cy 500 22 31250401 Storm Water Pollution Prevenfon>1 AC SW3P Install 31 25 00 LS 1 23 3281.0400 Temporary Asphalt Paving Repair -inch HMAC on 5-Inch CTB 32 01 17 LF 3,975.0 24 3211.0400 Hydrated Lime 32 11 29 TN 19 25 3211.0502 8"Lima Treatment(32 Ibs15 32 1129 SY 1,150 28 3213.0102 7"Cono Pvmt 321313 SY 1,150 27 3213.0301 4-inch Concrete Sidewalk 32 13 20 SF 85 t 28 3213.0401 6"Concrete Qdvowa 32 13 20 SF 440 / 29 3218.0101 WCone Curb and Gutter 321813 LF 500,0 30 3246.0304 7"Conc Valley Gager Residential 32 16 13 SY ii } 31 3217,0002 4"SLD Pvml Marking HAS tYJ 321723 LF 700 323217,0003 4"BRK Ill Markin HAS 321123 LF 286 33 3217.9201 8"SLD Pvmt Markin HAS LM321723 LF 165 34 3217.0501 24"SLD Pvmt Mal HAr 32 17 23 LF 40 35 3217.1002 Lana Legend Arrow 321723 EA 1 _ ' 36 3217.1004 Lane Legend Only 32 17 23 FA 1 37 3217.2102 REFL Raised Marker TY I-C- 321723 FA 10 y 38 3217,2103 REFL Raised Mal 11-A-A 321723 8A 10 ! 39 3217.2104 REFL Raised Marker TY II-C-R 321723 EA 8.0 - 40 3231.0213 Wire Mesh Fence,Metal Posis 32 31 26 LF 100 41 9291.0100 Topsoil 329119 CY 10 42 3292.0101 Ul Service SrlrFdCa Restoration Sadcling 329213 BY 100 43 3292.0200 Seeding Broadcast 32 92 13 SY 350 ' 44 3304.0101 Temporary Water Services 3304-30 LS 1.0 I 45 3305.0003 8"Water Line Lowering 33 05 42 EA 9 , 48 3471.0001 Traffic Control IDeslgn and Provide) 34 71 13 MO 6 ' 47 Ot71.0101 Construction Staking 047123 L3 I i 46 0171.0102 AsBuilt Sumey GPS Redline Sul 01 A 23 LS 1 49 9999.0700ConstndcfanAllowance 000000 LS 7 580,000-00 580,000.00 I _ SUBTOTAL-SUB-TOTAL UNIT 1:WATER IMPROVEMENTS(Cl 100830) ` 1 1 } II! • ca,•or mar xvma ' SrA.1b ll2a[0.'SFAUCIIeI SPECaiC,lilOx 1-MIFM - [ r-Roivd 101M1M aP�]W10-Ai 1100 00 JS n,W ii i5 WJl r1[011 12 lio))i)lin Pn I wnkl adJalun\a 5 Ir I nn,Psoxssu. qt Y,a3N6 J SECTION 00 42 43 PROPOSAL FORM UNIT PRICE 1310 Bldder�s Appliealion eldliv /1 ` 1 3331.4201.14"Sewer P€0 33 11 70 LF16 2 3331.4202 10"Sawer Pi e,CSS Backfill $33120 LFF2.4 30 } 3 3331.4115 e"Semar Pipe 33 31 50 LF44 4 3331.4116 e"Sewer Pi e,CSS Backfill333120 LF0 5 3331.1102 6"to W P€ Enla ement 333123LF20 6 0241.21038"SewarAbandonmant Plu 024114 FA4 7 0241.2001 Santa Line Gr6utin 024114 CY5 6 0241.21028"SewerAbandonment Plug 034114 EA 1 9 0241.2201 Remove 4'Solver Manhole 024114 EA 10 1 10 3110.01026"-i2"Tree Removal 024114 PA 3 11 3110.01()312"-18"TreeRemoval 311000 EA 4 12 3125.0101 Stonn Water Pollution Prevention-1 AC SW3P Irlslall31 10 00 ES 1 13 3201.0400 Temporary Asphalt Pavin Repair 2-Inch UMAC on 6-Inch CTB 31 25 00 LF 1 614 14 3211.0400 Hydrated Lrme 32 11 28 TN 19 a 15 3211.0502 9"Lime Treatment(32lbs15 321129 SY 1,150 7 18 32130102 7"Canc Pvmt 321313 SY 1.150 17 13231.0213 Wore Mesh Fence Metal Posis 32 01 10 LF loo 10 329L01()0 Topsail 329119 CY 50 I` 19 3292.0101 Ut€llty Samice Surface Restaratfun Sodding 32 92 13 SY 150 20 3292.0200 Seeding.Broadcast 32 92 13 SY 400 3 21 3301.0001 Pre-CCTV Ins oc0on 323113 _LF 620 22 3301.0002 Post-CCTV Inspection 330131 t-F 3,570 23 3301.0101 Manhala Vacuum Tesfing 33 01 31 FA 21 24 3305.0103 Exploratory llxp vaeon of"srrng Wililies 33 01 30 EA 4 i 25 3305.0109 Trench Sare!y 33 05 30 LP 3,007 26 3305.0112 Concrete Collar 330510 EA 17 27 3305.0202 Imported EmbedmenUBecMFll,CSS 33 06 10 GY 35.0 4 28 3331,0103 8"Sewer Pipe,Point Repair 33 31 23 LF 10o 1 29 3331.1201 Service Relns(a(ement Pipe Enlargement(Incl sewlce line repracement and 4-Inch 2- 33 31 23 EA 9 WRswcCreanout) 30 3331.3101 4"Sewer Service fpr open cul Installa0on 330517 EA 35 31 3339.GD01 Eppxy Manhole Uner arren Enytronmentag 333123 VF 120 32 3339.1001 I'SewerManholo 333960 FA 18 i 33 3339.1002 4'Diop Manhole 33 39 60 EA 1 34 3339.12()3 or Fx1m Depth Manhole 33 3910.33 39 29 VF 15 35 3471.0001 Traffic Conlm](Desffin and Provide 33:39 20 MO s 36 0171.0101 Constniction Stalling 017123 LS 1 37 0171.0102 As-Bulli Sure GPS Redlino Survey) 017123 LS 1 38 9999.0002 ADA Ram Remove and Replace) 02 41 13 EA 1 39 9999.0700 Conshuclion Allowance 06 00 00 LS 1 380,000.00 $60,0130 DO - SUBTOTAL-SU8-TOTAL UNIT Z SANITARY SEWER IMPROVEMENTS CPN 100830) } I l 1 1 l 1 ---Tamm ogral'G[rnv rpll ln�'.IiN�F%�lV�1F.Yr9 P�pyrn120110130 CPN 100bJ0-004100_0 iJ ll_GN2J3 00 i3 3T_OO4S li_w 3113_IIHWuPxil N'eh�* ! f 1 903743 eNtkoPeSaL ft c3 e6 SEC71ON 04 42 43 PROPOSALFORM UNIT PRICE DID Uldder's Application 10241.1300 Remove Concrete Curb and GuRor 0241 15 LF 520 2 13216.0102 74nch Concrete Curb&ieanch Gutter 32 16 13 LF 580 3 3212.0302 2-inch Asphalt Pavement T e'D' 321216 SY 760 4 3305.0111 WateT Valve Sox Ad'ustw/Calcar 330514 EA 1 5 3305.0107 ManholeAd'si,Mcnorw/Cellar 330514 EA 1 6 3291.0t0oTo soil 329119 CY 25 i 7 3292.O10O131ock Sod Replacement 329213 SY 110 8 0241.1700 10"Pavement Pulverization 02 41 15 SY 760 9 3211.0500 Cement Modification 321133 TN 14 10 9999.0000 Roadbond Enl GA 16 ii 3305.0108 Miscellanous Adjustments uGlifies 000508 LS 1 $7,000.00 $7,000.00 y 12 9999.0000 Construction Allowance 4100000 LS 1 $4.000.00 $4,000.00 SUBTOTAL-SUB-TOTAL UNIT 3:CASA LOMA TERRACE PAVING IMPROVEMENTS(CPN 1007391 J 1 } i i 1 1 1 I I� III l I I } II ti CNYnF rokT WHIR cuv5�%x-T�ov,SPFMC .AMN'OIX'['.EMS ram Aniud3111301 L1 [P\WIN-4 W WJ n 0043]]D0.1037_04111_W3113_ 5 f owrAorose� 1 Age]efb ' SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID B1ddeYs Application 1 s , 1 6241.0400 Remove Sidewalk02 41 13 SF 16D 2 3213.0301 4-inch Gonanto Sidewalk 32 13 20 SF 170 3 0241.0300 Remove ADA Ramp 02 41 13 Flt 5 4 9999.0002 APA Ramp EA 5 5 0241.1300 Remove Concrate Curb and Gutter 0241 15 LF 1,800 ' 6 3216.0102 7-Inch Goncrets Cwb&18-Inch Gutter 321613 LF 1,760 7 0241-0401 Remove Concrete Driveway 02 41 13 SF 1.6211 9 3213.0401 04neh Cenerete Dtivoway 32 13 20 SF 1,790 9 3212.0302 2-Inch Asphalt Pavement Type"L1" 321216 SY 2,200 10 3305.0111 Water Valva Bute Adjust wt Collar 330514 FA 2 --r 11 13305.0100 Misc Ad"ust-Water Meter Box 33 05 14 FA 2 12 13305.0107 Manhole Ad'ust Minor wlCollar 330514 EA 2 E 13 3247.5001 Curb Address Painting 321725 EA ]9 14 3291.0100 To Boll 3291 19 CY 25 15 3292.0100 Elock Sod Replacement 329213 SY 550 16 0241.170010 Pavement PulvemaGon 02 41 15 BY 2,200 17 3211.0800 Gamont Modification 32 it 33 IN 14 16 9999.0000 Roadbond En 1 GA 16 19 3305.0106 Mlscollonaus Adjustments utili9es 0005 OB LS i $7,000.00 57,000.00 20 10090.0000ConsbuctionAllowance 000000 LS 1 $11,000.00 $11,900.00 SUBTOTAL-SUB-TOTAL UNIT 4:GRAYSON STREET PAVING IMPROVEMENTS CPN 100740 J 1 �1 t! _1 7 p canoe egugr u.mnl SFAI9MUCe.\SfAlC1)e\SP£CYFlCATHIY nllCll?4YIS 5'am Ae.i,eJ 101M1fi eP.�I�S?0-Oa.fa W 0633 n_oa 3113_6oa]3'a o03�Ix[n35 n Ilfe 11gva,1 u'a,5yoetAaae.hTeng 5 } Bou J3 smexneusu. } Pasc5M6 T SECTION 0042 43 i PROPOSALFORM J UNIT PRICE BID Bidders Application r 3 � f ! 1 0241.0100 Remove Sidewalk Ai 73 SF d 3213.03D14-inch Concrete Sidewalk 921320 SF 3 0241.0300 Removo,ADA Ram 024113 FA 4 9999.0002 ADA Ram EA 5 0241.1300 Ramove Concrete Cufb and Gutter 0241 15 LF 8 3216A102 7-inch Concrete Curb&18-inch Gutter 321613 LF 7 0241.0401 Remove Concrete Drivewa 024113 SF j 8 3213,0401 6-Inch Concrete Ddveway 321320 SF 1,800 9 3212.0302 2-inch Asphalt pavement Type"D' 321216 SY 4,800 10 3305.0111 Water Valve Box Adjust w/Collar 33 05 14 to 2 11 3305.0105 Misc Adust-Water Meter Box 330514 EA 7 12 3305,01 D7 Manhole Ad'ust,MinorwlColla r 330514 EA 7 13 321-1.6001 Cuib Address Painting32 17 25 EA 6 14 3291.0100 T soil 320110 CY 10 15 3292.0100Block Sod Replacement 329213 SY 1,600 16 0241.170010"PavementPulvatEzation 024115 SY 4,800 17 3211.0600 Cement Modiliicalion 32 11 33 TN 32 18 9809.0000 Roadbond Ent GA 35 I 19 9959-0000 Remove&Replace 2D'Curb Inlet Top EA 5 20 3305.0108 Miscellanous Adjustments utilities 000508 LS 1 ] 21 9999.0000 ConsImclion Allowance 000.00 $7,000.00 00 W 00 LS 1 $3030,410.00 $90,410.00 } i SUBTOTAL-SUB-TOTAL.UNIT 5:ELGIN STREETPAVING IMPROVEMENTS{CPN 100741 } i 5 } i t i 1 t 1 4 [rn'or Fmtr tt'0A3N sr.3KUNInC0.'SIRlYZ1mm—n[i1i0\IXICE'Ems FrnaeniuJ 203M120 cr,X'—"O-0 41M 00431300 J2U 001333 OOJS—3S 13]WNqu-.IN'Ll3 AJdmdun1u-s r � aoaza3 ameaoeDsu 1 r SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidders Applicallon v GE 0241.4100 Remove Sidewalk 02411 3 SF 17.7M - 2 3213.0301 4-inch Concrete Sidewalk 321320 SF 10,920 } 3 10241.0300.Remove ADA Ramp W 41 13 FA 14 4 9999.0002 AOA Ramp EA 22 } 5 0241.1300 Remove Concrete Curb and Gutter 02 41 15 LF 9,400 6 3216.0102 7-inch Concrete Curb&18-Inch Gutter 321613 LF 10,340 7 0241.0401 Remove Concrete Driveway 024113 SF 4,200 y a 3213.0401 6-inch Concrete Driveway 32 13 20 SF 6,300 9 0241.1400 Remove Concrete Valfey Gutter 02 41 15 SY 8s f 10 3210,0301 7-inch Concrete Valla Gutter 32 16 13 SY 65 .__ 11 3212.0302 2-inch Asphalt pavement Type"O" 321216 SY 21,000 12 13305.0111 Water Valve Box Must w/Collor 330514 EA 7 3 13 13305.0 108 MIsa Adjust-Water Mater Box 330514 EA 2 14 3305-0107 Manhole Ad-ust,Minorwf Collar 33 05 14 FA 11 y 15 3217.5004 Curb Address Painting 321725 EA 90 7 16 3291.0100 To soil 32 91 19 CY 100 17 $202.0100 Black Sod Replacement 32 92 13 SY 2,420 15 0241.1700 10"Pavement Pulverization 024116 SY 21,000 19 3211.0600 Cement Modificagon 32 11 33 TN 137 20 9999.0000 Roadbond Ent CA 152 I 21 13217.0305 Pavement Merkin s Stop Bars 321723 LF 40 f 22 3217.0001 4"Solid While Themto lasl€c RAS Lane Line 32 17 23 LF 442o 23 3217.0002 4"Solid Yellow Thermo Iasi€c HAS Center Line 3217 23 LF 360 ' 24 9999.0000 Remove&Re lace 20'Curb Inlet Top EA 1 25 3305.0i06 MiscellanousAdjustments(utilities} 00 O5 o8 LS 1 $7,000, 57,000.00 26 9999.0000ConstRxtionAl€awance 000000 LS 1 $82,220.00 $82220.00 SUBTOTAL-SUB-TOTAL UNIT 6:HANDLEY DRIVE PAVING IMPROVEMENTS(CPN 100743) 1 Sub-Total Unit is Water improvements CPN 104834 Sub-Total Unit 2:Sanitary Sewer Improvements CPN 100830 Sub-Total Unit 3:Casa Loma Terrace Pavtp Improvements CPN 100739 Sub-Total Unit 4:Grayson Street Pavdnq Improvements CPN 100740 Sub-Total Unit 6:Elgln Street Pavia Im rovements CPN 100741 Sub-Total Unit 6:Handley Drive Paving Im rovements CPN 100743} Total-Water Deparlmonl;Unit 1&Unil 2 Total-Grant:Unit 3,Unit 4,Unit 5,&Unit 6 TOTAL Bio END OF SECTION I 1 5 1 ST.I'n.W]Lb.YSntt'Cn0.Y SrECaiChilDY DOri4lEhls i'wm]tniad Ml�I]N CPY kp"919-MAI M 00 t1]�O011aS la J3 ST 00 JS n M 31 F5 NN ertpoW aihMrR_.WJ,x3nn Aa 5 i 0011 13-1 INVITATION TO BIDDERS Page 1 of 3 ) I SECTION 00 1113 j 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Water and Sewer Improvements for Lake Shore Streets 6 Unit 1—Water Improvements,Unit 2—Sewer Improvements,and Units 3, 4, 5,and 6— 7 Asphalt Pavement Rehabilitation, City Project Nos. 100830, 100739, 100740, 100741,and 8 100743 will be received by the City of Fort Worth Purchasing Office: 9 10 City of Fort Worth 1 I Purchasing Division 12 200 Texas St 13 Fort Worth, Texas 76102 14 until 1:30 P.M. CST, Thursday,August 2,2018,and bids will be opened publicly and read aloud 15 at 2:00 PM CST in the Council Chambers. 16 1 17 GENERAL DESCRIPTION OF WORK j 18 The major work will consist of the(approximate)following: 19 20 Unit 1: Water Improvements 1 21 • 4,440 LF—8"Water Pipe 1 22 • 20 EA—8"Gate Valve 1 23 + 3,975 LF—Temporary Asphalt Pavement Repair 24 • 1,150 SY—7"Concrete Pavement 25 26 Unit 2: Sanitary Sewer Improvements 27 • 418 LF 10"Sanitary Sewer Pipe By Open-Cut 28 ? 2,444 LF 8"Sanitary Sewer Pipe By Open-Cut 29 + 620 LF 8"Pipe Enlargement 30 • 18 EA--4' Sewer Manhole 31 • 1,150 SY—7"Concrete Pavement 32 33 Unit 3: Casa Loma Terrace(N Dead End—S Dead End) POL 34 a 580 LF—7-inch Concrete Curb& 18-inch Gutter ' 35 • 780 SY—2-inch Asphalt.Pavement Type"D" 36 s 780 SY— 10 Pavement Pulverization 37 38 Unit 4: Grayson Street(S Cravens Rd. Casa Loma Ter.) POL 1 39 • 1,760 LF—7-inch Concrete Curb& 18-inch Gutter 40 • 1,790 SF—6-inch Concrete Driveway 41 . 2,200 SY—2-inch Asphalt Pavement Type"D" 42 • 2,200 SY— 10 Pavement Pulverization 43 44 Unit 5: El in Street Dillard St.—Stalcu Rd. POL 45 • 3,740 LF—7-inch Concrete Curb& I8-inch Gutter 46 • 1,600 SF—6-inch Concrete Driveway 47 • 4,800 SY—2-inch Asphalt Pavement Type"D" CITY OF FORT WORTH Lt'ater and Sanitarp Seiner Improvernentsfor Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740, 100741,&100743 Revised December 22,2016 r 00 11 13-2 INVITATION TO BIDDERS Page 2 of 3 I 4,800 SY— 10 Pavement Pulverization i 2 3 Knit 6:Handley Drive(Pvmnt. Change_E Lancaster Ave.)POL 4 • 18,920 SF—4-inch Concrete Sidewalk -1 5 + 10,340 LF--7-inch Concrete Curb& 18-inch Gutter 6 + 6,300 SF—6-inch Concrete Driveway j 7 • 21,000 SY--2-inch Asphalt Pavement Type"D" 8 + 21,000 SY— 10 Pavement Pulverization 9 10 PREQUALIFICATION 1 l The improvements included in this project must be performed by a contractor who is pre- 12 qualified by the City at the time of bid opening. The procedures for qualification and pre- 13 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 14 15 DOCUMENT EXAMINATION AND PROCUREMENTS 16 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City } 17 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasing/and 18 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 1 19 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 20 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 21 Parties Form 1295 and the form must be submitted to the Project Manager before the 22 contract will be presented to the City Council. The form can be obtained at 23 https:l/www.ethics.state.tx.us/tee/1295-Info.htm . 24 i 25 Copies of the Bidding and Contract Documents may be purchased from: MV Engincering, Inc., 26 which is located as follows: 100 East 15th Street, Suite 115, Fort Worth, TX 76102. 27 28 The cost of Bidding and Contract Documents is: 1 29 Set of Bidding and Contract Documents with full size drawings: $90 30 Set of Bidding and Contract Documents with half size drawings: $50 ? 31 ; i 5 } E 1 J 1 ti CITY OF FORT WORTH Water acrd Sanitary Sewer Inrproreutents for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740.100741,&100743 Revised December 22,2016 r 00 11 13-3 INVITATION TO BIDDERS r Page 3 of 3 1 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: July 23, 2018 5 TIME: 9 AM 6 PLACE: Water Department 7 311 W. 10'1'Street 8 Fort Worth, Texas 76102 9 LOCATION: Front Conference Room 10 • Il 12 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 13 City reserves the right to waive irregularities and to accept or reject bids. 14 15 INQUIRIES 16 All inquiries relative to this procurement should be addressed to the following: ' 17 Attn: Lawrence Hamilton, P.E.,City of fort Worth 18 Email: Lawrence.HamiIton@fortworthtexas.gov 19 Phone: 817-392-2626 ' 20 AND/OR 21 Attn: Kristian Sugrim, P.E., City of Fort Worth 22 Email: Kristian.Su rg im&fortworthtexas.gov 23 Phone: 817-392-8902 24 AND/OR 25 Attn: Fabian Herrera, P.E., MV Engineering, Inc. 26 Email: fherrera(cl?,mv-engineering.inc 27 Phone: 817-529-1916 28 29 ADVERTISEMENT DATES 3 30 July 5, 2018 31 July 12, 2018 32 33 END OF SECTION 5 I CITY OF FORT WORTH Water and Sanitary Seger Imp ominents for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830. 100739,100740, 100741,&100743 Revised December 22,2016 J 0021 13- l INSTRUCTIONS TO BIDDERS 1 Page I of 10 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 J 7 00-GENERAL CONDITIONS, 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm,partnership, company, association,or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership,company, association,or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. % 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City , 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.L Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 1 36 requiring prequal i fi cation at the time of bidding. Bids received from contractors who are ? 37 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 1 39 40 3.1.1. Paving—Requirements document located at; 41 https;//projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%o2OPrequalification/TPW%2OPaving 43 %20Cont_ractor%2OPrequalificat ion%20Program/PREQUAL IFICATION%20REQ ' 44 UIREMENTS%20FOR%20.PAVING%2000NTRACTORS.PDF?public ti 45 46 47 48 49 CITY OF FORT WORTH Water and Sanilaiy&wet Intproti>entenisfar Lake Shote Sireeis Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeci Nos. 100830, 100739, 100740, 100741,& 100743 Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS 1 Page 2 of]0 1 1 3.1.2. Roadway and Pedestrian Lighting Requirements document located at; } 2 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 3 %20Construction%a2ODocuments/Contractor%g2OPrequalification/TPW%2OPaving t 4 %20Contractor%2OPrequalification%2OProprai/PRE UALIFICATION%20REQ 5 UIREMENTS%o20FOR%20PA V ING%2000NTRACTORS.PDF?public _ 6 _ ' 7 3.1.3. Water and Sanitary Sewer—Requirements document located at; 8 httpsa/projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 9 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%20and%2 10 OSanitary%20 Sewer%20 Contractor%20 Prequai i f cation%20Program/W SS%20pre 11 qual%20requirements.doc. ublic 12 13 14 3.2,Each Bidder unless currently prequalified,must be prepared to submit to City within 15 seven (7)calendar days prior to Bid opening,the documentation identified in Section 00 / 16 45 11, BIDDERS PREQUALIFICATIONS. 17 I8 3.2.1. Submission of and/or questions related to prequalifcation should be addressed to 19 the City contact as provided in Paragraph 6.1. ? 20 21 22 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 23 bidder(s) for a project to submit such additional information as the City, in its sole 24 discretion may require, including but not limited to manpower and equipment records, 25 information about key personnel to be assigned to the project, and construction schedule, i 26 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 27 deliver a quality product and successfully complete projects for the amount bid within 28 the stipulated time frame. Based upon the City's assessment of the submitted 29 information,a recommendation regarding the award of a contract will be made to the 30 City Council. Failure to submit the additional information, if requested,may be grounds 31 for rejecting the apparent.low bidder as non-responsive. Affected contractors will be 32 notified in writing of a recommendation to the City Council. 33 34 3.4.In addition to prequalification, additional requirements for qualification may be required 35 within various sections of the Contract Documents. 36 37 3.5.Special qualifications required for this project include the following: 5 recent references 1 38 of Contractor indicating successful application of coating product(s) of th same material 39 type as specified herein, applied by spray application within the municipal wastewater 40 environment. References shall include at least the following: owner name, City ' 41 inspector name and phone number,project name/number,size and linear footage of 42 sanitary sewer main,manhole diameter, structure dimensions and number of each, 43 square feet(or vertical feet of product installed,contract costs, and contract duration. 44 Contractor must demonstrate a successful history of installing the product in structures 45 of similar size and scope. 46 5 47 48 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 49 50 4.1.Before submitting a Bid,each Bidder shall: 51 CITY OF FORT WORTH Water and Sanuaiy Sewer Improvementsfor Lake Shore Streels Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740.100741.&100743 Revised August 21,2015 1 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.1. Examine and carefully study the Contract Documents and other related data ? 2 identified in the Bidding Documents(including"technical data" referred to in 3 Paragraph 4.2. below).No information given by City or any representative of the 4 City other than that contained in the Contract Documents and officially 5 promulgated addenda thereto, shall be binding upon the City, 6 7 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 8 site conditions that may affect cost,progress,performance or furnishing of the 9 Work. 10 11 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 12 progress, performance or furnishing of the Work. 13 j 14 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 15 contiguous to the Site and all drawings of physical conditions relating to existing 16 surface or subsurface structures at the Site(except Underground Facilities)that 17 have been identified in the Contract Documents as containing reliable "technical 18 data" and(ii) reports and drawings of Hazardous Environmental Conditions, if any, ' 19 at the Site that have been identified in the Contract Documents as containing i 20 reliable "technical data." 21 22 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 23 the information which the City will furnish.All additional information and data 24 which the City will supply after promulgation of the formai Contract Documents 25 shall be issued in the form of written addenda and shall become part of the Contract 26 Documents just as though such addenda were actually written into the original 27 Contract Documents.No information given by the City other than that contained in 28 the Contract Documents and officially promulgated addenda thereto,shall be 29 binding upon the City. } 30 31 4.1.6. Perform independent research,investigations,tests, borings, and such other means 32 as may be necessary to gain a complete knowledge of the conditions which will be 33 encountered during the construction of the project. On request, City may provide 34 each Bidder access to the site to conduct such examinations, investigations, 35 explorations,tests and studies as each Bidder deems necessary for submission of a l 36 Bid. Bidder must fill all holes and clean up and restore the site to its former 37 conditions upon completion of such explorations, investigations,tests and studies. 38 y 39 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 40 cost of doing the Work,time required for its completion, and obtain all information 41 required to make a proposal. Bidders shall rely exclusively and solely upon their 42 own estimates,investigation, research,tests,explorations,and other data which are 43 necessary for full and complete information upon which the proposal is to be based. ' 44 It is understood that the submission of a proposal is prima-facie evidence that the 45 Bidder has made the investigation, examinations and tests herein required. Claims S 46 for additional compensation due to variations between conditions actually 47 encountered in construction and as indicated in the Contract Documents will not be 48 allowed. 49 CITY OF FORT WORTH Water and Sanitary Seiner Improvements for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830.100739, 100740, 100741,&100743 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Pagc 4 of 10 1 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 2 between the Contract Documents and such other related documents. The Contractor 3 shall not take advantage of any gross error or omission in the Contract Documents, 4 and the City shall be permitted to make such corrections or interpretations as may 5 be deemed necessary for fulfillment of the intent of the Contract Documents. 6 7 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 8 9 4.2.1, those reports of explorations and tests of subsurface conditions at or contiguous to 10 the site which have been utilized by City in preparation of the Contract Documents. I The logs of Soil Borings, if any,on the plans are for general information only. 12 Neither the City nor the Engineer guarantee that the data shown is representative of 13 conditions which actually exist. 14 15 4.2.2. those drawings of physical conditions in or relating to existing surface and 16 subsurface structures(except Underground Facilities)which are at or contiguous to 17 the site that have been utilized by City in preparation of the Contract Documents. 18 19 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 20 on request. Those reports and drawings may not be part of the Contract 21 Documents, but the "technical data" contained therein upon which Bidder is entitled 22 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 23 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 24 responsible for any interpretation or conclusion drawn from any "technical data" or 25 any other data, interpretations, opinions or information. 26 27 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 28 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 29 exception the Bid is premised upon performing and furnishing the Work required by the 30 Contract Documents and applying the specific means,methods,techniques, sequences or _ 31 procedures of construction(if any)that may be shown or indicated or expressly required 32 by the Contract Documents, (iii)that Bidder has given City written notice of all 33 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 34 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 35 etc.,have not been resolved through the interpretations by City as described in 36 Paragraph 6., and (iv)that the Contract Documents are generally sufficient to indicate 37 and convey understanding of all terms and conditions for performing and furnishing the 38 Work. 39 40 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos,Polychlorinated 41 biphenyls (PCBs),Petroleum, Hazardous Waste or Radioactive Material covered by 42 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 43 Documents. 44 45 S. Availability of Lands for Work,Etc. 46 CITY OF FORT WORTH Water and Sanitary Seiner hirprovemenis for Lake Shore Streets Units 1-6 STANDARD CONS•CRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740,100741,&100743 Revised August 21,2015 i 002113-5 INSTRUCTIONSTO BIDDERS t Page 5 of 10 1 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 2 access thereto and other lands designated for use by Contractor in performing the Work 3 are identified in the Contract Documents. All additional lands and access thereto 1 4 required for temporary construction facilities,construction equipment or storage of 5 materials and equipment to be incorporated in the Work are to be obtained and paid for 6 by Contractor. Easements for permanent structures or permanent changes in existing 7 facilities are to be obtained and paid for by City unless otherwise provided in the 8 Contract Documents. 9 ' 10 5.2.Outstanding right-of-way, easements,and/or permits to be acquired by the City are listed I 1 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 12 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 13 the award of contract at any time before the Bidder begins any construction work on the j 14 project. 15 16 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 17 way,easements, and/or permits,and shall submit a schedule to the City of how 18 construction will proceed in the other areas of the project that do not require permits 19 and/or easements. 20 21 6. Interpretations and Addenda 22 i 23 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 24 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 25 received aft=er this day may not be responded to. Interpretations or clarifications 26 considered necessary by City in response to such questions will be issued by Addenda 27 delivered to all parties recorded by City as having received the Bidding Documents. 28 Only questions answered by formal written Addenda will be binding. Oral and other 29 interpretations or clarifications will be without legal effect. 1 30 31 Address questions to: 32 33 City of Fort Worth 34 1000 Throckmorton Street } 35 Port Worth,TX 76102 36 AIM. Lawrence Hamilton,P.E., Water Department 37 Fax: 817-392-8195 _7 38 Email: Lawrence.Ham ilton@fortworthtexas.g_ov 39 Phone: 817-392-2626 40 41 42 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 43 City. } 44 S 45 6.3.Addenda or clarifications may be posted via Buzzsaw at 46 https://projectpoini.buzzsaw.cofn/forhi,orthgov/Infrastructure%20Projeets/100830%20- 47 %20Srna11%20Diameter%20%2812- 48 inch%20or%20less%29%20Watera/o20and%20Sanitary%20Sewer%20lmpro vments%20 49 forYo2OLak-e%2OShore%20SIreetsIBidYo2ODocuinentsYo2OPackage?public. 50 CITY OF FORT wOIZ'I'H Water and Sanitary Seiver lniprovenienlsfor Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100734, 100740, 100741.&100743 Revised August 21,2015 f 0021 13-6 INSTRUCTIONS TO BIDDERS I Page 6 of 10 1 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or t 2 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 3 Project. Bidders are encouraged to attend and participate in the conference. City will 4 transmit to all prospective Bidders of record such Addenda as City considers necessary 5 in response to questions arising at the conference. Oral statements may not be relied 6 upon and will not be binding or legally effective. ' 7 8 7. Bid Security 9 10 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 11 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 12 the requirements of Paragraphs 5.01 of the General Conditions. 13 1 14 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 15 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 16 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 17 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 18 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 19 other Bidders whom City believes to have a reasonable chance of receiving the award } 20 will be retained by City until final contract execution, 2I 22 8. Contract Times 23 The number of days within which, or the dates by which,Milestones are to be achieved in 24 accordance with the General Requirements and the Work is to be completed and ready for 25 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 26 attached Bid Form. 27 28 9. Liquidated Damages 29 Provisions for liquidated damages are set forth in the Agreement. 1 30 31 10. Substitute and "Or-Equal" Items } 32 The Contract, if awarded,will be on the basis of materials and equipment described in the a 33 Bidding Documents without consideration of possible substitute or"or-equal" items. 34 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- 35 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 36 City, application for such acceptance will not be considered by City until after the Effective 37 Date of the Agreement. The procedure for submission of any such application by Contractor 38 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 39 Conditions and is supplemented in Section 01 25 00 of the General Requirements, 40 41 11. Subcontractors, Suppliers and Others 42 1 ] CITY OF PORT WORTH Water and Sanitary Snver k provenrertts for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740, 100741,& 100743 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 1 Li. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 2 12-2011 (as amended),the City has goals for the participation of minority business 3 and/or small business enterprises in City contracts. A copy of the Ordinance can be 4 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 5 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 6 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 7 Venture Form as appropriate. The Forms including documentation must be received 8 by the City no later than 2:00 P.M. CST, on the second business days after the bid 9 opening date. The Bidder shall obtain a receipt from the City as evidence the 10 documentation was received. Failure to comply shall render the bid as non- 11 responsive. 12 13 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 14 or organization against whom Contractor has reasonable objection. 1 15 16 12. Bid Form 17 18 12.1. The Bid Forin is included with the Bidding Documents; additional copies may be 19 obtained from the City. 20 21 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 22 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 23 the Bid Form. A Bid price shall be indicated for each Bid item, alternative,and unit 1 24 price item listed therein. In the case of optional alternatives,the words "No Bid," 25 "No Change," or"Not Applicable"may be entered. Bidder shall state the prices, 26 written in ink in both words and numerals, for which the Bidder proposes to do the 27 work contemplated or furnish materials required. All prices shall be written legibly. 28 In case of discrepancy between price in written words and the price in written 29 numerals,the price in written words shall govern. 30 31 12.3. Bids by corporations shall be executed in the corporate name by the president or a 3 32 vice-president or other corporate officer accompanied by evidence of authority to 33 sign. The corporate seal shall be affixed. The corporate address and state of 34 incorporation shall be shown below the signature. 35 36 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 37 partner,whose title must appear under the signature accompanied by evidence of I 38 authority to sign. The official address of the partnership shall be shown below the 1 39 signature. 40 41 12.5. Bids by limited liability companies shall be executed in the name of the firm by a F 42 member and accompanied by evidence of authority to sign. The state of formation of 43 the firm and the official address of the firm shall be shown. 44 45 12.6. Bids by individuals shall show the Bidder's name and official address. 46 47 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 48 indicated on the Bid Form. The official address of the joint venture shall be shown. 49 50 12.8. All names shall be typed or printed in ink below the signature. 51 CITY OF FORT WORTH Water and Sanilmy Sewer huprorernenls for Lake Shore.Sheets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740. 100741.& 100743 Revised August 21,2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page S of 10 1 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 2 which shall be filled in on the Bid Form. s 3 } 4 12.10. Postal and e-mail addresses and telephone number for communications regarding the 5 Bid shall be shown. 6 7 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of i 8 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 9 to State Law Non Resident Bidder. 10 11 13. Submission of Bids 1 12 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 13 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 14 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 15 envelope, marked with the City Project Number,Project title,the name and address of 16 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 17 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 18 envelope with the notation "BID ENCLOSED" on the face of it. } 19 20 14. Modification and Withdrawal of Bids 21 ' 22 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 23 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 24 must be made in writing by an appropriate document duly executed in the manner 25 that a Bid must be executed and delivered to the place where Bids are to be submitted 26 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 27 are opened and publicly read aloud,the Bids for which a withdrawal request has been 28 properly filed may, at the option of the City, be returned unopened. 29 30 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 31 time set for the closing of Bid receipt. 32 33 15. Opening of Bids ' 34 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 35 abstract of the amounts of the base Bids and major alternates(if any)will be made available 36 to Bidders after the opening of Bids. 37 38 16. Bids to Remain Subject to Acceptance 39 All Bids will remain subject to acceptance for the time period specified for Notice of Award 40 and execution and delivery of a complete Agreement by Successful Bidder. City may,at } 41 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 42 43 17. Evaluation of Bids and Award of Contract 44 5 CITY OF FORT WORTH Water nod Sanitary Seiner Improvenrenis for•Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830. 100739.100740, 100741.d 100743 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1. City reserves the right to reject any or all Bids, including without Iimitation the rights 2 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the Project to make an award to that Bidder,whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 6 meet any other pertinent standard or criteria established by City. City also reserves 7 the right to waive informal itics not involving price, contract time or changes in the 8 Work with the Successful Bidder. Discrepancies between the multiplication of units 9 of Work and unit prices will be resolved in favor ofthe unit prices. Discrepancies 10 between the indicated sum of any column of figures and the correct sum thereof will 11 be resolved in favor ofthe correct sum. Discrepancies between words and figures 12 will be resolved in favor ofthe words. 13 j 14 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 15 among the Bidders, Bidder is an interested party to any litigation against City, 16 City or Bidder may have a claim against the other or be engaged in litigation, 17 Bidder is in arrears on any existing contract or has defaulted on a previous 18 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 1 19 Bidder has uncompleted work which in the judgment ofthe City will prevent or 20 hinder the prompt completion of additional work if awarded. 21 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 23 other persons and organizations proposed for those portions ofthe Work as to which 24 the identity of Subcontractors, Suppliers,and other persons and organizations must 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs,maintenance requirements,performance 27 data and guarantees of major items of materials and equipment proposed for 28 incorporation in the Work when such data is required to be submitted prior to the 29 Notice of Award. 30 31 17.3. City may conduct such investigations as City deems necessary to assist in the 32 evaluation of any Bid and to establish the responsibility, qualifications,and financial 33 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 34 organizations to perform and furnish the Work in accordance with the Contract 35 Documents to City's satisfaction within the prescribed time. 36 37 17.4. Contractor shall perform with his own organization, work of a value not less than 38 35%ofthe value embraced on the Contract, unless otherwise approved by the City. 39 40 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 41 responsive Bidder whose evaluation by City indicates that the award will be in the 42 best interests of the City. 43 44 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 45 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 46 the lowest bid submitted by a responsible Texas Bidder by the same amount that a l 47 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 48 comparable contract in the state in which the nonresident's principal place of 49 business is located. 50 CITY OF FORT WORTH Water and Sairitary Seiner Improvements for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741.&100743 Revised August 21,2015 } 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 i 1 17.7. A contract is not awarded until formal City Council authorization. if the Contract is 2 to be awarded, City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by l 5 the City. 6 7 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. i 8 9 18. Signing of Agreement I0 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 1 I required number of unsigned counterparts of the Agreement. Within 14 days thereafter 12 Contractor shall sign and deliver the required number of counterparts of the Agreement to 13 City with the required Bonds, Certificates of Insurance,and all other required documentation. 14 City shall thereafter deliver one fully signed counterpart to Contractor. 15 1 16 I 17 18 END OF SECTION } 1 _ a 1 1 s i I CITY OF PORT WORTH Water and Sanitary Serer hnpf oremenls for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100739,100740. 100741.& 100743 Revised August 21,2015 00$513 1 BID FORM Page 1 of 1 } SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT } Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS f=orm) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. hlcs:state bC_UslformslClQpd f bW L�A•ethics.5tate.tx.uslformslCi S.pd„f ❑ CIQ Form does not apply O CIQ Form is on file with City Secretary } ❑ CIQ Form is being provided to the City Secretary } ❑ CIS Form does not apply } ❑ CIS Form is on File with City Secretary i } ❑ CIS Form is being provided to the City Secretary ) BIDDER: } Woody Contractors, Inc. By: Troy Woody ' 650 Tower Dr Signature: Kennedale, TX 76060 Title. sident END OF SECTION } CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ' Form Revised 20179109 Copy of 00 41 00_00 43 13,00 42 43_00 43 37_00 45 12,00 35 13 Bid Proposal Workbook Addendum No.5 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 200 Texas Street City of Fort Worth,Texas 76102 FOR: Water and Sanitary Sewer Improvements for Lakeshore Streets Casa Loma Terrace-from S.Cravens Rd.to Baylor St. Grayson Street-from S.Cravens Rd.to Casa Loma Terrace Elgin Street-from Dillard Sl.to Stalcup Rd. Handley Drive-from Lancaster Ave,to Meadowbrook Dr. City Project No.: 100830, 100739, 100740, 100741,&100743 Units/Sections: Unit 1:Water Improvements(CPN 100830) Unit 2:Sanitary Sewer Improvements(CPN 100830) Unit 3:Casa Loma Terrace Paving Improvements(CPN 100739) .. Unit 4:Grayson Street Paving Improvements(CPN 100740) Unit 5: Elgin Street Paving Improvements(CPN 100741) j Unit 6: Handley Drive Paving Improvements(CPN 100743) t 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. i 3 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the } bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. l c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci,y P,ojrcr Nos 10030,100740.1007-11.100743 Form Revised 20150821 00 41 0000 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook.xls J 1 004100 BED FORM Page 1 0(3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager clo:The Purchasing Division 200 Texas Street } City of Fort Worth,Texas 76102 J FOR: Water and Sanitary Sewer Improvements for Lakeshore Streets Casa Loma Terrace-from S.Cravens Rd.to Baylor St. Grayson Street-from S.Cravens Rd.to Casa Loma Terrace Elgin Street-from Dillard St.to Stalcup Rd. Handley Drive-from Lancaster Ave.to Meadowbrook Dr. City Project No.: 100830, 100739, 100740, 100741,&100743 Units/Sections: Unit 1:Water Improvements(CPN 100830) Unit 2:Sanitary Sewer Improvements(CPN 100830) Unit 3:Casa Loma Terrace Paving Improvements(CPN 100739) Unit 4:Grayson Street Paving Improvements(CPN 100740) Unit 5:Elgin Street Paving Improvements(CPN 100741) Unit 6: Handley Drive Paving Improvements(CPN 100743) L 1. Enter Into Agreement 1 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. } 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 1 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. X 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. j 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. ' 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. '• 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving, receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. } c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 0000 43 1300 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook i 0041 00 BID FORM Page 2 of 3 1 3. Prequalification r The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal, 12-Inch Diameter and Smaller b. Sewer Collection System,Urban/Renewal, 12-Inches and Smaller c. Pulverization and HMAC Overlay(POL)of Roadway d. Liner System for Sanitary Sewer Structures(Warren) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 days days after the dale when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work(and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid ) The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form,Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) :# f. Prequalification Statement,Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary,CIQ or CIS forms are to be provided directly to City Secretary ) h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 1 1 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 20150621 00 41 00_00 43 1300 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook 00 41 00 BID FORM Page 3 of 3 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 space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid $3,147,719.50 7. Bid Submittal This Bid is submitted on August 16,2018 by the entity named below. 1 Respectfully submilteds Receipt is acknowledged of the j Initial following Addenda: Bv: Addendum No. 1: (Sig r Addendum No.2: Addendum No.3: '1 Troy Woody Addendum No.4: (Printed Name) lAddandum No.5: Title: President Company: Woody Contractors,Inc. Corporate Seal: } Address: 650 Tower Dr Kennedale,TX 76060 State of Incorporation: Texas Email: %ongyZf320VaQ1.r�� j Phone: 817483-4787 y END OF SECTION 5 1 h l CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2015082t Copy of 00 41 OO OO 4313_00 42 43_00 43 37_09 45 12_00 35 13_Bid Proposal Workbook_lddendum No.6 J Mr:ll f 0a119�Jm+N. F lygr]e1d 6ECTfl3N 00 42 45 PROPOSAL FORM UNIT PRICE Bid BldtlaYs Applioslion I t 1 33 t.G24S8 L diet 3 f1 LP 4.440 490. 2 3311.0157 6"Water Pipe D 3311 12 LF 55 53.00 $2.915W 3 3312.07 7 C4dnerAl to E'slm 4--12'Wal MIP 3 EA SA 53.1300.00 S4Z0011.00 4 3312.0001 vire hlxureal 331240 a 53 90. Si 1.70 00 5 33iY.000f OvM1741roA WaterRltlnowl RaslraiM 3311 it ONS 2.0 370181-04 534009.40 6 3312 200 1 Water Service33 12 40 EA A Si-300.0!1 $87.200M 7 3312.2203 2" e[Rim 33 12 10 FA 3 S3 000.00 59.1140.00 10. 339220011' Sera Mite,NW.IeFEe necrm 331410 EA 44 350.00 $15400.!!0 9 33,17,220-1 2"Water Semlce_Malec Re rmegion 331210 LIAA 3 $550.04 $j,E5Q 00 M1 10 3 12. 2 6'We Valva 3312 20 F1) S7 140-04 -$3.340.011 11 3 1 . 03 g'Gale Valve 3312 20 EA 20 i 50 0 00 72 0241-1302 Remove 6'WitorygLvq 024114 EA 9 5750 Si"350. 3 9 670 Salva a Fi-VIOL-0 e H ra I 02 41 14 EA 3 130 940.04 J T4 02 7 alva 314'Wale r 024114 EA 16 751N1 51-26min Y5 02471512 Iva I'Wiktar Mafer 024114 EA 29 57500 $2100.00 1 0241-1511 Salva a 2"Nr¢ler 02.41.1.4 EA S 5.00 f 17 3!10 0 2" r e amoval $1 i0 00 EA 3400.00 S7 0.00 19 31 S .4103 72'•18"Tree Removal 7 la 60 l: 4 S1.000.00 $4,000.00 10 31 t0.010d -24'Tree Removal 311900 3 $1,6DOm 54.600.00 24 3-$}0,13105 2' ar Tree Removal 3 1000 1 S2 400,00 52 400.00 i 3123.0907 WWor h Plan Conuele P v 1- andle Or. 31 3 7¢ CY 600 20.00 510.00.90 22 31259107 Ste v7rstarPO0 Piave igOatA SW3P nsFall 312500 5 SIMOMI 51500.00 23 3201.0400 Temporary As hall PaviN Re air f2mnch HMAC on 8-mc CTB 32 01 17 LF $25.01) 5103.35G.00, 24 3211.0400 algid Lime a2 1120 TN 9 5170.00 33,230.00 25 3211.0502 sisyl 321129 Y 1 30 $0.00 370,350.0[] 26 2UMIR2 7"Co Pv 321213 SY i 450 556.00 36-0-000.0 27 32 3-M ch C uo to SAWA 32 1320 SF 05 57.00 5 5.00 29 32I&OM1 9'CeneMo 044sAm SF 440 8-50 SL7400D. 29 3276.0101 "Coft Curb and OOOer 12 16 13 LF 600.94sm S3 000 04 34 3 !80307 "Cdno VeH Caultar R - ! 1 32}g 13 Y 11 9 0 1 3217.0002 "OLD Pv tMerlan HAS 21723 LF 700 $875.04 32 3217.04034"H#4K (Markin RAS 321723 LF 2065332.50 32 7.0291 B'SLO Pvm1 MgMio 32 iT 23 L 1055330 W34 3217 0501 24'SLO Pvmt Madan WJE 321723 LF 40 $240-036 32171002 L ne and Mw 3217 t $150.00 317-T004 Lana end Onl 321723 1 $150.003 $21721 2 REFL Raised Marker TY r-C 321723 EA t S 00.110 36 3 2103 RE FI.Ruisod MyrterTYtb A 321723 EA 10 67moo 3200.00 39 3217.2104 REFL Raised Marker TV MC 3217 23 EA 8.0 524 00 $164.03 40 3 31.0213 - MOM Fu Metal Po is 32 31 2 LF .0 1810.04 mm 41 3291.0100 Tq 5a;! 32 1 t:Y [0 930.00 „$3 42 3292.0101 U l 9 7a Saw*Res ration Sodrlm 32 4Z t SY 100 Inlo $i 000.00 43 3292.0200 8eedin Bre st 329213 SY 350 2,44 570040 L 4a 3304.0101 Te a Wale Nies 330430. LS 1.0 1-0!1.$40.0 546,500, 43 32060903 6"Westar Line 33 05 12 EA 9 -72.050 00 518,454.00 B 7 1TmWm Control Oast and rove 347113 6 3 5138w.w 1 47 0171.0101 COnSENC[len 6takln 01 7123 t $8-500.00 w56f3-00 1 48 0171.0102 A"uil lium GA3 Aedin Sv 01 71 23 LS 4600-W ly}.500-Og 49 94740 COR Uuclion AOawnace I 00 00 00 LIS 1 gib 000.00 spqlwotoo UOTOTAF_-SUB-TOTAL UNIT is WATER Wmagews CPN 104880 38511.91 t W J f 1 t rue xRrrvcanl in M11nFRElhli]reLYn[:I SrLL'dN.11k47kY V!:T Fy."R.wuJnl]ilA •'I'M1 PniN-J+il d.+Hl W A A 134 W f]iJ Y if 1'x-5 s-'n.IM1 7,P�'ley+u"lM.l•mprMq l,.r a i 1 ua o Mmclarrrsu rw.aara 1 AMT109 00 42 43 PROPOFAL FORM UNIT PRmE Bin SiddeVs Applitaflon 1 i 3331.4201 i0"5ewar i i0 $ 7 9ff 2 3331.4202 i1"S CFS PFU 33 31 20 LF 30 $141).00 54 320, 3 331.41iSErSaYrerPl a 333150 LF ?.114 63.tl0 9188,192.00 1165 rAI CSS Oackld F 64 141.00 $12690.00 5 333, fi l0 6"Pi a Enla Innen 33 312a P 820 a $37200-00 a 1241.210 bAndonment Pl 02 411 EA 11 Si! O1 S800.00 70241.2001.5aniggry LIRe GV0utiAq 0241 14 CY 5 S ON S4 1 00 j 6 02 1.2102 V'Sowar A0,qflftnment MM 0343 14 >:A 1 82110.00 8200 do 9 k24i.220i Remave 4'$ f Mahheia D2 41 14 10 9500. S5 6430. i0 31,0.0102 6"-12"Twe,Ramava[ 0241 14 EA 8 $400.00 81,2 ,00 i1 3190.010312'-18' re Ref(Ipya1 317000 EA 4 $1000.00 $4000. f 3125.0141 S'[a a rpNu n Prevention a1 AC SW3P f stab 311000 LS 1 1 i 500.00 $1.5001)0 13 32010400 T ra As 0?evl ft"V(2-inch NMAC on 6-incl)CTB 3125 00 LF 1 1.614 mcoo 550.034.00 ! 14 3.11 040D HWouted Lmre 321129 TN 19 g17D.00 53,230 is 3211002 R"Li1neJL4atmert 3216 M 32 1120 SY .1.1m. 69.00 $10,359.00 18. 3213.0027'CoOcPvm1 321313 FY 1,150 350-00 5644911.00 17 3237.0 13 Wire Mash Famm M8121 Posts 320118 LF 100 5850.09 18 3241. 1T it 32 07 19 CY 50 v30. 51 ma an 19 3292.. ll Jri I9B Su ce Restoration Zmakin 32 92 13 SY 15 $II. $1.50001) 20 3292. 200 eedln arae sl 32 92 13 6Y 400 $210 0 _ 29 3301.0001 PMCGTV lempactpri 2 31 13 LF 620 $A O0 $2.480M 22 I=1.000i2'Pa iris Mien 330131 LF9.570 $300 510710,00 23 33010101 Manhole Vaquum lastipg 33 0131 $A 21 5175 90 $3 875.W 3305.0103 Ex o xr va n of Exfstin WNW 33 0130 EA 4 .00 33200.00 25 3805.0109 Tjqch SmIfety 330530 LF 3007 59.00 33.007.90 26 33DELDI 12 Conemis Coltar 33 97 50.00 S7,00-00 27 330s_0g02 tm d Embedm0n913firhfi2 CS8 330511 CY 215.0 1 390.00 93,is0.00 } 2a 33 1 01038 8 rPi poirt Re it 38'3123 LF ion 55290 55.200.10 29 a3 1 1201 Sorytce Reins9aternenl,Ripa afargamenl(Incl nnrticn line replacement and flinch 2- 333123 PA 9 S7,200.00 510,000.00 ban v[ } 30 $331.31414"S er Ary ae for pRpoo rail illsta0atian 33017 EA $5 S1,300.0p 545500.00 31 3339.0001 Fp2MMambole aorfflarjrttn Envaenmenlal 333123 W 120 $215-00 25800.00 } 32 3 .1001 4'5ewerlNanhola EA 10 $d 00000 33 3313.f00Z4'17rooMalfiala 333960 EA 1 sasqq.02 S5609, 24 3239.1203 6'Exlra Da 1h MamViole 333910.33Z020 15 5173 0 S2.625,00 35 34710001 Taf6a Comm! Desi nand PWMql 333920 1JK36 52300:00 313$00.00 26 0171.0101 Consbuc0on Stakim 01 71 23 !.F 1 S&500.130 35 500.00 37 0171D02 OS T12$ Ls7 3351.00 33.500.00 38 9999 01102 A 1)111 eena and Ra acr D2 4113 Fie 1 0 Sf 800110 9909.0700 Can Inlctlen AISa aAeo 00 DO00 S 1 ;�;O SU6TOTA4 sAFfSUB-TOTAL MY 2: [ARY ER{MP OVFM NT80870 SBt37.713.00 } 5 } 1 [ } "i[Y•x I+MIF Y'nrll - SIA}rII.NU1..=5rR[CTk A1'%Aln4'n114\OC[Y1RSiM rmnN.n.d 1mlytlN lPV XMa1,-f i;n N 6i l:al!Y11]I!W L J.,.,�a l�,Y,n I:m to It Iy rope%anaol llrndn��5 5 aU Lkw'Cw6 P-w6 1 BECTIUN 00 42 43 PROPOSALFORM UN1P PRICE SO Bidder's AppFcatlan J / 1 PgAl.1 Re104ve 1'ono 2t4 Curb and Gutta 4 fl 52 600.90 b 78 3 LF 580 B.OD 'St5080. 3 1 0302 2 inch As h[1t Paysmam T a Ir 32 12 16 8M 780 S 1.OD 88 SBD.Do 4 3205.0 ti Water aNa BOX Ad'stwl Collar 3 0514 EA i 54SQ00 5450.00 5 2305.0107 Manholc Ad'ust.Minotwl Collar 3 1 S$1440 SB1O.00 6 3291A 0O.To sal 32&11 GY 25 5750.00 7 3242.010 Blvd Sod Re acemaM 92 92 13 5'f 110 58110 3880.00 8 041.1TOD 16"Aavemenl FUY9 BVv 044116 SY 7W D 94.GBM00 2 1 0 e rtt Mvdilwlion 32 14 33 TN i4 245.90 33.-030.00 0 8898. Rua GA is 5120.00 $1,420.00 14 3305OtQ&Misca2ano s tl s1r0e is oldilie 000509 i�� 7.00D.OD 37.00004 12— 4444.O"Cansa'uogmAlIOWanw. 900000 S4.QN.DD 54.DPP.DD SUSTflTAL-SUBTOTAL Our 3:CASA LAMA TIRZRA PAMN IMPROVEMENTS CPN 100734 548.480.Da : } } Y r j ti 1 rm'w 3�Nn L4uRtt: 514VIaRDt[„11uLfnnt vinnlr.,[u„lxx['fn41a man,�.y,ceell[w ngL[H1:+l lei r/3�6J+l I:Qi>5 Ll 1!#E, 1 I'wm[.wa n::llri [Tti[ wl+a 4'wl�i+bfmixnY- 1 J J wa+N om rnams�+ `f Pagci tl6 SECTION 69 42 43 1 PROPOSAL FORkl MIT PFdGL BED Bidders APPIiCsliut5 1 024i 0100 SF i50 59.00 9 2 2i3.0301 4-hruh CoW04!Bldevealk 3$0 5F 170 541pip 51.020.011 02410360 Remove ADA kimmp- 02 4113 EA 5 S?09A I 37 OOQ,00 4 WOW=AVA PdW, FA 5 sf,app.co S9,000.011 5 0241.1300 Remove Concrete Curb aed'Gulter 0247 i5 LF I.M. 35.40 3000000 8 321&1)102 7-inch qmcretaGufb&194.fth GuRw 321613 LF 1,7&D 828. l 7 0241.0401 Remove Conarele Qrwawa 024113 sp 1 1.50 52430.00 a 3213.0401&inch Conaelo g&gM 3213 2.0 Sf ATM M.130 314L320-00 9 3212.0302 2-inch A500 P9kema ll 821215 SY 2,200 Si 1 00 324 200.00 117 3305.0911 Water NAIva Box Adua1 lOulla 330514 EA 2 345000 $900.00 ii 05.0105 MIs6 Ad'ual-Water Maley Bax 330614 2 Sfi0.00 3320.00 1 3303.0167 Manhole,Ad 51 9 33061 2 10.00 57 2000 13 3217 5001 Ctatj Ad ghLin 1 19 50.00 $95000 1 14 328 0 00 + a291 14 G 25 sv.p 57SOM 15 3 m0 lock Sod Re Laeomarl 329213 SY 550 36.00 u440A00 • 145, 0249.170010 PevBmenl PtdvaFiLsllgn 0 4 18 3Y 2200 $6.00 $13,70000 17 �2�31 mo cgmgm mi2diPmlicn 14 $245.00 53,430= To %99 CWG Roadbo d t nl A 16 120.00 31 0.0 ! 18 3:905. 1QSMi3ce9unaus A&us[ ems fifilma 000509 L8 1 57, 0. 700000 ! 2Q 9090.0000 Consinrciion Allawantm 000 00 LS 1 rll,QW.IDDI 00400 9UB10TAL-SUB-TO AL UNIT 4:GRAYS UN S PAVING IMPRE ME14TS JGPK 100740 TTP 90 j } I �k 1 1 S 1 i TIS•F�++Pr araeni _ .1T.1\11.W]!'/1\YIkIL'1Y��1nC6Y AT1��P1•!1r\Tti rrm+�.w.i.uibl T+ lLa wa4.r�NPr+In m+1IY W r_n I�u�+wi+11 Ml!I I ry'll-=P^+�llsueet WLwm v.S 1 7 P. a. C,IX r ore 1 SECTION 00 42 43 PROPOSALFORM UNIT PRJCL 910 Bidders ApPBcatlnn } 1 1 341.0, y7amnveSldawatk 411 zao- s1.bD 2 U131DEDI 4-inch CjoacMa Slcfawmgk 32 320 F 96 S8.0LL $1 74 . D 3 0241.0 Remove AOA RamR 024113 EA 12 11010.0 52400,04 d 9999A002 A13A RdrAp EA 7 400.0 $21I- . s 0241 1300 Remeaa Co rete Curb and Guttbr 2 15 LF 3.250 55-104 J 6 16. 3 0 02 74ech Concrole Curb 8 19- 321inch Ginter 73 LF 3,740' RE Y. 7 40.00 7 0241.04Di Remove r le E7ri 024111320 EF 940 $ 50 51.350.90 s 3213.0401'64ndi c Ia.Drivew 32SF 1000to,-00, 512.84D44 9 9 2 2-inch As hail Pav_emgnl Type,"o• 3 2 16 SY 4.800 511.00 552.8DDA4 10 V,05.0111 Waiel Wbo 60x Atlust wl ! 930514 EA 50.00 540DO0 11 3 0105 Mist Ad.Wl-Wader M41ar Rek 33 0514 EA 7 350.00 5426.40 12 3305.6107 Manh AL"I. i wl Colar 33 0514 EA 7 5610.00 4 na o4 13 321Th001 ru;b 321725 rCA 0 SSD-00 5400.00 14 9291. 1txFTc sell 329119 G 10 SaO.OD 5.300.00 15 3202.0190 41ock Sod Realaeemenl 32 92 13 SY 1,60D $8.00 812.800 W 10 O2 'L17 10'Pave 01Putunnza0nn 024 5 4.e0D 55.40 SFe.e0u.00 V 321 1 Co N!o� inn 32 it 33 TN 32 18 0999.0000 Roadbo-nd Fn1 GA 35 S 4.00 ,200.44 1 19 9999.0000 Remove&FtoRlmSqCurb Inlet TOR EA 5 $2.000.00 51 40.40 20 33D6.D108Miscollanuus A4ust amts utiii0es 5 L3t 1 57000.00 57400.00 21 9990.00 Cansttu ion Allowance W00 l3 1 38041000 t sUaTQTAL-SUB-TOTAL Lrmrr5:Man STREET PAVING IMPFME E01TS CPN 1 074 5313 770.011 3 f 1 11 i L } 1 � :1ry/'rnai xwnl Sfx\V.WL!'n\5fRL i:JW�'YPFt'hi'al4=ti/Y1l lgtiSS aan x,nw Nib1Li !'Pti rtgd-!N W w u w w,t i5 w,1,1�}N Lr ie 11 li w i'.n P41hm,1 UaWwl-5dkn.5m M r J 1 w.i Oa I om ram#..i P�dotd wicnoN o4 42 43 PROPOSAL FORNf UNIT PRICE BEET Pdddoes APpllcafsan i _ I 0241 0100 Remove 8id2walk 41 13 BF 1.00 3213,0301 4-ino CortcrOn 81atvelk 321320 SF 15920 .00 Sit 620.04 3 0241.03DD Ramove ADA FUMP 02 41 13 14 &266,00 52.500.00 4 R7 "cA 22 51804.110 S3 60 00 8 5 041130011 a 024115 LF 9400 5900 S47,00g0 3296.00 'Ie.O8t& Gnr 321813 LF 10340 $26.IX} $20 owoo 7 0241.0401 Ra ova Cone 42.4,113 4.2D0 $1.50 -4 J 8 i .0401&inchtlonerekeDrivawa 2 13 20 SF 6300 .110 SSOd00.00 9 0241 1400 Remeva Concrete VmijU Outlet 02 41 70 SY 6555.00 10 3216.0301 7-Inch Concrete Voligg Gutter 32 a 73 SY SW-n0 55,650.00 1 11 3212A3g22•Irvh Asphalt Pavement T 'U° 32 12 SY 27 000 S 7 6231000.00 12 33DS.DP11 Water Valve Box Adigt wi Colla 14 EA 7 y450.Di1 S3,150.00 13 3305.0109 Mi9c A ust-W I r 1Peivr Roe 3 0514 EA $60.00 3120.00 i 74 3305.01 holeAd'usf MOldrwlCdllar 330514 EA 11 651000 55710.00 15 3217 50 1 qwLg AddmSS Po,nting 321728 FA 0 50 6 .04 714.5W= - 15 3 9 Ot08T so4 329114 100 530 33110000 1T 92 100 Bruck Sed R6 laeemerll 32 92 43 2A20 5".00 519.300.o0 11, 0241.176010'P2v nt a 411§ 8Y 21,011 $6.00 S126W.00 1 19 3 11.OW Cemanl Mgdulcatlm, 321133 TN 137 5245.00 53366.00 2 9998. Re dnontl Erli RAi S120.00 7 2-00 21 3217.0205 Pavement Markin qs,Gt*2 Bars 321723 LF 40 34.00 5240 00 22., 321-1.001 Them+ Inane HAS lenaLine 321723 LF 4,446 .51.28 95525.00 23 3217.0002 4"$slid Y Sew Thermoplastic HA5 Center Line 3 LF -360 $1.28 5450 00 24 9999.4000 Remove 5i Re ace 20'Cud!Inlet Top EA i $2.000m 1 25 3'305.0706 14111 ilenous Ad' temente tubliflosl 00 05 05 LS i 57 0011.00 S ,000.00 J 28 9 9.0000 Caestrvslicd Ailpvl8 LS 1 *82,220d0 552220.00 SUBTOTAL-StJB•TaTALURT6.-FmDLEYDRIVE PAVINGil4PRGVPk11:lvYs C13N10 743 5,095.175.00 a .a:• - Oub-I Mml nit 1:Watorrcvemnnts CPN 790A70 So 911.50 / b'ub Tapl Unk 2:Smite Sewer Improvements (CPN 00930 3887118.00 Sub-Total Odd 3:Casa Lama Terrace Pavim Im rovemerlte 1GPN 103739 $49990.01 + Sub-Total Unit 4:Grayson Strout Pavido im roveMOOL6 fCPM 1007401 $160,77G.0 Sub•Tolal Unit 5:E3 in Stmt pavlog Im rovemon PN 100741 531 770.00 Sub Tdtal Unit 6;Hart 17rive Pavin r vemenis CPN 100743 51 09S 173.OD i ' Total-Water De rtment:U00 ILA Urt 2 $11,518,0241110 Tow]-Grant(Unil 3,Un]t 4,iln t 5, nit 6 t 55 09.50 TO AL B D 53,1'47,714.50 END OF SECTION 1 Z 1 i 1 } 1 1 S ' rte rrrnau urate r!ti\uv�+.i.��nn.rrina cnl:nir.+mr�rrxlyc:�s tUirine'.�nNwil[L Ii1114�Ai:it PSIS I'WI}!I H1�11.IF11SvPs-0e�AJ R.uame\o f ry...Rnr.l Yi4tolYJ rx i 1 I BID BOND J The American Institute of Architects, AIA Document No. A31 U (February, 1970 Edition) Jy 1 KNOW ALL MEN BY THESE PRESENTS, that we Woody Contractors Inc. 1 as Principal hereinafter called the Principal, and Vigilant Insurance Company as Surety, hereinafter called the Surety, are held and firmly bound unto city of Fort Worth, Texas 1 1 -. as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid (5%)---------------------------- Dollars ------ - ------Dollars ($-- ------------- ), for the payment of which sum well and truly to be made,the said Principal and the j said Surety, hind 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 Sewer Improvements for Lake Shore Streets 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 j 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. 7 Signed and sealed this 2nd day of August _ 2018 i �A'OULz'COIF 9A(TQRS ERIC. rincipal (Seal) Xre By. r Name/Title �r VIGILANT INSURANCE.COMPANY Surely (Seal) Elizabedi Gray, At rney-in-Fact lJ 1 Chubb POWER federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY,-a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and ' appoint Elizabeth Gray, Charles D.Sweeney,Kyle W.Sweeney and Michael A. Sweeney of Fort Worth,Texas--- each as their true and lawful Attorney-in-Fact to execute under such designation fn lheit names and to affix their corporate seals to and deliver for ants cn their behalf as Surely I thereon or otherwise,bonds and undetfakings and other writings ohligaloty in the naium thereof(other than bail bonds)given or executed in(he course of buslness.and any instruments amending or altering the same,and consents to Iftie mgdificaifon or alteration of any instrument referred to in said bonds or obligations. 1 In V111Iness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COPAPANY#rave each executed and attested 1 these presents and afrixed their corporate seals an this 261h day of April,201 erne 1.A stant Serfefary .Norris,Jr.,Vice President STATE OF NEW JERSEY � ss. Counly of Somerset r On this 26th day of April,2091 before rne,a Notary Public of Now Jersey,peisanally tame Kenneth C.Mendel,to me knawn to be Assistant Secretary of FEDERAIL INSURANCE COMPANY,V1G}LANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY.the Companies whlcb executed the foregoing Power of Atiomey, and the said Kenneth C. Wendel,being by me duly sworn, did depose and say that he is Ass€slant'Secretary of FEDEM INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affmad to the foregoing Power of Attorney are such corporate seats and were thereto affixed by authority of the By-Laws of said Companies;and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authofrty;and that he is acquainted with David B.Norris,Jr.,and knouts him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subsaibed to said Power of Attorney is In the genuine handwilting of David B.Norris,Jr.,and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seat } KATHERINE!.ADELW NOTARY itail'NEW 3Fk5 1 Ne.2 � ,w p�ARY � I� 3TttdBS CommWian itis July lb,20i� i% $1. Notary Public ' v1 CERTIFICATION Extract from the By.Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANQE COMPANY,and PACIFIC INDEMNITY COMPANY: 'Aft powers or attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vick President or an Assistant Vice president,jointly,with the Secretary or an Assistant Secretary, Under their respective designations,Tate signature of such oftrvers may he engraved,printed or lithographed.The signature of each of lba following officers:Chairman,Ptestdent,any Vice President,any Assistant Vice President,any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereta appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof,and any such powerof attomey or cenificale bearing Such facsimile signature or facsimile seal shalt he valid and binding Upon the Cumpany and any such power so executed and certified by such facsimile signature and facsimile seakahall be vatld and t)fnding[spin the Company with respect to any bond or undertaking to which it is attached.' } I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,WGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY j ((he"Companies')do hereby certify that (f) the foregoing extract of the By-Laws of the Cvmpnias is We:and narrect, t (f€) the Companies are duly ffeensed and author€zed to transact surety business fa all 60 of the llydted States of America and the District of Cotumlria and are authorized by the V.S.Treasury Department;further,Federal and Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is lteeased in i American Samoa,Guam,and aazh of Ma Provinces of Canada except Prince Edouard Island;and (ill) the foregoing Power of Attorney Is true,correct and m full force and effect. Given under my hand and seats of sald Campantes at Warren,NJ this August 2,2018 (�40 ", a Nor � aYarANF brr t� �FWYnA+F e nal . enet (slant Secretary IN THE EVENT YOU WISH TO NOTIFY LIS OF A CLAIM,VFRIF Y TFiE AUTHENTICITY OF THIS SO€VD OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,DIS BY Telephone(500)903-3493 Fax(5418)903-3556 l e-rrtSil; surer chnb4.com Form 15-10-0225B-U (Ed.5-03) CONSENT 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER 1 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 (put-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 sidire Mere or Siaok , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute Is attached. i Nonresident bidders in the State of State Nam ar Blaow, , 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. Cl BIDDER: Woody Contractors, Inc. By: Troy Woody- 650 oo 650 Tower Dr Kannedale,TX 76060 (Signature) } Title: President i Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 201/0827 Copy of 00 41 00_00 4313 00 42 43_00 43 37_00 4512_00 3513_Bid Proposal Workbook Addendum No.5 i 0045 EI -1 BIDDERS PREQUALIFICATIONS Page I of 3 i ! SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 1 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids.To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is ' 7 not prequalified for the work type(s)listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and I1 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 i 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings } 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter,Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 1 29 following web address www.window.state.tx.us/taMermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. t 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 1 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 5 35 d. Resumes reflecting the construction experience of the principles of the firm for firms ' 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in } 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy ' 44 be submitted for consideration. k 1 CITY OF FORT WORTtt Water and Sanitary Seiner Imrproreuents far Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739, 100740. 100741.& 100743 Revised July I,2011 i 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 ' 1 (2) To be satisfactory,the financial statements must be audited or reviewed } 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that ' 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual,corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. i 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. f 17 It should: (1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes fl 24 of awarding contracts. Bidding capacity is determined by multiplying the 1 25 positive net working capital (working capital =current assets—current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 4 35 Applications will be rejected. ' 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"NIA"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. } 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. ' CITY OF FORT WORTH Water and Sanitaq Setiver Improvementsfor Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739,100740. 100741.& 100743 Revised July 1,2011 5 r 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 ' 4 1 5 6 8 END OF SECTION 9 i J i l ti 1 } 1 i I . 1 CITY OF FORT WORTH [haler acrd Sanitary Seiner Improvements for Lake Shore Sheets Units 1-b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cir) Project Nos. 100830, 100739,100740, 100741,& 100743 Revised July 1,2011 M i • 00 45 12 BID FORM Page 1 of 1 } SECTION 00 45 PREQUALIFICATION STATEMENT J } 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. 1 Major Work Type Contractor/Subcontractor Company Name Erequalification Ex iratian hate Water Distribution, Urban and Renewal, 12-Inch Diameter WOODY CONTRACTORS, INC. 19-Apr and Smaller Sewer Collection System, + Urban/Renewal, 12-Inches and WOODY CONTRACTORS, INC. 19-Apr _ Smaller Pulverization and INIAC JLB CONTRACTING, LLC 19-Jan Overlay(POL)of Roadway a Liner System for Sanitary DE=W INFRASTRUCTURE, INC. 19-Jan •� Sewer Structures(Warren) The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. r BIDDER: Woody Contractors, Inc. By: Troy Woody. i 650 Tower Dr Kennedale, TX 76060 Sig e) Title: President 1 Dater f ti END OF SECTION 5 1 5 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Copy of 00 44 0000 43 13^00 42 43_00 43 37_00 45 12_00 35 13_Bld Proposal Workbook_4ddendum No.5 1 FoRTWORTH SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet } Mark only one: Individual S Limited Partnership General Partnership } Name under which you wish to qualify Corporation LjLimited Liability Company ) 1 Post Office Box City State Zip Code ) } Street Address(required) City State Zip Code } 5 1 Telephone Fax Email a Texas Taxpayer Identification No. i Federal Employers Identification No. DUNS No. (if applicable) 1 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" 1 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 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 "j 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 1 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 1 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 Sanitaq Seiner Improvements for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100734.100740. 100741,&100743 Revised December 20,2012 i 1 0045 13-3 BIDDER PREQUALIFICAT[ON APPLICATION Page 3 of 8 t } 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 i 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 1 Sewer interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller -} Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller _) Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes 1 Sewer Cleaning,24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning,AlI Sizes i Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) ' Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting } CITY OF FORT WOR"rH Water and Sanitary Seiner Imp ovenrents far Lake Shore Sheets Units I-6 STANDARD CONS'T'RUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741.&100743 Revised December 20,2012 1 i ' 004513-4 1 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 1 } 1 1 1 3 I 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: j 3. How many years of experience in construction work has your organization had: 1 (a) As a General Contractor: (b)As aSub-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 J _ i 4 *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 1 complete a contract? 1 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. 5 CITY OF FORT WORTH Water and Sanitary Sewer Gnproventents for Lake Shore Streets Units I-6 STANDARD CONS'T'RUCTION SPECIFICATION DOCUMENCS City Project Nos. 100830, 100739, 100740.100741,&100743 ` Revised December 20,2012 i 0045 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? r 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 1 - 1 } 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. } I2. 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 f } 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the I 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 Irnprovernenis for Lake Shore Streets Units I-G STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830.100739, 100740.100741,&100793 Revised December 20,2012 S l 004513-C BIDDER PREQUALIFICATION APPLICATION t Page b of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers r i 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 Sanitaq Seiner Improvewnts for Lake Shore Streets Units I- STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'rs City Project Nos. 100830, 100739, 100740, 100741,&100743 Revised December 20,2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 i 14. Equipment $ r TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE ' l i 2 3 4 S ' 6 7 8 } 9 _ 10 } 11 12 13 14 15 16 17 18 } 19 20 21 1 22 23 24 a 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. } 1 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. 5 CITY OF FORT WORT)I Yater and Sanitary Seger linpr ovenrents for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPEC]FICAIION DOCUMENTS City Project Nos.100830, 100739.100740,100741,&.100743 ' Revised December 20,2012 1 I l 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 r i BIDDER PREQUALIFICATION AFFIDAVIT 1 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 t 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 I Prequalification Application are correct and true as of the date of this affidavit. 1 Firm Name: Signature: T Sworn to before me this day of , Notary Public 5 Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH Water and Sanitag Seiner Improvements for Lake Shore Streets Units 1-G STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739. 100790, 100791,& 100743 Revised December 20,2012 004526- 1 r CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I 1 i 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 } 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 100830. 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: � 11 12 W Oajin r rcr++""6 By: l rO q �r�e919, 13 Company (( lease Print— ) 14 I 15 _ O T�r-t r: ✓�-� Signature: } 16 Address 17 !!,,�� l 18 07kyO'�l'�. / �U��� Title: r7C1j�� } 19 City/State/Zip (Please Print) 20 i 21 } 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFQ,L-LAE,the undersigned authority, on this day personally appeared 27 //0y 1440 001 , known to me to be the person whose name is j 28 subscribed the foregoing ins rument, and acknowledged to me that he/she executed the same as 29 the act and deed of LAIpa 2 Cen+y1k 64,-s for the purposes and 30 consideration therein expressed and in the capacity therein stated. � 31 32 GIVEN UN ER MY HAND AND SEAL OF OFFICE this % �� day of - ) 33 OG�-a r 20il. l 34 35 1 36 37 Not Pu lic ' and for the State of Texas 38 1 39 END OF SECTION } 40 LUZ A RAVELO t �__ Notary State of T Nota Public, exas N: ;q IiAy Commission Expires ti rgrF of SE+P April 29,2019 CITY OF FORT WORTH Water and Sanitary Seger•hnprovementsfor Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739, 100740, 100741,& 100743 Revised,luly 1,2011 5 1 J 004S40-1 Minority Business Enterprise Specifications } Page I of 2 I 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY } 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is } 6 applicable. 7 } 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 1 l regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS } 14 The City's MBE goal on this project is <Insert project goal percentage>_% of the total bid value of the } 15 contract(Base bid applies to Parks and Community Services). 16 ! 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 1 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. _1 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times } 30 allocated, in order for the entire bid to be considered responsive to the specifications. The O fcror shall 31 dellver th'e MBE LIucurrlentall6l) Di person to the appropriate e111p]oyee 0I' the }�urc11asing JiAslioil and 1 32 obtain a datellimu rueuIpt. Su�:1i i'veeipt shall be evlcleiic-e IIIal Ilse C[ly rev eived the documental inn i i i the 1 33 lune allocated. A fioxed nnlllol•emaiILd copy wi11 nal be Arcep IOd. 34 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business l 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 1 participation is less than stated goal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business } Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBEparticipation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 35 CITY OF FORT WORTH Water and Sanitaq Sewer Inrproventents for Lake Share Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739.100740, 100741,&100743 ti Revised June 9,2015 1 i 004540-2 Minority Business Enterprise Specifications 1 Page 2 of 2 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 1 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 i BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. g END OF SECTION 9 10 11 } } s ) CITY OF FORT WORTH Water and Sanitary Sewer Impporeurenls for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00Project Alos. 100830,100739,100740,100741.&100743 Revised June 9,2015 l 00 45 41 - SMALL BUSINESS ENTERPRISE GOAL 1 Page I oft 1 I SECTION 00 45 41 2 SMALL BUSINESS ENTERPRISE GOAL, 3 1 4 APPLICATION OF POLICY r 5 If the total dollar value of the contract is $50,000 or more, then a SBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small ' 10 Business Enterprises (SBE) 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 SBE PROJECT GOAL 1 14 The City's SBE goal on this project is <Insert project goal percentage>% of the base bid (Base bid 15 applies to Parks and Community Services). 1 16 1 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an 18 Offeror must submit both a MBE Utilization Form and a SHE Utilization Form to be deemed 1 19 responsive. 20 21 COMPLIANCE TO BID SPECIFICATIONS ` 22 On City contracts$50,000 or more where a SBE subcontracting goal is applied Offerors are required ') 23 to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the } 24 following: 25 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation,or 26 2. Meet or exceed the above stated SBE goal through SBE Joint Venture participation,or -1 27 3. Good Faith Effort documentation,or; 28 4. Prime Waiver documentation. 29 30 SUBMITTAL OF REQUIRED DOCUMENTATION 1 31 The applicable documents must be received by the Purchase Division, within the following times 1 32 allocated, in order for the entire bid to be considered responsive to the specifications. TIle Olfeior 33 shall de.liv�r 1lae SIE ill person to the appropriale eniployee of the purchasing 34 division and obudn in dmeftfllic rceeil]1. Such receipt shall be eVitlmo that the Cit} received the 35 duKLImenl-alivrl in 111e lune allocaled. A_faxcd andfnr ernaIled copy NO)I an Inc 11 crep te1L 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m.,on the second City business met or exceeded: day after the bid opening date, exclusive of the bid opening y date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,oil the second City business } Utilization Form, if participation is less than days after the bid opening date,exclusive of the bid opening ti stated goal: date. 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,on the second City business Utilization Form,if no MBE participation: days after the bid opening date, exclusive of the bid opening date. l 4. Prime Contractor Waiver Form, if firm received no later than 2:00 p.m.,on the second City business will perform all subcontracting/supplier work: days after the bid opening date, exclusive of the bid opening date. ' 36 CITY OF FORT WORTH Water and Sanitary Seiner Lnprovetmnis for Lake Shore Streets Units I-b STANDARD CONSTRUCTION SPF;CIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740, 100741,R 100743 Revised.ILInB 9,2015 004541 -2 J SMALL BUSINESS ENTERPRISE GOAL ! Page 2 of 2 1 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m.,on the second City business exceeded: days after the bid opening date, exclusive of the bid opening date. J 2 3 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE 1 4 ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO J 5 SPECIFICATIONS. 6 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN 7 THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL 8 RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. 9 THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A ' 10 DISQUALIFICATION PERIOD OF THREE YEARS. 11 Any questions,please contact the M/WBE Office at(8 17)212-2674 12 13 END OF SECTION 3 J 1 } { ) ) s , l , } CITY OF FORT WORTH Wafer and Sanifaiy Seiner Improvements for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739,100740.100741,& 100743 Revised June 9,2015 i r 005243-1 Agreement Page l of 5 1 SECTION 00 52 43 i 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on O_ is made by and between the City of Forth 5 Worth, a Texas horse rule municipality, acting by and through its duly authorized City Manager, 1 6 ("City"), and —�,h z 7 authorized to do business in Texa?, acting by and through its duly authorized representative, 8 ("Contractor"). 9 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 10 follows: 1 I Article 1. WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Article 2.PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 Water and Sanitary Sewer Improvements for Lake Shore Streets Units 1 -6 18 City Project Nos. 100830, 100739, 100740, 100741, & 100743 19 Article 3. CONTRACT PRICE 20 City agrees to pay Contractor for performance of the Work in accordance with the Contract ? 21 Documents an amount, in current funds, of Dollars 22 23 Article 4. CONTRACT TIME 24 4.1 Final Acceptance. 25 The Work will be complete for Final Acceptance within 365 days after the date when the 26 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 27 plus any extension thereof allowed in accordance with Article 12 of the General 1 28 Conditions. 29 4.2 Liquidated Damages 30 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 31 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is } 32 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 33 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 34 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 35 instead of requiring any such proof, Contractor agrees that as liquidated damages for 36 delay (but not as a penalty), Contractor shall pay City Seven Hundred and 00/100 } 37 Dollars ($700.00) for each day that expires after the time specified in Paragraph 4.1 for 38 Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Water and Sanitary Setirer Improventents for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740. 100741.&100743 Revised 11.15.17 1 005243-2 Agreement Page 2 of 5 ' 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: } 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist of the following: } 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 1) Proposal Form 47 2) Vendor Compliance to State Law Non-Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents(project specific) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MBE and/or SBE Utilization Form i 58 3. General Conditions. 59 4. Supplementary Conditions. } 60 5. Specifications specifically made a part of the Contract Documents by attachment 6I 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 S. Documentation submitted by Contractor prior to Notice of Award. 1 66 9. The following which may be delivered or issued after the Effective Date of the 1 67 Agreement and, if issued,become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. ? 72 73 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 f 78 under this contract. This indemnification provision is specifically intended tooperate } 79 and be effective even if it is aIle ed or proven that all or some of the dams es beim } 80 sou ht were caused in whole or in vart. by any act,omission or negligence of the ei . 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 CITY OF FORT WORTH Water and Sanitary Seiner Improreurents for Lake Shore Strects Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739,101)740,100741,& 100743 Revised 11.15.17 ti 4 005243-3 Agreement f Page 3 of 5 85 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, j 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 J 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, 1 92 by any act,omission or negligence of the ci 93 94 Article 7. MISCELLANEOUS 95 7.1 Terms. 96 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 97 have the meanings indicated in the General Conditions. 98 7.2 Assignment of Contract. i 99 This Agreement, including all of the Contract Documents may not be assigned by the 100 Contractor without the advanced express written consent of the City. .f 101 7.3 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 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. t 110 7.5 Governing Law and Venue. 11 This Agreement, including all of the Contract 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,Fart Worth Division. ` 114 7.6 Authority to Sign. 115 Contractor shall attach evidence of authority to sign Agreement if signed by someone other ' 116 than the duly authorized signatory of the Contractor. ' 117 118 7.7 Prohibition On 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 verification from the company that it: (1) 122 does not boycott Israel; and(2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH Water and Sanitary Sewer Imps ovements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741.&100743 Revised 11.15.1 7 005243-4 Agreement 1 Page 4 of 5 1 123 The terms "boycott Israel"and "company" shall have the meanings ascribed to those terms 1 124 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 125 certifies that Contractor's signature provides written verification to the City that 126 Contractor: (1) does not boycott Israel, and(2) will not boycott Israel during the term of 1 127 the contract. 128 129 7.8 Immigration Nationality Act. i 130 Contractor shall verify the identity and employment eligibility of its employees who 131 perform work under this Agreement, including completing the Employment Eligibility 132 Verification Form (I-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 laws as well as 135 establish appropriate procedures 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 1 139 THIS PARAGRAPH BY CONTRACTOR, 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 142 this provision by Contractor. 143 j 144 7.9 No Third-Party Beneficiaries. 145 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 146 and there are no third-party beneficiaries. 147 148 7.10 No Cause of Action Against Engineer. y 149 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 150 sureties, shall maintain no direct action against the Engineer, its officers, employees, and } 151 subcontractors, for any claim arising out of, in connection with, or resulting from the 152 engineering services performed. Only the City will be the beneficiary of any undertaking by 153 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 154 whether as on-site representatives or otherwise, do not make the Engineer or its personnel E 155 in any way responsible for those duties that belong to the City and/or the City's construction 156 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 I 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 SIGNATURE PAGE TO FOLLOW 166 I CITY OF FORT WORTH Water and Sanitmy Seger hap ovenrents for Lake Share Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739,100740, 100741,&100743 Revised 11.15.17 005243-5 Agreement 1 Page 5 of 5 167 168 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be j 169 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 170 Date"). —1 171 Contractor: City of rt Worthf �j t By: Ja h a V By: Assis a anager (S' ure) FOP f .nNy Date I D r4204 Lt/,20�1.1 Attest: (Printed Nane) City Secretary Title: PrtS! e� (Seal) Address: �X AS �jrQ �0 r Or' 04- M&C C- 2SGI2-4 Date: f } Form 1295 No.7X?1g1-3949 PSS 17' 7bA�D City/State/Zip: K6nAeAJ4� I Contract Compliance Manager: 1 By signing, 1.acknowledge that I am the person responsible for the monitoring and Date administration of this contract, including Il ensuring all performance and reporting ), requ' ements. .j Lawrence Halniltoap, P.E. Senior Professional Engineer l Approved as to Form and Legality: O � Vu g I Was W. Black Assistant City Attorney 172 J 173 APPROVAL RECOMMENDED: 174 �� [75 176 177 DIRECTOR, e t°1J�t� ��2 �`� } 178 T s 179 r OFFICkAL RECORD I CITY OF FORT WORTH Water and Sanitary Server Improvements far La i �R°° STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 1 DT, 100741,& 100713 Revised 11.15.17 b Te WORTH,TX C� I 0061 13- I PERFORMANCE BOND Page I oj,2 Bond No. 8245-50-35 1 SECTION 00 61 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Woody Contractors, Inc. , known as"Principal" herein and 9 Vigilant Insurance Commin , a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas, known as"Surety" herein(whether one oi- 1 1 more), are held and firmly bound unto the City of Port Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as"City"herein, in the penal sum of, Three Million, One 13 Hundred Fort even Thousand, Seven Hundred Nineteen Dollars & Fifty Cents f.$3,147,719.50) 14 lawful money of the United States, to be paid in Fort Worth,Tarrant County, Texas for the 15 payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, 16 administrators, 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 j day of &OWm 20-4f , which Contract is hereby referred to and 19 made a part hereof for all purposes as if frilly set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as Water and Sanitary Sewer Improvements 22 for bake Shore Streets Units 1-6 City Project Nos. 100830, 100739, 100740, 100741, 100743. 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 Wates'and Sanitary Sewcr tmprovemcn(t for Lake Shore Streets Units 1-6 STANDARD CONS-f RUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 1007.30. 100740. 100741.& 100743 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 t42 Bond No. 8245-50-35 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 WETNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the ?-4- day of 6 PRINCIPAL: 7 WOODY CONTRACTORS, INC. 9 10 BY: 1 I g re 12 ?__ 13 � 14 15al) Secretary Name a Title 16 T_Z 17 Address: 650 Tower Drive 18 Kennedale,'Texas 76060___. 19 0 —.._ 20 _ 21 Witness o Principal 22 SURETY: 23 VIGILANT INSURANCE COMPANY 24 25 26 BY: _ _ — 27 Signature 28 29 Kyle W. Sweeney, Attorney-in-fact 30 Name and Title 31 32 Address: 2_001 Bryan Street, Suite 3400 33 Dallas,Texas 75201 34 _... 35 36 Witness to Surety Elizabeth Gray Telephone Number: 214-754.0777 37 38 39 40 `Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. C[TY OF FORT WORTI I water and Sanitary Sewer Improvements for Lake Shorc Streets Units 1-6 S-I ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741.& 100743 Revised Jn1y 1,2011 0001 14- 1 PAYN11ENF BOND Pagc 1 of7 Bond No. 8245-50-35 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we _Woody Coi2tracto>s, Inc. known as "Principal" 9 herein, and Vigilant Insurance Company a corporate surety (sureties), 10 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or I 1 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as "City" herein, in the penal sura of'Three 13 Million, One Hundred Forty-Scven Thousand, Seven Hundred Nineteen Dollars & Fifty Cents 14 $( 3,147 719.50) lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for the payment of which sum well and truly be made, we bind ourselves, OLt1- heirs, 16 executors, administrators, successors and assigns,jointly and severally, firmly by these presents: 17 / WHEREAS, Principal has entered into a certain written Contract with City, awarded 18 the 6 `day of�VOht07 01- , 201 , which Contract is hereby referred to and made a 19 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 20 and other accessories as defined by law, in the prosecution of the Work as provided for in said 21 Contract and designated as Water and Sanitary Sewer Improvcments for Lake Shore Streets Units 22 1-6, City Project Nos. 100830, 100739, 1 00740 1 00741, & 100743. 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 Govern-Tient 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 QF FORT WORT]I Walcr and Sanitary Scwcr Improvements ibr I ake Shure Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUIa1GNT5 Cily Project Nos. 100330, 100739. 100740, 10()741,C 100743 Revised July 1,201 1 0001 14-2 PAYMENT BOND Page 2 o l'2 Bond No. 8245-50-35 t IN WI`T'NESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the/' _ day of#1001 2011. 3 PRINCIPAL: WOODY CONTRACTORS,._INC. ATTEST: BY: CC /(Principal) Secretary Name and Title Address: 650 Tower Drive Kennedale,Texas 76060 Witn5as, �incipal SURETY: VIGILANT INSURANCE COMPANY NFPEST: BY: Si ure C neltfG.Ven ei, islantSecretary 1{ e W. Swee_nev, Attorne�n-fact (Surety) Secretary Kenneth C. Wendel Name and Title Address.- 2001 Bryan Street, Suite 3400 Dallas,Texas 75201 Witnes as to Surety Elizabeth Gray Telephone Number: 214-754-0777 4 5 Note: If signed by an officer of the Surety, there 4xrust be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety-s physical 7 address is different from its mailing address, both must be provided. S 9 The date of the board sha H not be prior to the date the Contract is awarded. 10 ENI) OF SECTION It CITY OF FORT WORTH Water and Sallitary Sewer hilprovements for Lake Shore Strcets Uwls 1.0 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830. 100739. 100740- 100741.& 100743 Revised July 1.2011 006E 19- 1 MAINTENANCE BONr] Page I of 3 Bond No. 8245-50-35 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Woody Contractors, Inc- , known as"Principal" 9 herein and Vigilant frisurance Company_ , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety"herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City"herein, 13 in the sum of Three Million, One lIundred Forty-Seven Thousand, Seven Hundred Nineteen 14 Dollars& Fifty Cents ($3,147,71.9JO) lawful money of the United States, to be paid in Fort 15 Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City 16 and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WIIEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 40� day of y4,w fit r , 2013, which Contract is hereby referred to and a made part 21 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 22 other accessories as defined by law, in the prosecution of the Work, including any Work resulting 23 from a duly authorized Change Order(collectively herein, the"Work') as provided for in said 24 contract and designated as Water and Sanitary Sewer Improvements for Lake Shore Streets Units 25 1--6, City Project Nos. 100830, 100739, 100740, 100741 & 100743; and 26 27 WIIEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 31 32 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need thereof at any time within the Maintenance 34 Period. CITY OF FORT WORTH Waterand Sanitary Sewer Improvements for Lake Show Sweets Units 1-6 STANDARDCONSTRUC-1 ION SPECIFICATION DOCUMENTS City I'roJcct Nos_ 100830, 100739, 100740, 100741 & 100743 Revised July 1,2011 0061 19-2 MAIN'T'ENANCE BOND Page 2 of 3 Bond No_ 8245-50-35 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to 1-epair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH Water and Sanitary Sewer 3mproveinenls for Lake Shoie Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUIvIFNTS City Project Nos. 100830. 100739, 100740, 100741 & 100743 Revised July 1,2011 0061 19-3 MAINTFNANCE BOND Page 3 or 3 Bond No. 8245-50-35 1 IN WITNESS WI-Mal OF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of IU n 20 /` 3 4 PRINCIPAL: 5 WOODY CONTRACTORS.INC. 7 8 BY- .00 9 1 re 10 ATTE Il 12 W_OOo/ 13 i (Principal) Secretary N/ame ajid 1-itle 14 15 Address: 650"Power Drive 16 KennedAle,`I�exas 76060 17 t 18 _ 19 Witness ,.t rincipal 20 SURETY: 21 VIGILANT INSURANCE- COMPANY 22 23 _ 24 BY: 25 tgnature 26 27 Kyle W. Sweeney, Attorney-in-batt 28 ATTEST: Name and Title 29 30Address: 2001 Bryan Street: Suite 3400 31 (Surety) Secretary Kenneth C. Wendel Dallas.Texas 75201 32 33 34 WitnessYs to Surety Elizabeth GavTelephone Number: 214-754-0777 35 36 *Note: If signed by an officer of the Surety Company; there gust be on File a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided_ 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 CITY Y OF FORT WORTH 1 atel and Sanitary Smer tmproveetmos Rv Lake Sboit Streets knits 1-6 STANDARD CONSTRUCHON SPECIFICATION DOC UME\TS City Proiecl Nos- 100311. 100739_1007401007.11 c- 100743 Revised July 1.201 1 Policyholder Information Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Chubb's toll-free telephone number Usted puede llamar al numero de telofono gratis for information or to make a complaint at de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB 1-800-36-CHUBB You may contact the Texas Department of Puede comunicarse con el Departarnento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights or complaints at de companies, coberturas, derechos o quejas al 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir aI Departamento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 FAX # (512) 475-1771 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us Web: http://www.tdi.statr-.tx.us E-mail: ConsumerProtection@tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si time una disputa concerniente a su prima o a un or about a claim you should contact the agent first. reclamo, debe comunicarse con el agente primero. If the dispute is not resolved, you may contact the Si no se resueve la disputa, puede entonces Texas Department of Insurance. comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY.- UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso es solo para proposito de informacion y become a part or condition of the attached no se convierte en parte o condicion del documento document. adjunto. f=orm 99-10-0299(Rev. 1-09) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth,Texas- ------ --each as their true and lawful Attorney-In-Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise,bonds and undertakings and other writings obligatory in the nature thereof(other than bail bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations_ In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 26th day of April, 201 enneEf,A istant ecre ry Da " .Norris,Jr.,Vice President STATE OF NEW JERSEY ss. County of Somerset On this 26th day of Apri I,2011 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Socielary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that lie signed said Power of Attomey as Assistant Secretary of said Companies by like authority;and that he is acquainted with David B,Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attoritey is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By- Laws and in deponents presence. Notarial Seal _ KATHERINE J.ADELMR ��a l NOTARY Pt t,.2 16 NEW JFk5E1 ' tp,FlY "�y Ne.23166$5 GGe� %j CornmiaWan F*ras July 16,203 Notary Public HJR CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY_ "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman.President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the'Companies")do hereby certify that (i) the foregoing extract of the By-Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department;further,Federal nod Vigilant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal is licensed in American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren.NJ this 11NMr�, �u+rinr knko�,r 4vj%AZ1P W wA 'FftY'fOA+t- e oettren el �Nt,,.tecretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(908)903-3493 Fax(908)903-3656 e-mail: suretyQchubb,com Form 15-10-02258-U (Ed. 5-03) CONSENT 1 0061 13- l PERFORMANCE BOND Page 1 of 2 1 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 1 7 8 That we, , known as 1 9 "Principal"herein and a corporate 10 surety(sureties, if more than one)duly authorized to do business in the State of Texas, known as I I "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas,known as"City"herein, in the penal 13 sum of, Dollars 14 ($ ), lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made,we bind 16 ourselves, our heirs, executors,administrators, successors and assigns,jointly and severally, } 17 firmly by these presents. 18 WHEREAS,the Principal has entered into a certain written contract with the City 19 awarded the day of , 20_____,which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change } 22 Orders,as provided for in said Contract designated as Water and Sanitary Sewer Improvements 23 for Lake Shore Streets Units I -6, City Project Nos. 100830, 100739, 100740, 100741, & 100743 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 1 26 faithfully perform the Work, including Change Orders, under the Contract,according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City,then this obligation shall be 29 and become null and void,otherwise to remain in full force and effect. 1 30 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in '• 31 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH Water and Sanitary Sewer hnprorenrenls for Lake Shave Streels units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740. 100741,&100743 Revised July 1,20t 1 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 ,20 1 7 PRINCIPAL: 8 9 10 11 BY: 12 Signature 13 ATTEST: 14 —� 15 1 16 (Principal)Secretary Name and Title 17 ` 18 Address: 19 20 21 22 Witness as to Principal 23 SURETY: 24 25 26 27 BY: 28 Signature 29 30 1 31 Name and Title 32 33 Address: 34 35 36 37 Witness as to Surety Telephone Number: 38 39 40 41 *Note: If signed by an officer of the Surety Company,there Faust be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 1 45 CITY OF FORT WORTH Water and Sanitary Sewer Lnpr orenrents far Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740, 100741,&100743 Revised July I,2011 0061 14-1 PAYMENT BOND J Page I of 2 ! 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, known as 1 9 "Principal" herein, and , a J I0 corporate surety (sureties), duly authorized to do business in the State of Texas, known as i 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, _9 } 13 in the penal sum of Dollars 14 ($ }, lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 1.6 our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these r 17 presents: 8 WHEREAS, Principal has entered into a certain written Contract with City, awarded the ' 19 _day of 20_, Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in i 22 said Contract and designated as Water and Sanitary Sewer Improvements for Lake Shore Streets 23 Units 1 -6, City Project Nos. 100830, 100739, 100740, 100741, & 100743. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. S 29 This bond is blade and executed in compliance with the provisions of Chapter 2253 of the ) 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 ' CITY OF PORT WORTH Water and Sanitary Server Improvementsfor lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project Nos. 100830, 100738 100740.100741,& 100743 Revised July 1,2011 } 0061 14-2 PAYMENTBOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 1 2 this instrument by duly authorized agents and officers on this the day of i 3 , 20 4 PRINCIPAL: ATTEST: BY: Signature f (Principal) Secretary Name and Title Address.: } Witness as to Principal } SURETY: 1 ATTEST: BY: Signature (Surety)Secretary Name and Title Address: 4 Witness as to Surety Telephone Number: ' 5 i G 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. i 4 10 The date of the bond shall not be prior to the date the Contract is awarded. 7 ti 1 I END OF SECTION 12 y CITY OF FORT WORTH Water and Sanitary Serer Improvements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Nos. 100830, 100739,100740, 100741,& 100743 Revised July 1,2011 0061 19- l MAIN'T'ENANCE BOND f Pagel of 3 , 1 ZSECTION 00 6119 2 MAINTENANCE BOND 3 } 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we , known as 9 "Principal"herein and , a corporate surety 10 (sureties, if more than one)duly authorized to do business in the State of Texas, known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, 13 in the sum of Dollars 14 ($ ), lawful money of the United States,to be paid in Port Worth, 15 Tarrant County,Texas,for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators,successors and assigns,jointly 17 and severally, firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the day of ,20 , which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 1 , 23 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 24 the"Work")as provided for in said contract and designates!as Water and Sanitary Sewer 25 Improvements for Lake Shore Streets Units 1 -6,City Project Nos. 100830, 100739, 100740, 26 100741,& 100743. 27 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two(2)years 31 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and ti 32 CITY OF FORT WORTH Water and Sanitary Seaver Impr-avernentsfor Lake Shore Streets Units I-G S'T'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741.& 100743 Revised July 1,2011 f 006119-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 1 2 upon receiving notice from the City of the need therefor at any time within the Maintenance 3 Period, 4 5 NOW THEREFORE,the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by City,to a completion 7 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in V 8 full force and effect. 9 t0 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely I 1 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 12 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 13 the Surety under this Maintenance bond; and J 14 15 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 1.6 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and I8 19 PROVIDED FURTHER,that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. r 21 22 -J 23 } S CITY OF FORT WORTH Water and Sanitmy Seiver Intprovements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOC11MENTS City Project Nos, 100830, 100739, 100740, 100741,& 100743 Revised July I,2011 , Y ) 0061 19-3 MAINTENANCE BOND Page 3 of 3 J I 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 day of 3 ,20 / 4 i 5 PRINCIPAL: 6 } 7 8 9 BY: 10 Signature 11 ATTEST: 12 13 14 (Principal)Secretary Name and Title 15 16 Address: 17 18 19 ' 20 Witness as to Principal 21 SURETY: 22 23 24 25 BY: ? 26 Signature 27 28 ? 29 ATTEST: Name and Title 30 31 Address: 32 (Surety)Secretary 33 34 35 Witness as to Surety Telephone Number: 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If I 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. t 41 1 } } i , CITY OF FORT WORTH Water and Sanitary Seiver ILnp oventents for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,&100743 Revised July I,2011 i ® DATE(MMIDDIYYYY) ACCPRO CERTIFICATE OF LIABILITY INSURANCE 10/23/2018 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(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME::`CT Michele Lane Higginbotham Insurance Agency, Inc. PHONE 800_728-2374 PAX, me):8I7-347-6981 500 W. 13th -M L No e Fort Worth TX 76102 AnnRDDREss: mianed h igginbotham.net INSURERS AFFORDING COVERAGE MAIC# INSURER A: United Fire&Casualty Co. 13021 INSURED WOODY8 INSURER B:Texas Mutual Insurance Company 22945 Woody Contractors, Inc. INSURER C: 650 Tower Dr. Kennedale TX 76060-3012 INSURER D: INSURER E: INSURER F COVERAGESCERTIFICATE NUMBER:358090102 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. ADDLSUER POLICY EFF POLICY EXP ILTR TYPE OF INSURANCE INSID POLICY NUMBER MMIDDIYYYY MMIDDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY 85319573 4130/2018 4/30/2019 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE 1XI OCCUR PREMISES Ea occurrence $100,000 X Ded:$1,000 PD MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY1XI 3E O LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: A AUTOMOBILE LIABILITY 85319573 4/30/2018 4/30/2019 COMBINED SINGLE LIMIT $1,000,000 Ea accident 1 000 000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS OS NO OWNED PROPERTYDAMAGE $ HIRED AUTOS AUTOS Per accident $ A X UMBRELLA LIAB X OCCUR 85319573 4130/2018 4/30/2019 EACH OCCURRENCE $4,000,000 EXCESS LIAB CLAIM$-MADE AGGREGATE $4,000,000 DED I X I RETENTION$ $ B WORKERS COMPENSATION 0001268770 413012018 4!3012019 STATUTE OERH X AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? N I A (Mandatory in NH) E,L,DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Leased/Rented Equip 85319573 4130/2018 4!3012019 Limit$250,000 Dad:$1,000 Scheduled Equipment See Below DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES ( 101,Additional Remarks Schedule,may be attached it more space is required) The General Liability and Automobile Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status (General Liability includes completed ops)and General Liability,Automobile Liability and Workers'Compensation policy includes a blanket waiver of subrogation endorsement to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy has a blanket Primary&Non Contributory endorsement that affords that coverage to certificate holders only where there is a written contract between the Named Insured and the certificate holder that requires such status. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. Transportation & Public Works Dept 1000 Throckmorton St. AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 ©1988-2414 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: W00DY8 LOC#: AC"REP ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Higginbotham Insurance Agency, Inc. Woody Contractors,Inc. 650 Tower Dr. POLICY NUMBER Kennedale TX 76060-3012 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Umbrella is follow form. Project:Water&Sewer Improvements for Lake Shore Streets. ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 85319573 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETE® OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organizations Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION TO WHOM LOCATIONS DESIGNATED AND YOU HAVE AGREED TO NAME AS ADDIT— DESCRIBED IN THE ABOVE IONAL INSURED BY WRITTEN CONTRACT MENTIONED WRITTEN CONTRACT OR AGREEMENT IF THE CONTRACT OR OR AGREEMENT AGREEMENT IS EXECUTED PRIOR TO LOSS Information required to complete this Schedule, if not shown above, will be shown in the Declaratlons. PREMIUM 1 ,500 A. Section Il — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on be half of the additional insured is the described in the Schedule of this endorsement amount of insurance; performed for that additional insured and 1. Required by the contract or agreement; or included in the "products -completed operations 2. Available under the applicable Limits of hazard". Insurance shown in the Declarations; However: 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 0413 ©Insurance Services Office, Inc., 2012 Page I of 1 *56022490* I111III(IIIIIE�� I 1111111111111111 Policy Number: 85319573 CG 72 00 07 17 TEXAS -EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage is provided by this summary. * Extended Property Damage * Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage * Coverage for non-owned watercraft is extended to 51 feet in length * Property Damage—Borrowed Equipment * Property Damage Liability—Elevators • Coverage D—Voluntary Property Damage Coverage $5,000 Occurrence with a $10,000 Aggregate * Coverage E—Care, Custody and Control Property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate—$500 Deductible * Coverage F--Electronic Data Liability Coverage—$50,000 * Coverage G—Product Recall Expense $25,000 Each Recall Limit with a $50,000 Aggregate—$1,000 Deductible *Coverage H—Water Damage Legal Liability—$25,000 * Coverage I —Designated Operations Covered by a Consolidated (Wrap-Up) Insurance Program— Limited Coverage * Increase in Supplementary Payments: Ball Bonds to$1,000 * Increase in Supplementary Payments: Loss of Earnings to$500 * For newly formed or acquired organizations—extend the reporting requirement to 180 days * Broadened Named Insured *Automatic Additional Insured —Owners, Lessees or Contractors—Automatic Status When Required in Construction Agreement With You—Including Upstream Parties * Contractors BlanketAdditional Insured-- Products—Completed Operations Coverage— Including Upstream Parties *Automatic Additional Insured—Vendors " Automatic Additional Insured — Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You *Automatic Additional Insured—Managers or Lessor of Premises *Additional Insured—Engineers, Architects or Surveyors Not Engaged by the Named Insured * Additional Insured—State or Governmental Agency or Subdivision or Political Subdivision—Permits or Authorizations *Additional Insured —Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only — Owners, Lessees or Contractors Automatic Status When Required in Construction Agreement With You *Additional Insured—Employee Injury to Another Employee *Automatically included—Aggregate Limits of Insurance (per location) *Automatically included—Aggregate Limits of Insurance(per project) * Knowledge of occurrence—Knowledge of an 'occurrence", "claim or suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee * Blanket Waiver of Subrogation * Liberalization Condition * Unintentional failure to disclose all hazards. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. *"Insured Contract'redefined for Limited Railroad Contractual Liability • Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 lbs GVW * Bodily Injury Redefined REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 14 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 72 08 0717 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 14 *61022540* 11111111111111111111111111111111111111111111 CG 72 08 07 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS - EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I - COVERAGES A. The following changes are made at COVERAGE A— BODILY INJURY AND PROPERTY DAMAGE LIABILITY: 1. Extended Property Damage At 2. Exclusions exclusion a. Expected or Intended Injury is replaced with the following: "Bodily injury"or'property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability At 2. Exclusions the last paragraph is deleted and replaced by the following: Exclusions c, through n. do not apply to damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III — LIMITS OF INSURANCE. 3. Non-Owned Watercraft At 2. Exclusions exclusion g. Aircraft, Auto Or Watercraft(2) (a) is deleted and replaced by the following: (a) Less than 51 feet long; 4. Property Damage— Borrowed Equipment At 2. Exclusions the following is added to paragraph (4)of exclusion j. Damage To Property: This exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and while not being used to perform operations. The most we will pay for"property damage"to any one piece of borrowed equipment under this coverage is $25,000 per occurrence. The insurance afforded under this provision is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. S. Property Damage Liability—Elevators At 2. Exclusions the following is added to paragraphs(3), (4) and (6) of exclusion j. Damage To Property: This exclusion does not apply to "property damage" resulting from the use of elevators. However, any insurance provided for such "property damage" is excess over any valid and collectible property insurance (including deductible)available to the insured, whether primary, excess, contingent or on any other basis. B. The following coverages are added: 1. COVERAGE D—VOLUNTARY PROPERTY DAMAGE COVERAGE "Property damage"to property of others caused by the insured: a. While in your possession; or b. Arising out of your work". Coverage applies at the request of the insured, whether or not the insured is legally obligated to pay. For the purposes of this Voluntary Property Damage Coverage only: Exclusion j. Damage to Property is deleted and replaced by the following: CG 72 08 0717 - Includes copyrighted material of Insurance Services Office, Inc_, with its permission. Page 2 of 14 CG 72 08 07 17 j. Damage to Property "Property damage"to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any "automobile", "watercraft" or"aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. The amount we will pay is limited as described below in SECTION III— LIMITS OF INSURANCE. For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted sole discretion in making payments under this coverage. 2. COVERAGE E—CARE, CUSTODY AND CONTROL PROPERTY DAMAGE COVERAGE For the purpose of this Care, Custody and Control property Damage Coverage only: a. Item (4)of Exclusion j. does not apply. The amount we will pay is limited as described below in SECTION III— LIMITS OF INSURANCE. For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted sole discretion in making payments under this coverage. 3. COVERAGE F—ELECTRONIC DATA LIABILITY COVERAGE: For the purposes of this Electronic Data Liability Coverage only: a. Exclusion p. of Coverage A — Bodily Injury And Property Damage Liability in Section I — Coverages is replaced by the following: 2. Exclusions This insurance does not apply to: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data"that does not result from physical injury to tangible property. However,this exclusion does not apply to liability for damages because of"bodily injury". b. "Property Damage" means: (1) Physical injury to tangible property, including all resulting loss of use of that property.All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or (2) Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence"that caused it, or (3) Loss of, loss of use of, damage to, corruption of, inability to access or inability to properly manipulate 'electronic data", resulting from physical injury to tangible property.All such loss of"electronic data"shall be deemed to occur at the time of the "occurrence"that caused it. For the purposes of this Electronic Data Liability Coverage, "electronic data" is not tangible property. The amount we will pay is limited as described below in SECTION III—LIMITS OF INSURANCE. 4. COVERAGE G—PRODUCT RECALL EXPENSE a. Insuring Agreement (1) We will pay 90% of"product recall expense" you incur as a result of a "product recall" you initiate during the coverage period. (2) We will only pay for"product recall expense" arising out of "your products" which have been physically relinquished to others. The amount we will pay is limited as described below in SECTION III—LIMITS OF INSURANCE. CG 72 08 0717 includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 3 of 14 *62022550* 11111111111111111111111111111111111111111111111111 CG 72 08 07 17 b. Exclusions This insurance does not apply to"product recall expense"arising out of: (1) Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of, or could reasonably have foreseen that would have resulted in a "product recall". (2) Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the manufacture, design, processing, storage, or transportation of"your product". (3) The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. (4) Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. (5) Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged. (6) "Bodily Injury" or"Property Damage". (7) Failure of"your product" to accomplish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. (8) Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. (9) Legal fees or expenses. (10) Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your product". (11) "Product recall expense" arising from the "product recall" of any of"your products" for which coverage is excluded by endorsement. (12) Any"product recall"initiated due to the expiration of the designated shelf life of"your product". 5. COVERAGE H—WATER DAMAGE LEGAL LIABILITY The Insurance provided under Coverage H (Section 1) applies to "property damage" arising out of water damage to premises that are both rented to and occupied by you. The limit under this coverage shall not be in addition to the Damage To Premises Rented To You Limit. The amount we will pay is limited as described below in SECTION III —LIMITS OF INSURANCE, 6. COVERAGE I — DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED (WRAP-UP) INSURANCE PROGRAM The following exclusion is added to Paragraph 2. Exclusions of SECTION I — COVERAGES COVERAGE A— BODILY INJURY AND PROPERTY DAMAGE LIABILITY: r. This insurance does not apply to "bodily injury" or "property damage" arising out of either your ongoing operations or operations included within the "products-completed operations hazard" for any "consolidated (Wrap-up) insurance program" which has been provided by the prime contractorlproject manager or owner of the construction project in which you are involved. This exclusion applies whether or not a consolidated (Wrap-up) insurance program: a. Provides coverage identical to that provided by this Coverage Part; or b. Has limits adequate to cover all claims. This exclusion does not apply if a "consolidated (Wrap-up) insurance program" covering your operations has been cancelled, non-renewed or otherwise no longer applies for reasons other than exhaustion of all available limits, whether such limits are available on a primary, excess or on any other basis. You must advise us of such cancellation, nonrenewal or termination as soon as practicable. For purposes of this exclusion a "consolidated (wrap-up) insurance program" is a program providing insurance coverage to all parties for exposures involved with a particular (typically major) construction project. CG 72 0106 16 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 14 CG 72 08 0717 C. SUPPLEMENTARY PAYMENTS—COVERAGES A AND B is amended: 1. To read SUPPLEMENTARY PAYMENTS 2. Bail Bonds Item 1.b. is amended as follows: b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 3. Loss of Earnings Item 1.d. is amended as follows: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to $500 a day because of time off from work. 4. The following language is added to Item 1. However, we shall have none of the duties set forth above when this insurance applies only for Voluntary Property Damage Coverage and/or Care, Custody or Control Property Damage Coverage and we have paid the Limit of Liability or the Aggregate Limit for these coverages. SECTION 11 - WHO IS AN INSURED A. The following change is made: Extended Reporting Requirements Item 3.a. is deleted and replaced by the following: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. The following provisions are added: 4. BROAD FORM NAMED INSURED Item 11 is added as follows: f. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period only if there is no other similar insurance available to that entity. However: (1) Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired more than 50 percent of the voting stock; and (2) Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired more than 50 percent of the voting stock. 5. Additional Insured — Owners, Lessees or Contractors-Automatic Status When Required in Construction or Service Agreement With You m Including Upstream Parties a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; b. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph a. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or"personal and advertising injury" which may be imputed to that person or organization directly arising out of: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and CG 72 08 0717 Includes copyrighted material of insurance Services Office, Inc., with its permission. Page 5 of 14 *63022560* 111111111111111111111 IN 111111111111 oil 1111 CG 72 08 07 17 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. c. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. 'Bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities_ This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. 2. "Bodily injury" or"property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 6. Additional Insured—Products Completed Operations Coverage—Including Upstream Parties a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and b. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph a. above. Such person(s) or organization(s) is an additional insured only with respect-to liability for "bodily injury", "property damage" or "personal and advertising injury" which may be imputed to that person or organization directly arising out of "your work" specified in the "written contract' and included in the "products-completed operations hazard". However: (1) The insurance afforded to such additional insureds only applies to the extent permitted by law: (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. (3) Such coverage will not apply subsequent to the first to occur of the following: L The expiration of the period of time required by the "written contract"; or iii. The expiration of any applicable statute of limitations or statute of repose with respect to claims arising out of"your work". c. With respect to the insurance afforded to any additional insured under this endorsement, the following additional exclusionary language shall apply: This insurance does not apply to "bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architecture, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. CG 72 08 0717 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 14 CG 72 08 0717 7. Additional Insured—Vendors a. Any person(s) or organization(s) (referred to throughout this additional coverage as vendor), but only with respect to "bodily injury" or "property damage", which may be imputed to that person(s) or organization(s) arising out of"your products" shown with the Schedule which are distributed or sold in the regular course of the vendor's business is an insured. However: (1) The insurance afforded to such vendor only applies to the extent permitted by law; and (2) If coverage provided to the vendor is required by a contract or agreement,the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. b. With respect to the insurance afforded to these vendors, the following additional exclusions apply: (1) This insurance afforded the vendor does not apply to: (a) "Bodily injury" or"property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container. (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of products. (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product. (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. (h) 'Bodily injury" or"property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Sub-paragraphs d. orf.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 8. Additional Insured — Lessor of Leased Equipment — Automatic Status When Required in Lease Agreement With You a. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury" directly arising out of the maintenance, operation or use of equipment leased to you, which may be imputed to such person or organization as the lessor of equipment. However,the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 72 08 0717 Includes copyrighted material of Insurance Services office, Inc.,with its permission. Page 7 of 14 *64022570* 1111 ll CG 72 08 0717 A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. b. With respect to the insurance afforded to these additional insureds, this insurance does not apply.to any "occurrence" which takes place after the equipment lease expires. 9. Additional Insured— Managers or Lessors of Premises a. Any person(s)or organization(s), but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any"occurrence"which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organization(s) shown in the Schedule. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 10. Additional insured —Engineers,Architects or Surveyors Not Engaged by the Named Insured a. Any architects, engineers or surveyors who are not engaged by you are insureds, but only with respect to liability for"bodily injury" or"property damage" or"personal and advertising injury" which may be imputed to that architect, engineer or surveyor arising out of: (1)Your acts or omissions; or (2)Your acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. But only if such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services, including: (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders,designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. 11. Additional Insured — State or Governmental Agency or Subdivision or Political Subdivision — Permits or Authorizations Any state or governmental agency or subdivision or political subdivision is an insured, subject to the following provisions: CO 72 08 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 14 CCs 72 08 0717 a. This insurance applies only with respect to operations performed by you or on your behalf for which the state or govemmental agency or subdivision or political subdivision has issued a permit or authorization. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. This insurance does not apply to: (1) 'Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury"or"property damage" included within the "products-completed operations hazard". 12. Additional Insured Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only— Owners, Lessees or Contractors a. Any }persons or organizations for whom you are performing operations, for which you have elected to seek coverage under a Consolidated Insurance Program, when you and such person or organization have agreed in writing in a contract or agreement that such person air organization be added as an additional insured on your policy as an insured. Such person or organization is an additional insured only with respect to your liability which may be imputed to that person or organization directly arising out of your ongoing operations performed for that person or organization at a premises other than any project or location that is designated as covered under a Consolidated Insurance Program.A person's or organization's status as an insured under this endorsement ends when your operations for that insured are completed. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies. This insurance does not apply to: "Bodily injury", "property damage", or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. 13. Additional Insured--Employee Injury to Another E=mployee With respect to your"employees"who occupy positions which are supervisory in nature: Paragraph 2.a.(1) of SECTION It—WHO IS AN INSURED is amended to read: a. "Bodily injury"or"personal and advertising injury": (1) To you, to your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); (2) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph (1)(a) above; or (3) Arising out of his or her providing or failing to provide professional healthcare services. Paragraph 3.a. is deleted. For the purpose of this Item 12 only, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, direct, discipline or discharge. CO 72 08 0717 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 9 of 14 x65022580* 1111111111111111111111111111111111111111111111 IN CG 72 08 0717 SECTION III ® LIMITS OF INSURANCE A. The following Items are deleted and replaced by the following. 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the"products-completed operations hazard"; and c. Damages under Coverage B; and d. Damages under Coverage H. 3. The Products•Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard" and Coverage G. 6. Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of"property damage" to any one premises, while rented to you, or in the case of damage_by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added: 8. Subject to Paragraph S. of SECTION III — LIMITS OF INSURANCE $25,000 is the most we will pay under Coverage H for Water Damage Legal Liability.• 9. Coverage G— Product Recall Expense Aggregate Limit$50,000 Each Product Recall Limit $25,000 a. The Aggregate Limit shown above is the most we will pay for the sum of all "product recall expense" you incur as a result of all "product recalls" you initiate during the endorsement,period. b. The Each Product Recall Limit shown above is the most we will pay, subject to the Aggregate and $1,000 deductible, for "product recall expense" you incur for any one "product recall" you initiate during the endorsement period. We will only pay for the amount of Product Recall Expenses which are in excess of the deductible amount. The deductible applies separately to each Product Recall. The limits of insurance will not be reduced by the amount of this deductible. We may, or will if required by law, pay all or any part of any deductible amount. Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we-paid. 10. Aggregate Limits of Insurance (Per Location) The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Aggregate Limits of Insurance (Per Project) The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. CG 72 00 0717 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 10 of 14 CG 72 08 0717 12. With respects to the insurance afforded to additional insureds afforded coverage by items 5 through 13 of SECTION 11--WHO IS AN INSURED above, the following is added: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; b. Available under the applicable Limits of Insurance shown in the Declarations; Whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 13. Subject to 5. of SECTION III — LIMITS OF INSURANCE, a $5,000 "occurrence" limit and a $10,000 "aggregate" limit is the most we will pay under Coverage A for damages because of "property damage" covered under Coverage D—Voluntary Property Damage Coverage. For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted sole discretion in making payments under this coverage. 14. Subject to 5. of SECTION III — LIMITS OF INSURANCE, a $25,000 `occurrence" limit and a $100,000 "aggregate" limit is the most we will pay under Coverage E— Care, Custody and Control Coverage regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing"suits". Deductible - Our obligation to pay damages on your behalf applies only to the amount of damages in excess of $500. This deductible applies to all damages because of "property damage" as the result of any one "occurrence" regardless of the number of persons or organizations who sustain damages because of that occurrence". We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. As respects this coverage "Aggregate" is the maximum amount we will pay for all covered "occurrences" during one policy period. For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted sole discretion in making payments under this coverage. 15. Subject to 5. of SECTION III — LIMITS OF INSURANCE, the most we will pay for "property damage" under Coverage F — Electronic Data Liability Coverage for loss of"electronic data" is $50,000 without regard to the number of'occurrences". SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS A. The following conditions are amended: 1. Knowledge of Occurrence a. Condition 2., Items a. and b. are deleted and replaced by the following: (1) Duties In The Event Of Occurrence, Offense, Claim Or Suit (a) You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. Knowledge of an 'occurrence" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. To the extent possible, notice should include: i. How, when and where the"occurrence"took place; ii. The names and addresses of any injured persons and witnesses, and iii. The nature and location of any injury or damage arising out of the"occurrence"or offense. CG 72 08 0717 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 11 of 14 *66022590* ������III�lull lull loll lull lily�llll�lll�� CG 72 08 0717 (b) If a claim is made or"suit" is brought against any insured, you must: i. Immediately record the specifics of the claim or"suit"and the date received, and ii. Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit"as soon as practicable. Knowledge of a claim or "suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. 2. Where Broad Form Named Insured is added in SECTION II — WHO IS AN INSURED of this endorsement, Condition 4. Other Insurance b. Excess Insurance (1).(a) is replaced by the following: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis, that is available to an insured solely by reason of ownership by you of more than 50 percent of the voting stock, and not withstanding any other language in any other policy. This provision does not apply to a policy written to apply specifically in excess of this policy. B. The following are added: 1. Condition (5) of 2. "Duties in the event Occurrence, Offense, Claim or Suit' c. You or any other involved insured must: (5) Upon our request, replace or repair the property covered under Voluntary Property Damage Coverage at your actual cost, excluding profit or overhead. 10. Blanket Waiver Of Subrogation We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of. premises owned or occupied by or rented or loaned to you, ongoing operations performed by you or an your behalf, done under a contract with that person or organization, "your work", or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal injury" or "advertising injury" offense is committed. 11. Liberalization If a revision to this Coverage Part, which would provide more coverage with no additional premium becomes effective during the policy period in the state designated for the first Named Insured shown in the Declarations, your policy will automatically provide this additional coverage on the effective date of the revision. 12. Unintentional Failure to Disclose All Hazards Based on our reliance on your representations as to existing hazards, if you unintentionally should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. 13. The following conditions are added in regard to Coverage G—Product Recall Expense In event of a"product recall", you must a. See to it that we are notified as soon as practicable of a "product recall". To the extent possible, notice should include how, when and where the "product recall"toots place and estimated "product recall expense". b. Take all reasonable steps to minimize "product recall expense". This will not increase the limits of insurance. c. If requested, permit us to question you under oath at such times as may be reasonably required about any matter relating to this insurance or your claim, including your books and records. Your answers must be signed. d. Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. e. Cooperate with us in the investigation or settlement of any claim. L Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. CG 72 08 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 12 of 14 CG 72 08 07 17 g. Claims Handling (1) Within 15 days after we receive written notice of claim, we will: (a) Acknowledge receipt of the claim. If we do not acknowledge receipt of the claim in writing, we will keep a record of the date, method and content of the acknowledgment; (b) Begin any investigation of the claim;and (c) Request a signed, sworn proof of loss, specify the information you must provide and supply you with the necessary forms. We may request more information at a later date, if during the investigation of the claim such additional information is necessary. (2) We will notify you in writing as to whether: (a) The claim or part of the claim will be paid; (b) The claim or part of the claim has been denied, and inform you of the reasons for denial; (c) More information is necessary; or (d) We need additional time to reach a decision. If we need additional time, we will inform you of the reasons for such need. (3) We will provide notification, as described in (2)(a)through (2)(d)above, within: (a) 15 business days after we receive the signed, sworn proof of loss and all information we requested; or (b) 30 days after we receive the signed, sworn proof of loss and all information we requested, if we have reason to believe the loss resulted from arson.. If we have notified you that we need additional time to reach a decision, we must then either approve or deny the claim within 45 days of such notice. h. We will pay for covered loss or damage within 5 business days after: (1) We have notified you that payment of the claim or part of the claim will be made and have reached agreement with you on the amount of loss; or (2) An appraisal award has been made. However, if payment of the claim or part of the claim is conditioned on your compliance with any of the terms of this policy, we will make payment within 5 business days after the date you have complied with such terms. I. Catastrophe Claims If a claim results from a weather related catastrophe or a major natural disaster,the claim handling and claim payment deadlines described in a. and b. above are extended for an additional 15 days. Catastrophe or Major Natural Disaster means a weather related event which is: (1) Declared a disaster under the Texas Disaster Act of 1975; or (2) Determined to be a catastrophe by the State Board of Insurance. j. The term "business day", as used in this endorsement, means a day other than Saturday, Sunday or a holiday recognized by the state of Texas. k. We will issue loss payment to the first Named Insured shown in the Declarations and any mortgagee or foss payee as designated. 14. Limited Railroad Contractual Liability The following conditions are applicable only to coverage afforded by reason of the redefining of an "insured contract" in the DEFINITIONS section of this endorsement: a. Railroad Protective Liability coverage provided by Railroad Protective Liability Coverage Form (CG 00 35) with minimum limits of$2,000,000 per occurrence and a $6,000,000 general aggregate limit must be in place for the entire duration of any project. b. Any amendment to the Other Insurance condition of Railroad Protective Liability Coverage Form (CG 00 35) alters the primacy of the coverage or which impairs our right to contribution will rescind any coverage afforded by the redefined "insured contract„ language. c. For the purposes of the Other Insurance condition of Railroad Protective Liability Coverage f=orm (CG 00 35) you,the named insured, will be deemed to be the designated contractor. CG 72 08 0717 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 13 of 14 *67022600* 1111111111111111111111111111111111111111111111 IN CG 72 08 0717 SECTION V - DEFINITIONS A. At item 12. Mobile Equipment the wording at f.(1) is deleted and replaced by the following: L (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; except for such vehicles that have a gross vehicle weight less than 1,000 Ibs which are not designed for highway use. B. Item 3. "bodily injury" is deleted and replaced with the Following: 3. "bodily injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. C. Item 9. "Insured Contract'c. is deleted and replaced with the following: c. Any easement or license agreement; D. Item g. "Insured Contract'f.(1) is deleted. E. The following definitions are added for this endorsement only: 23. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tape drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 24. "Product recall" means a withdrawal or removal from the market of"your product" based on the determination by you or any regulatory or governmental agency that: a. The use or consumption of "your product" has caused or will cause actual or alleged "bodily injury" or "property damage"; and b. Such determination requires you to recover possession or control of "your product" from any distributor, purchaser or user, to repair or replace "your product", but only if "your product" is unfit for use or consumption, or is hazardous as a result of: (1) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of"your product'; or (2) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by someone other than you. 25. "Product recall expense" means reasonable and necessary expenses for: a. Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. b. Transporting recalled products from any purchaser, distributor or user, to locations designated by you. c. Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or independent contractors you hire. d. Transportation and accommodation expense incurred by your employees. e. Rental expense incurred for temporary locations used to store recalled products. f. Expense incurred to properly dispose of recalled products, including packaging that cannot be reused. g. Transportation expenses incurred to replace recalled products. h. Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a "product recall". CG 72 08 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission, Page 14 of 14 T43-Jr^ n-a r ®R exdbmutuA WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RICHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. O Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s)arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 4130118 at 12:01 a.m.standard time,forms a part of: Policy no.0001268770 of Texas Mutual Insurance Company effective on 4/30118 Issued to: WOODY CONTRACTORS INC DBA: TRI TECH CONSTRUCTION This is not a bill Authorized representative NCCI Carrier Code: 29939 4126!18 PO Box 12058,Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800)859-5995 1 Fax(800)359-0650 WC 42 03 04 B } 0061 25- 1 CERTIFICATE OF INSURANCE } Page 1 of } 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 ' 4 5 6 lAssembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate oflnsurance form.] 8 9 1 10 ' 11 1 12 j 13 I4 1 15 16 17 i8 19 J 20 ' 21 22 1 23 24 END OF SECTION 1 1 CITY OF FORT WORTH Water and Sanitary Seiner Impronennentsfor Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739. 100740, 100741,8 100743 Revised July 1,2011 1 J , J R STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 1 , i 1 t Jl J 1 J `S J55 - 1 l 1 1 5 I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbnmy 2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 1 } TABLE OF CONTENTS } Page ` Article 1 —Definitions and Terminology ' 1.01 Defined Terrns.................... 1.02 Terminology..................................................................................................................................6 % Article 2 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 ................................................................................................ —4 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 ' 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 ] 3.03 Reporting and Resolving Discrepancies.......................................................................................9 } 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data........................ ........11 ............................................................................................ Article 4 Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions; Reference Points............................................................................. .............................11 } 4.01 Availability of Lands .............................. l 1 . .. .................................................................................... 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 ' 4.04 Underground Facilities ...13 ............................................................................................................ } 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 —Bonds and Insurance ...16 ' 5.01 Licensed Sureties and Insurers ................................................................................16 ] 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of insurance.............................................................................................................. 16 5.04 Contractor's Insurance........................... .................................18 .................................................... 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 Contractor's Responsibilities........................................................................................................19 ` 6.01 Supervision and Superintendence.................. ...19 ` CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februwy2,2016 J i6.02 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 ............................ ' 6.17 Emergencies and/or Rectification........................... ...................30 ................................................. 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 ' 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services .....34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 i8.03 Pay When Due ............................................................................................................................36 J 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests,and Approvals 8.07 Limitations on City's Responsibilities......................................... .............37 ................................. 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 } 9.02 Visits to Site .....37 ........................................................................................................................... 9.03 Authorized Variations in Work ..................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Perfonned...........:..............................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ` Revision:Febnmry2,2D16 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Worlc..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article I 1 -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 ---i 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 - ? Article 13-Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of.Defects ........................................................................................................................48 13.02 Access to Work } 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 ' 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 - , 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 1.4.04 Partial Utilization ...........................55 ............................................................................................. 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 1.4.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 .................................. t14.09 Waiver of Claims........................................................................................................................57 7 Article 15-Suspension of Work and Termination ....57 .................................................................................... 15.0I City May Suspend Work.............................................................................................................57 l 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS i Revision:Febnny?,2016 4 } iArticle 17—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 f 4 ) J } 1 1 i 1 } i 1 1 1 i } 7 i CITY OF FORT WORTH S'T'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ` Revision:FebaW2,2016 t 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 l 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. 1 2. Agreement----The written instrument which is evidence of the agreement between City and Contractor covering the Work. 1 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. i 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:Febnrmy2,2016 007200-1 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 Worlc 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 J 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. 1 15. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. J 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. J 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 f 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 J 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 7 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 1 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 11.0 1 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 r GENERAL CONDITIONS Page 3 of 63 1 r 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. i 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. 1 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. 34. Director of Transportation Public Works — The officially appointed Director of the 3 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 j 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 a 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 r 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. 1 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. 1 CITY Of FORT WORTH ST ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feebrtkry2,2016 , 007200-1 i 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. r 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. 3 y 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 y 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 y 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:Febnuay 2,201 G 3 007200-1 GENERAL CONDITIONS Page 5 of 63 1 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. 1 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. t 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:February 2,2016 007200-1 ' GENERAL CONDITIONS Page 6 of 63 ) 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent- The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions. ? 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. -' 68. Underground Facilities--All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals, or traffic or other control systems. } 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, } Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day-A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. ti B. Intent of Certain Terms or Adjectives: CITY OF FORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehnry2,2016 s i 007200-1 ` GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," G`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: I. 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:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page S of 63 i 2.03 Starting the Work Contractor shall start to perforin 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 i 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 i specified in the Contract Documents. _} 2.06 Public Meeting } Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor r attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules 1 No progress payment shall be made to Contractor until acceptable schedules are submitted to City in 1 accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. s C. Clarifications and interpretations of the Contract Documents shall be issued by City. t D. The Specifications may vary in form, format and style. Some Specification sections may be 1 written in varying degrees of streamlined or declarative style and some sections may be l relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ' Revision:Febnu-uy2,2016 } i 007200-1 ' GENERAL CONDITIONS Page 9 of 63 i 1 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 I 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 i 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 1 A. Standards, Specifications, Codes, Laws, and Regulations 1 I. 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 1 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 i 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. 1 3.03 Reporting and Resolving Discrepancies f A. Reporting Discrepancies: i 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. 7 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'FeMmiy2,2016 1 007200-l ` GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract .Documents has been issued by 1 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. 1 B. Resolving Discrepancies: i ti 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 j 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 ,1 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. 1 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: 3 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. k CITY OF FORT WOR'rFI STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:F6noFy2,2016 1 00 72 00-1 J GENERAL CONDITIONS Page 1 1 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. 1 j B. When transferring documents in electronic media format, the transferring party makes no 1 representations as to long tenn compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware 1 differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; 3 HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. - i 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. 5 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 SPrCIFICATION DOCUMENTS Revision:Febmmy2,2016 ) 00 72 00-l GENERAL CONDITIONS Page 12 of 63 r 1 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 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 FaciIities). 1 B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the y 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 i 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 i 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 a 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:FebrLauy2,2016 5 5 t 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the 1 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: I. 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; 1 b. locating all Underground Facilities shown or indicated in the Contract Documents; ti c. coordination and adjustment of the Work with the owners of such Underground ti Facilities, including City, during construction; and 5 d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 3 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 f 007200-1 ` GENERAL CONDITIONS i Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to y which a change may be required in the Contract Documents to reflect and document the i 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 3 utility companies a minimum of 48 hours in advance of construction including exploratory 1 excavation if necessary. 4.05 Reference Points i A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. 1 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 J drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrmy2,2016 l , 007200-1 GENERAL CONDITIONS Page 15 of 63 1 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 i 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 J Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. 1 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 J 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. 1 1 E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. ` F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such ` condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. F 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 WORT]1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ' Revision:febnkuy2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE ' 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government ' Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. l 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 E 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. 4 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. 5 - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F6Aay 2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 1 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 r Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: V11 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. 1 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 y 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 stockholdersequity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuy 2,2016 007200-1 f GENERAL CONDITIONS Page 18 of 63 J 1 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or } modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. ~ 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such y insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' a 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 Iiable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; ti 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 t CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehniwy2,2016 i 007200-1 f 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 prernises/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 j 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 1 of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing 7 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 1 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:Febnmry2,2016 i 007200-1 j 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 f 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. t B. Except as otherwise required for the safety or protection of persons or the Work or property at t 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 Haw's. 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 } l. 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, i shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit } of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febftuy 2,2016 h 0072 00-1 i GENERAL CONDITIONS Page 21 or63 1 / ncor C. All materials and equipment to be iorated into the Work shall be stored, applied, installed, " p 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. 1 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. J 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" 1 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 i 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: } l) 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:Febnmry2,2016 007200-1 i GENERAL CONDITIONS Page 22 of 63 1 2) it will reliably perform at least equally well the function and achieve the results i imposed by the design concept of the completed Project as a functioning whole; and 1 3) it has a proven record of performance and availability of responsive service;and i 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. 1 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does } not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item ? of material or equipment that Contractor seeks to furnish or use. The application shall } comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: 1 a) the extent, if any, to which the use of the proposed substitute item will prejudice ' Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary2,2016 } 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: 1 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. 1 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. Contractors 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;Febngg2,2016 i 007200-1 GENERAL CONDITIONS Page 24 of 63 i 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. 1 .i 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 J acceptable to City as indicated in Paragraph 6.06.C). r 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 1 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 andpayment 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. I Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for ' termination of the Contract in accordance with Paragraph 15.02.A. Any such } misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febany2,2016 i 007200-1 GENERAL CONDITIONS Page 2S of 63 J 1 ' 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 1 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 J be required by Laws and Regulations. r 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. i 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 s Documents. ' B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted .from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ` Revision:Febitwy2,2016 j 007200-1 GENERAL CONDITIONS Page 26 of 63 e 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 I 1 th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall subunit 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. 1 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 theperformance o the Work or resultin om P gf g.f" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ' Revision:Fobniwy2,2016 1 00 72 00-l GENERAL CONDITIONS I Page 27 of 63 J the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities 1 A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction J permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as 7 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 1 applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's 5 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:Febm%y2,2016 t 1 j 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 J 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, i 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 } 3 2. http://www.window.state.tx.us/taxinfo/taxfonns/93-forms.htmi 6.12 Use of Site and Other Areas A. Limilation on Use of Site and Other Areas: I. Contractor shall confine construction equipment, the storage of materials and equipment, and } the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is } carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional ' area of the Site. ` CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februwy2,2016 k r 1 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,front and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion _ of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work 1 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 Iocations 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:Febnmry 2,2016 i J 007200-1 i 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: I I. 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 r 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. fic requirements of Contractor's safety program, if any, D. Contractor shall inform City of the speci 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. r 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. y 6.16 Hazard Communication Programs ' Contractor shall be responsible for coordinating any exchange of material safety data sheets or other s 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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkary 2,2016 '1 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. 1 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. J 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, i 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. I. 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 1 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. 1 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 forthe limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision-February 2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 1 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. - ` 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied j with the requirements of Section 01 33 00 and City has given written acceptance of each 1 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 1 A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of ' Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy 2,2016 t 1 00 72 00-l 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; 1 -1 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; -r 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 -y 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 WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy2,2016 i 007200-1 GENERAL CONDITIONS Page 34 of 63 i SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT SERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. I 6.22 Delegation of Professional Design Services 1 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. 1 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, i 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 t 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. 1 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 l CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy 2,2016 a 007200-1 GENERAL CONDITIONS f Page 35 of 63 1 : 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. 1 1 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. 6.21 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 �i 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 l 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. l C. If the proper execution or results of any part of Contractor's Work depends upon work performed r 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 STANDARDCONSTRuc,CION SPECIFICATION DOCUMENTS Revision:Febnory2,2016 i 007200-1 GENERAL CONDITIONS Page 36 of 63 i l 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; r 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. r 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 respeef to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT woRTH STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS Revision:Febauary2,2016 i 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 1 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 1 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 Lawrence Hamilton, or his/her successor pursuant to written notification from the Director of Water Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and ' the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbnuuy2,2016 007200-1 ' GENERAL CONDITIONS Page 38 of 63 1 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. --i 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). -i 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 I0.06. 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 f 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 ti Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ' Revision:F&baktry2,2016 i } 007200-1 ' GENERAL CONDITIONS Page 39 of 63 1 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: a 1 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 i 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 WORT]I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebakW2,2016 1 007200-1 GENERAL CONDITIONS 'r Page 40 of 63 1 f 10.06 Contract Claims Process r 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. 1 B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the 1 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 J' Claim. i 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 r 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 1 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. l 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). 1 C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; ' 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further ' resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ' Revision:Febnmy 2,2016 I 00 72 00-I. GENERAL CONDITIONS Page 41 of 63 r D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in ' Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the f Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; ? a. salaries with a 55%markup, or } b. salaries and wages plus the cost of fringe benefits, which shall include social security ? contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection 7 therewith. 1 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F&nnry2,2016 1 007200-1 GENERAL CONDITIONS Page 42 of 63 J 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 Iaboratories, 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. 7 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 j 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. 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febamy2,2016 i , J 007200-I GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract 1 Documents to purchase and maintain. B. Costs Excluded. The term Cost of the Work shall not include any of the following items: 1 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph. 11,01.A.I or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. —' 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 1 LOLA and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all s 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:Febnmy2,2016 007200-1 f 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. 1 E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in 1 accordance with Paragraph 10.01. I. 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. 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy2,2016 s r 007200-1 ' GENERAL CONDITIONS Page 45 of 63 r 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12, 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may } request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% - j of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Playas 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. r 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 1 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:Febnwy2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 r 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 i 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: I, 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, r by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as 4 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 11.01.A.l, 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; 5 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5,the Contractor's fee shall be five percent(S%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually perforrns the Work, at whatever CITY OF FORT WORTH STANDARDCONSTRUC ION SPECIFICATION DOCUMENTS ` Revision:Febn,ary2,2016 ' 007200-1 f GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be i in excess of 25%; J c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 1r 11.01.13, d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a t deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change o f 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 1 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 1 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 _l 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 1 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 ,j 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 S'T'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febakuy2,2016 007200-1 J GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF l DEFECTIVE WORK ' 13.01 Notice of Defects 1 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 4 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 WORTI 1 STAN DARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 J 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the r 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 --4 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, J 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 I 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 Slop 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 7 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:February 2,2016 s 007200-1 GENERAL CONDITIONS Page 50 or63 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 r 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 J� 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 a 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, 1 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:Febug2,2016 1 007200-l GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service 1 before Final Acceptance of all the Work,the correction period for that item may start to run from I 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 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 1 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. } i 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 rernedial 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 ti CITY OF FORT'WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeWW2,2016 007200-1 i GENERAL CONDITIONS Page 52 of 63 f 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. r 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: l 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an ` affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnia y 2,2016 i 00 72 00-1 GENERAL CONDITIONS Page 53 of 63 1 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 3 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: i 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; f 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:Febatmy2,2016 007200-1 GENERAL CONDITIONS 1 Page 54 of 63 1 i 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%). 1 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 1 deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. 1 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 i any adjustment thereto agreed to by City and Contractor, when Contractor remedies the 1 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 t 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:Febmary2,2016 i f 00 72 00-1 ` GENERAL CONDITIONS 1 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 y 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 i A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that ' the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. ' CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 r 007200-1 ' GENERAL CONDITIONS Page 56 of 63 i 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. i 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 1 thereafter. 14.08 Final Completion Delayed and Partial Retainage Release P Y 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 thatportion 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 WORTI{ STANDARDCONSTRIICTION SPECIFICATION DOCUMENTS Revision:Februmy2,2016 007200-1 GENERAL CONDITIONS j 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 1 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 timc, 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 1 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;F'ehnimy2,2016 1 007200-1 i GENERAL CONDITIONS Page 58 of 63 f i 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 1 Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance 420020-12-2011 established under Paragraph 6.06.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 ten-ninated, 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:Febrmy 2,2016 00 72 00-1 f GENERAL CONDITIONS Page 59 of 63 i obligations, then City, without process or action at law, may take over any portion of the f Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and y 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. i 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. 7 CITY OF FOIZ'r WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnory 2,2016 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 i 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 i necessary for completion of such portion of the Work under the Contract as is not terminated; 1 3. terminate all orders and subcontracts to the extent that they relate to the performance of the 7 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 l 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 STAN DAIZD CONSTRUCTION SPECIFICATION DOCUMENTS 1 Revision:February 2,2016 007200-1 ' GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items r are stored, within 45 days from the date of submission of the Iist, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid ' on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. } ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. } C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a ` denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 ' GENERAL CONDITIONS Page 62 of 63 I, elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or ' 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if- 1. f1. 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 j 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 1 Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies } available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniamy2,2016 i 00 72 00-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the ? Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 1 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 STAN DARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrnwy 2,2016 , 1 1 00 73 00- 1 SUPPLEMENTARY CONDITIONS j Page 1 of 6 I SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO ' 4 GENERAL CONDITIONS 5 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other j 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions r 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. j 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions,unless specifically noted herein. 18 19 Modifications and Supplements 20 j 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. } 23 J 24 SC-3.035.2,"Resolving Discrepancies" 25 26 Plans govern over Specifications. 27 28 SC-4.01A 29 i 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 3 31 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 32 Contract Drawings. 33 34 SC-4.01 A.L,"Availability of Lands" 35 36 The following is a list of known outstanding right-of-way, and/or easements to be acquired,if any as of 37 .1p?-r .). W q; ' 38 39 Outstanding Right-Of-Way,and/or Easements to fie Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None ] 40 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, } 41 and do not bind the City. 42 43 if Contractor considers the final easements provided to differ materially from the representations on the 44 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 45 notify City in writing associated with the differing easement line locations. ` 46 47 CITY OF FORT WORTH Water and Sanitag Server Iutprovetnents far Lake Shore Streets Units 1-6 ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739. 100740. 100741.& 100743 Revised January 22,2016 1 007300-2 SUPPLEMENTARY CONDITIONS t Page 2 of 6 I SC-4.01A.2,"Availability of Lands" r 2 3 Utilities or obstructions to be removed,adjusted,and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 6 as of 0�o ll'T. 01� EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT 1 None 7 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 8 and do not bind the City. 9 --� 10 SC-4.02A.,"Subsurface and Physical Conditions" ' !1 12 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 13 14 None 15 16 SC-4.06A.,"Hazardous Environmental Conditions at Site" 17 18 The following are reports and drawings of existing hazardous environmental conditions known to the City: 19 -I 20 None 21 22 SC-5.03A„"Certificates of Insurance" 23 24 The entities listed below are"additional insureds as their interest may appear"including their respective 25 officers,directors,agents and employees. 26 27 (1) City 28 (2) Consultant: MV Engineeering,lnc. 29 (3) Other: None 30 31 SC-5.04A.,"Contractor's Insurance" -' 32 33 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 34 coverages for not less than the following amounts or greater where required by laws and regulations: 35 ? 36 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 37 38 Statutory limits 39 Employer's liability 1 40 S[00-000 ca0ia c[dentlocwurmiiwo 1 41 $100,000 Dkoa.se -cach amployct 42 M0.000 l.'}iWAM- policy limit 43 44 SC-5.04B.,"Contractor's Insurance" 45 46 5.04B.Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance 47 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with ' 48 minimum limits of- 49 f49 CITY OF PORT WORTH Water and Sanitary Seger Lupi orenrents for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProjectNos. 100830, 100739, 100740,100741,& 100743 Revised January 22,2016 i r 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 � 1 '{;I,UOO,tHJO C11�I4u�Ck11'rClltit i 2 azgr pte limit, 3 4 The policy must have an endorsement(Amendment–Aggregate Limits of Insurance)making the 5 General Aggregate Limits apply separately to each job site. 6 7 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 8 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 9 10 SC 5.04C.,"Contractor's Insurance" 11 5.04C. Automobile Liability,under Paragraph GC-5.040. Contractor's Liability insurance under 12 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 13 14 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 15 defined as autos owned,hired and non-owned. -- 16 17 51,000.000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 18 least: 19 —I 20 42i0,000 Budlly Injury per pel'san! 21 $500,MM liudily Injury per aeeident, 22 ' ItlO,nnll 11rofrerty bamagc 23 24 SC-5.04D.,"Contractor's Insurance" 25 26 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 27 material deliveries to cross railroad properties and tracks 28 29 None 30 31 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 32 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 33 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 34 Entry Agreement"with the particular railroad company or companies involved,and to this end the 35 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute } 36 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 37 to the Contractor's use of private and/or construction access roads crossing said railroad company's -1 38 properties. • 39 40 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 41 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 42 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 43 occupy,or touch railroad property: i 44 45 (1) General Aggregate: None 46 47 (2) Each Occurrence: None 48 49 Required for this Contract X Not required for this Contract 50 51 With respect to the above outlined insurance requirements,the following shall govern: 52 53 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in k 54 the name of the railroad company. However, if more than one grade separation or at-grade Crry OF FORT WORTH Water and Sanifa,y Seiver Lnprovenients for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos, 100830,100739,100740. 100741,&100743 Revised January 22,2016 i 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 crossing is affected by the Project at entirely separate locations on the line or lines of the same t 2 railroad company,separate coverage may be required,each in the amount stated above. 3 t 4 2. Where more than one railroad company is operating on the same right-of-way or where several 5 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 6 may be required to provide separate insurance policies in the name of each railroad company. 7 8 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 9 railroad company's right-of-way at a location entirely separate from the grade separation or at- 10 grade crossing, insurance coverage for this work must be included in the policy covering the grade 1I separation. J 12 1 13 4. if no grade separation is involved but other work is proposed on a railroad company's right-of- 14 way,all such other work may be covered in a single policy for that railroad,even though the work 15 may be at two or more separate locations. 16 17 No work or activities on a railroad company's property to be performed by the Contractor shall be } 18 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 19 for each railroad company named,as required above. All such insurance must be approved by the City and 20 each affected Railroad Company prior to the Contractor's beginning work. 21 22 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 23 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 24 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 25 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 26 railroad company operating over tracks involved in the Project. 27 28 SC-6.04.,"Project Schedule" 29 ' 30 Project schedule shall be tier 3 for the project. 3I 32 SC-6.07.,"Wage Rates" a 33 34 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 35 Appendixes: 36 37 CFW Horizontal Wage Rate Table 38 39 f3uzzsaly location, Resources/02-Construction Documents Specifications/Div 00-General 40 ConditionslCFW Horizontal Wage Rate Table.pdf> 41 1 42 SC-6.09.,"Permits and Utilities" 43 44 SC-6.09A.,"Contractor obtained permits and licenses" 45 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 46 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 None 53 54 SC-6.09C."Outstanding permits and licenses" 55 CITY OF FORT WORTH Water and Sanitag Sever hnproveinents for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"rs City Project Nos. 100830. 100739, 100740, 100741,&100743 Revised January 22;2016 1 l / 007300-5 SUPPLEMENTARY CONDITIONS j Page 5 of 6 1 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of.flyi-d 2-1. 2 0I,'. 3 4 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 5 6 7 SC-7.02.,"Coordination" 8 ' 9 The individuals or entities listed below have contracts with the City for the performance of other work at 10 the Site: 11 - Vendor Scope of Work Coordination Authority } None 12 13 1 14 SC-8.01,"Communications to Contractor" 15 16 None 17 1 18 SC-9.01.,"City's Project Manager" 19 20 The City's Project Manager for this Contract is Lawrence Hamilton or Kristian Sungir,or his/her successor i 21 pursuant to written notification from the Director of Water Department or Transportation and Public 22 Works. 23 24 SC-13.03C.,"Tests and inspections" 25 1 26 None 27 28 SC-I6.01C.1,"Methods and Procedures" 29 30 None 31 32 } 33 } END OF SECTION Revision Log ' DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTS Nater and Sanitary Seiver Improvements for Lake Shore Sip-eels Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos, 100830, 100739, 100740, 100741•& 100743 Revised January 22.2016 , J i 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 r 1 i i , i i J 1 , f r i , CITY OF FORT WORTH Wafer and Sanitag Sewer Improvements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740, 100741,&100743 Revised January 22,2016 i S i 1 01 11 00-1 SUMMARY OF WORK Page 1 of 3 r I SECTION 011100 } 2 SUMMARY OF WORK 1 3 PART1- GENERAL 4 1.1 SUMMARY • 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification i 8 1. None. -) 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0- Bidding Requirements,Contract forms,and Conditions of the Contract 11 2. Division] 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 1 16 1.3 REFERENCES [NOT USED] ' 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. ? 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the a 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 y 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. a 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents,or as may be specifically authorized.in writing by the City. ` 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Water-and Sanitaq Seiver•Improvenients for Lake Shore Streets Units 1-6 l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Nos. 100830,100739, 100740, 100741,&100743 Revised December 20,2012 01 11 00-2 SUMMARY OF WORK 1 Page 2 of 3 1 b. Excavated and waste materials shaII be stored in such a way as not to interfere j 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 t 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 1 12 specified approval of the property owner has been secured in writing by the 1 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the ' 16 Work as a part of the project construction operations. —� 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns,fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines,or 20 appurtenances thereof,including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. -� 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the i 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any ? 27 corporation,company, individual, or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect, or misconduct in the manner or method or 31 execution of the Work,or at any time due to defective work, material,or 32 equipment. ' 33 6. Fence } 34 a. Restore all fences encountered and removed during construction of the Proiect 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. 1 CITY OF FORT WORTH Water and Sanitaty Sewer Improvementsfor Lake Shore Streets Units 1-6 ti STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739, 100740, 100791,& 100743 Revised December 20,2012 1 r 011100-3 SUMMARY OF WORK Page 3 of 3 1 1 1.5 SUBMITTALS [NOT USED] i 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 t 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 — h 1 h i i CITY OF FORT WORTI I Water and Sanitary Sewer Improvements'for Lake Shore StreelS Units 1-G STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cif),Project Nos.100830. 100739.100740. 100741.&100743 Revised December 20,2012 r i 012500- 1 SUBSTITUTION PROCEDURES f Page 1 of 4 I SECTION 0125 00 f 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL i ? 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 1 8 defined by reference to I or more of the following: I 9 a. Name of manufacturer --- 10 b. Name of vendor 1 1 I 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 y 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 s 33 consideration other products bearing other manufacturer's or vendor's naives, 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: L 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 Improvements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739,100740, 100741,& 100743 Revised July I,2011 j 012500-2 SUBSTITUTION PROCEDURES ! Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. ! 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) i 4 B. Procedure for Requesting Substitution } 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of cacti written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents f I2 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 y 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 I 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 o: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 J 33 projects knowledgeable concerning proposed product a 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. I 38 c. For construction methods: 39 1) Detailed description of proposed method ' 40 2) Illustration drawings 41 C. Approval or Rejection 1 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 Sanitaay Seiner Intprovenrenis for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Aros.100830, 100739,100740, 100741,&100743 Revised July 1,2011 j 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 r 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 SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] ' 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] - 12 1.9 QUALITY ASSURANCE i ? 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 detcrinined 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 l 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 fNOT USED] - i 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE ti 31 CITY OF FORT WORTH Water and Sanitary Seiner-haprorerttenis for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740,100741.&100743 Revised July I,2011 s 1 i 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 ` 1 EXHIBIT A 1 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 1 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 ' I I Proposed Substitution: 12 Reason for Substitution: J 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 j 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 Seiner Inrpr oresrents for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100790, 100741.&100793 Revised July 1,2011 1 i 01 31 19- 1 PRECONSTRUCTION MEETING Paget of 3 1 1 SECTION 01 31 19 } 2 PRFCONSTRUCTION MFFTING i 3 PART1 - GENERAL i 4 1.1 SUMMARY 5 A. Section Includes: r 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures } 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0---Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I —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] 1 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination } 20 1. Attend preconstruction meeting. 21. 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. ' 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the } 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire } 38 to invite or the City may request CITY OF FORT WORTH Water and Sanitary Serer Improvements for Lake Shore Streets Units I-G STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos, 100830, 100739, 100740, 100741,&100743 Revised August 17.2012 , 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 1 I c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule t3 e. Contract Time ' 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 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 Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan _ ) 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing ' 40 ee. Record Drawings 41 ff. Temporary construction facilities ' 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments 1 s CITY OF FORT WORTII Water and Sanitary Seiner Improvementsfor Lake Slrore Streets Units 1-6 STANDARD CONS'T'RUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739. 100740, 100741,& 100743 Revised August 17,2012 01 31 19-3 PRE'CONSTRUCTION MEETING 1 Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] r 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1..11 FIELD [SITE] CONDITIONS [NOT USED] I 8 1.12 WARRANTY [NOT USED] } 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Water and Sanitary Sewer Improvements for Lake Shore Sireels Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Arps.100830, 100739, 100740, 100741,d; 100743 Revised August 17,2012 } 0131 20- 1 PROJECT MEETINGS Page 1 of 3 1 1 SECTION 013120 } 2 PROJECT MEETINGS 3 PART1 - GENERAL i 1 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems } 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. i 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] a 19 1.4 ADMINISTRATIVE REQUIREMENTS ] 20 A. Coordination 2I 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 1 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule; including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Water and Sanitary Seiner Improvements for Lake Shore Sheets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739. 100740, !00741,R 100743 .5 Revised July 1,2011 1 .i } 013120-2 PROJECT MEETINGS Page 2 of 3 ' 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule n 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. J 7 C. Progress Meetings J 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns } 13 b. Installation of piping and equipment -� 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager ' 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whole the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives j 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to constl uction 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 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Water and Same),Sewer Improvementsfor Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740, 100741,8.100743 ' Revised Judy 1,2011 01 31 20-3 PROJECT MEETINGS Page 3 of 3 ' 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 1 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a, The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 —j 18 1.12 WARRANTY [NOT USED] 1.9 PART 2- PRODUCTS [NOT USED] t 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log 1 DATE NAME SUMMARY OF CHANGE 3 ' 23 } J i CITY OF FORT WORTH Water and Sanitary Server Improvements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100739, 100740, 100741.R 100743 Revised July I,2011 5 j 01 32 16-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 1 SECTION 0132 16 i 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY ? 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and } 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0 Bidding Requirements,Contract forms and Conditions of the Contract 14 2. Division 1 --General Requirements i 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A, Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. ' 18 No separate payment will be allowed for this Item. ' 19 1.3 REFERENCES 1 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract,but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3- Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4- Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5- Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule- Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. 1 CITY OF FORT WORTH Water and Sanitary Sewer Improvements for Lake Shore Sireets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739. 100740.100741.& 100743 Revised July 1,2011 } r 01 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes,expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. I 1 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. — } 16 B, Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 1 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 1 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document, 24 C. Responsibility for Schedule Compliance a 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 1 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 1 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximuln practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 1 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades), equipment and work schedule(overtime,weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Water and Sanitary Sewer Lnprr renaents for Lake Shore Sheets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,8 100743 Revised July I,2011 t 01 32 10-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 ' I D. The Contract completion time will be adjusted only for causes specified in this i 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled ' 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 ' 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 1 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties,strikes, unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 1 40 3. Float or slack time is defined as the amount of time between the earliest start date y 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates,and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORTWORTH Water and Sanitaty Seiner Improvementsfor Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,& 100743 Revised July 1,2011 i r i 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 ' 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with ' 4 those activities. ` 5 E. Coordinating Schedule with Other Contract Schedules t 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. 1 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 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 -1 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 1 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule } 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. } 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 1 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. ' 26 B. Progress Schedule 1 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. ' 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the } 39 City, no further progress schedules are required. CITY OF FORT WORTH Water and Sanitary Sewer Improvements far Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739,100740. 100741.&100743 Revised July I,2011 t 1 + 01 32 16-S CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] r 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, ' 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] } 16 END OF SECTION i 17 Revision Log 3 DATE NAME SUMMARY OF CHANGE 18 } } CITY OF FORT WORTH Water and Sanitary Serer Lnprovements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830.100739, 100740.100741.&100743 Revised July 1,2011 01 3233- 1 PRECONSTRUCI'ION VIDEO Page 1 of 2 1 I SECTION 0132 33 1 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 1 4 1.1 SUMMARY J 5 A. Section Includes: 6 1. Administrative and procedural requirements for: J 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: I1 1. Division 0Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES ' 14 A. Measurement and Payment k 15 1. Work associated with this Item is considered subsidiary to the various iteirls bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 1 y 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video > 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. t 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1,8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] ' 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Water and Sonttaq Sewer Inrprovernentsfor Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,& 100743 Revised July 1,2011 I 01 3233-2 PRECONSTRUCTION VIDEO Page 2 of 2 2 PART 3 - EXECUTION [NOT USED] } 2 END OF SECTION 1 3 Revision Log DATE NAME SUMMARY OF CHANGE 1 4 5 i 1 �1 5 J J ) r } 1 r F CITY OF FORT WORTH Wafer and Sanitary&wer Improventenis for Lake Share Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,& 100743 Revised July I,2011 I I i 01 3300-1 SUBMITTALS Page 1 of 8 1 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 J 9 b. Product Data(including Standard Product List submittals) -- 10 c. Samples 11 d. Mock Ups } 12 B. Deviations from this City of Port Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 3 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 9 18 A. Measurement and Payment 1 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 o:32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 1 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 Sever Improvenrents,/or Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739.100740.100741.&100743 Revised December 20,2012 i i 013300-2 } SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. I 4 B. Submittal Numbering 3 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. 1 I I A=2nd submission, B=3rd submission,C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by " 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement ` 32 1) "By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings," 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. ' 38 2. Bind shop drawings and product data sheets together, 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 1 46 1. The.date of submission and the dates of any previous submissions 1 CITY OF FORT WORTH Water and Satattat),Sewer Improvements for Lake Shore Streets Units I-6 } STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project Nos. 100830, 100739, 100740, 100741,& 100743 Revised December 20,2012 E 7 ? 013300-3 } SUBMITTALS Page 3 of 8 7 1 2. The Project title and number f 2 3. Contractor identification j 3 4. The names of- 4 a. Contractor 1 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 I 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 I 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 Wafer and Sanitary Sewer Improvements far Lake Shore Sireels Unifs I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740.100741.&100743 ' Revised December 20,2012 1 } 01 3300-4 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 i 5 1 1) 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: I I I) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 1 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 itern. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 2I 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. y 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings,applicable samples,and product data. 1 27 J. Submittal Distribution S 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 y 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings f 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 1 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 Seiner hnprovenients for lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos, 100830, 100739, 100740, 1011741,R 100743 Revised December 20,2012 } 013300-5 SUBMITTALS ' Page 5 of 8 a. Shop Drawings i 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals I 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. i 8 b. Product Data 9 1) Distributed to the City 10 2) Copies l 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative I 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 --4 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number ' 20 previously specified. , 21 K. Submittal Review 1 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 7 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 3 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 OP FORT WORTH Water and Sanitary Sewer Imp ovenrents for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos, 100830, 100739, 100740,100741,&100743 Revised December 20,2012 } } 013300-6 SUBMITTALS Page 6 of 8 1 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/RESUB.MIT". This combination of codes is 1 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 1 14 non-conforming items that were noted. - 15 c) Resubmittai 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 r 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 I resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals ` 40 a. City reserves the right to not review submittals deemed partial,at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. s 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 W'aler and Sanitary Seiner lmprovemenis for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project Nos. 100830,100739.100740.100741.& 100743 Revised December 20,2012 J i Of 3300-7 SUBMITI'ALS 1 Page 7 of 8 1 1 9. When the shop drawings have been completed to the satisfaction of the City,the } 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal,appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. } 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 1 9 used on the Project. Remove at the completion of the Work or when directed. t 10 M. Qualifications 1 11 1. If specifically required in other Sections of these Specifications, submit a P.E. } 1.2 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification + 20 2. Use the Request for Information(RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RF["followed by series number,"-xxx",beginning with"01"and r 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] ' 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Water and Sanitary Sever Improvements for Lake Shore Streets Units 1-6 s,rANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100739,100740, 100741,&100743 Revised December 20,2012 i i 013300-8 SUBMITTALS Page 8 of 8 1 1 PART 2- PRODUCTS [NOT USED] 1 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.x.8.Working Days modified to Calendar Days J 5 i J s } a f ' CITY OF FORT WORTI.I Water and Sanitary Seiner Innproremenis for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740,100741,& 100743 I Revised December 20,2012 i J t j 01 35 13-I SPECfAL PROJECT PROCEDURES r' Page 1 of 8 I SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 1 3 PART1- GENERAL 1 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 1 8 b. Work near High Voltage Lines 9 C. Confined Space Entry Program -.-) 10 d. Air Pollution Watch Days 11 C. Use of Explosives, Drop Weight, Etc. I2 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction —4 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 I --General Requirements 1 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 1 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 C. The price bid shall include: 33 1) Mobilization 1 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates j 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 1 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 Server 6aprovernents for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739. 100740. 100741,& 100743 Revised December 20,2012 5 1 ) 01 35 13-2 SPECIAL PROJLc,r PROCEDURES } Page 2 of 8 I 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 t 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 1 7 C. The price bid shall include: } 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary } 13 to the various Items 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 } 28 commencing any work therein in accordance with the provisions of the permit } 29 b. All work performed in the TxDOT right-of-way shall be 30 performed in compliance with and subject to approval from the Texas 31 Department of Transportation 32 B. Work near High Voltage Lines 1 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts 35 measured between conductors or between a conductor and the ground)shall be 36 in accordance with Health and Safety Code,Title 9, Subtitle A, Chapter 752. 1 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA i 39 requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes 44 or dippers CITY OF FORT WORTH Water acrd unitary Seiner Inrprovements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Nos. 100830, 100739, 100740.100741,&100743 Revised December 20,2012 i 1 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 C. Equipment must meet the safety requirements as set forth 2 by OSHA and the safety requirements of the owner of the high voltage lines 3 4. Work within 6 feet of high voltage electric lines 4 a. Notification shall be given to: 5 1) The power company(example: ONCOR) 6 a) Maintain an accurate log of all such calls to power company and record 7 action taken in each case. 8 b. Coordination with power company 9 1) After notification coordinate with the power company to: 10 a) Erect temporary mechanical barriers, de-energize the lines,or raise or I 1 lower the lines i 12 c. No personnel may work within 6 feet of a high voltage line 13 before the above requirements have been met. --) 14 C. Confined Space Entry Program 15 1. Provide and follow approved Confined Space Entry Program in accordance with 1 16 OSHA requirements. 17 2. Confined Spaces include: 18 a. Manholes 19 b. All other confined spaces in accordance with OSHA's 20 Permit Required for Confined Spaces 21 D. Air Pollution Watch Days 22 1. General 23 a. Observe the following guidelines relating to working on 24 City construction sites on days designated as "AIR POLLUTION WATCH l 25 DAYS", 26 b. Typical Ozone Season 27 1) May 1 through October 31. j 28 c. Critical Emission Time 29 1) 6:00 a.m.to 10:00 a.m. 30 2. Watch Days 31 a. The Texas Commission on Environmental Quality 32 (TCEQ), in coordination with the National Weather Service, will issue the Air ' 33 Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. 34 b. Requirements 35 1) Begin work after 10:00 a.m. whenever construction phasing requires the 36 use of motorized equipment for periods in excess of 1 hour. 37 2) However,the Contractor may begin work prior to 10:00 a.m. if: 38 a) Use of motorized equipment is less than 1 hour,or 39 b) If equipment is new and certified by EPA as "Low Emitting",or 40 equipment burns Ultra Law Sulfur Diesel (ULSD), diesel emulsions,or 41 alternative fuels such as CNG. 42 E. TCEQ Air Permit 43 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 44 F. Use of Explosives, Drop Weight, Etc. 45 1. When Contract Documents permit on the project the following will apply: 5 46 a. Public Notification 5 CITY OF FORT WORTH Water and Sanitary Server Inaprovenrents for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100330,100739.100740, 100741,S,100743 Revised Dcccmber 20,2012 i 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 ' 1 1) Submit notice to City and proof of adequate insurance coverage, 24 hours i 2 prior to commencing. 3 2) Minimum 24 hour public notification in accordance with Section 01 31 13 i 4 G. Water Department Coordination 5 1. During the construction of this project, it will be necessary to deactivate,for a ' 6 period of time, existing lines. The Contractor shall be required to coordinate with 7 the Water Department to determine the best times for deactivating and activating 8 those lines. 9 2. Coordinate any event that will require connecting to or the operation of an existing 10 City water line system with the City's representative. 11 a. Coordination shall be in accordance with Section 33 12 25. 12 b. If needed, obtain a hydrant water meter from the Water 13 Department for use during the life of named project. 14 C. In the event that a water valve on an existing live system 15 be turned off and on to accommodate the construction of the project is required, 16 coordinate this activity through the appropriate City representative. 17 1) Do not operate water line valves of existing water system. 18 a) Failure to comply will render the Contractor in violation of Texas Penal 19 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 20 will be prosecuted to the full extent of the law. 21 b) In addition,the Contractor will assume all liabilities and 22 responsibilities as a result of these actions. ' 23 H. Public Notification Prior to Beginning Construction 24 1. Prior to beginning construction on any block in the project, on a block by block 25 basis, prepare and deliver a notice or flyer of the pending construction to the front 26 door of each residence or business that will be impacted by construction. The notice } 27 shall be prepared as follows: 28 a. Post notice or flyer 7 days prior to beginning any 29 construction activity on each block in the project area. 30 1) Prepare flyer on the Contractor's letterhead and include the following 31 information: 32 a) Name of Project 33 b) City Project No (CPN) 34 c) Scope of Project(i.e.type of construction activity) 35 d) Actual construction duration within the block 36 e) Name of the contractor's foreman and phone number 37 f) Name of the City's inspector and phone number 38 g) City's after-hours phone number 1 39 2) A sample of the `pre-construction notification' flyer is attached as Exhibit } 40 A. 41 3) Submit schedule showing the construction start and finish time for each 42 block of the project to the inspector. 1 43 4) Deliver flyer to the City Inspector for review prior to distribution. 44 b. No construction will be allowed to begin on any block 45 until the flyer is delivered to all residents of the block. 46 I. Public Notification of Temporary Water-Service Interruption during Construction CITY OF FORT WORTH Water and Sanitary Server Improvements for Lake Shore Streets Units 1-G STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos, 100830, 100739, 100740, 100741.&100743 Revised December 20,2012 s 1 i 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 ' I 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction,prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 1 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to 6 the temporary interruption. 7 b. Prepare flyer on the contractor's letterhead and include the 8 following information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 C. A sample of the temporary water service interruption 16 notification is attached as Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to 18 the City inspector for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer 20 has been delivered to all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained 22 from the Project Construction Inspector. - � 23 J. Coordination with United States Army Corps of Engineers(USAGE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required,meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required,meet all requirements set forth in each designated 30 railroad permit. This includes, but is not limited to,provisions for: 31 a. Flagmen 32 b. Inspectors / 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and } 37 property of the Railroad Company from damage arising out of and/or from the 38 construction of the project. Proper utility clearance procedures shall be used in ` 39 accordance with the permit guidelines. 1 40 2. Obtain any supplemental information needed to comply with the railroad's } 41 requirements. 42 3. Railroad Flagmen 1 43 a. Submit receipts to City for verification of working days } 44 that railroad flagmen were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. CITY OF FORT WORTH Water and Sanitary Sewer Improvenientsfor Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01y Project Nos" 100830, 100739, 100740. 100741,R 100743 Revised December 20,2012 i 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 a. 1f water is used to control dust, capture and properly 2 dispose of waste water. 1 3 b. If wet saw cutting is performed, capture and properly 4 dispose of slurry. 5 M. Employee Parking 6 1. Provide parking for employees at locations approved by the City. 7 1.5 SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3- EXECUTION [NOT USED] r 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANCE J I A.B—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 1 : 19 s 1 1 CITY OF FORT WORTH Water and Sanitary Sewer Improvenrentsfor lake Shore Streets Units I-6 ti STANDARD CONSTRUCTION!SPECIFICATION DOCUMENTS City Project Nos. 100530, 100739.100740. 100741,& 100743 Revised December 2p,2012 } r 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 or 8 1 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 7 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT!l41rITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 1 19 PROPERTY. 1 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 1 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 I 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 1 37 1 1 1 CITY OF FORT WORTH Water and Sanitary Sewer Imp ovenrents for•Dike Shore Sh-eets Units 1-G I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nas, 100830, 100739, 100740. 100741.& 100743 Revised December 20,2012 t I 1 r 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 i 1 EXHIBIT B } 2 i ' FORT WORTH Daft: ]DOR NO.XXXX Project"saw. ' 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 } r 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. t THANK YOU, ,CONTRACTOR i } 3 4 CITY OF FORT WORTH Water and Sanitmy Sewer Improvementsfor Lake Shore Streets Units I-b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,& 100743 Revised December 20,2012 r , i 014523- I TESTING AND INSPECTION SERVICES Page l of 2 i 1 SECTION 0145 23 i 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this item is considered subsidiary to the various Items bid. 1 Is No separate payment will be allowed for this Item. _1 16 a. Contractor is responsible for performing,coordinating, and payment of all I7 Quality Control testing. 1 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution ' 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Water and Sanitary Sewer Imp,ovemenls for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740,100741,&100743 Revised July 1,2011 i + 014523-2 TESTING AND INSPECTION SERVICES 1 Page 2 of 2 1 2 Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies ' 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of ' 1 I Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery ' 14 c. Material delivered 1 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 1 28 END OF SECTION + 29 Revision Log ? DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Water and Sanitary Serer Improvements jor Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMTNTS Cite Project Nos,100830, 100739, 100740, 100741•& 100743 Revised July 1,2011 1 1 015000-1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 i } I SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PARTI - GENERAL 1 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 1 i d. Dust control 7 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 1 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 _ 1 18 1.2 PRICE AND PAYMENT PROCEDURES I9 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. } 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities ' 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light,heat and other utility services necessary for ` 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Water and Sanitary Sewer Improvements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739.100740.100711.&100743 Revised July 1,2011 J r 015000-2 TEMPORARY FACILITIES AND CONTROLS ' Page 2 of 4 ` 1 d. Contractor Payment for Construction Water i 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting t 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. 1 1.3 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. 1 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. 1 27 4. Remove facilities at completion of Project 1 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 Server Impr ovenrents for Luke Share Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Alos. 100830, 100739, 100740, 100741,& 100743 Revised July 1,2011 J 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 tildes 1 4 b. Must respond in a timely manner 1 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] 1 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD ]SITE] CONDITIONS [NOT USED] 1 15 1.12 WARRANTY [NOT USED] 1 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 1 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] y 25 3.6 RE-INSTALLATION 26 3.7 FIELD loin] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 1 28 3.9 ADJUSTING [NOT USED] i 29 3.10 CLEANING [NOT USED] } 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Water and Sanitary Sewer Luprorements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740, 100741,&100743 Revised July I,2011 i 1 015000-4 TEMPORARY FACILITIES AND CONTROLS r Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 3 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE � 8 - I , _I 1 M S CITY OF FORT WORTH Water and Sanitaty Sewer hnprorements for Lake Share Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciop Project Nos. 100830, 100739,100740, 100741,S,100743 Revised July 1,2011 j 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 i I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 1 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Fonns and Conditions of the Contract 14 2. Division I —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 1 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 3171 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Water and Sanitary Sewer Improrentents for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,d 100743 Revised duly 1,2011 j 01 5526-2 STREET USE PERM IT AND MODIFICATIONS'T•O TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and j 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 1 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1, If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to } 15 remove the sign. 16 E, Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 1 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] ' 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 1 31 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 1 } 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WOR'T'H Water•atidSarritar7,Sea,erlrrrp-oremehtsforLakeShore Streets Units I-6 t STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Nos. 100830, 100739, 100740. 100741,& 100743 ' Revised lady 1,2011 j 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 ' 1 1 Revision Log t DATE NAME SUMMARY OF CHANGE 2 7 -1 } 1 l l 1 1 i h 1 I CITY OF FORT WORTH Water and Sanilaq Seiver Improvementsfor Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830. 100739.100740, 100741,&100743 Revised July 1,2011 0157 13-1 STORM WATER POLLUTION PREVENTION 1 Page 1 of 3 i f 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Foil Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 I. Division 0— Bidding Requirements,Contract Forms and Conditions of the I I Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment l} 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination:NOT J 25 3. Storm Water Pollution Prevention Plan: SWPPP i 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC ' 28 A. Reference Standards i 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 1 33 Controls 5 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Water and Saonlaq Seiner Improvements for Lake Store Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740. 100741.8, 100743 Revised July 1,2011 01 5713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 l I B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. ' 5 2. 1 to less than 5 acres of disturbance j 6 a. Texas Pollutant Discharge Elimination System (TPDES)General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR 150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division,(817)392- 14 6088. ? 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 31 25 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements ' 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 23 Permit is required ` 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOT 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR 150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 1 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(81'7) 392-6088. a 40 1.5 SUBMITTALS 41 A. SWPPP 1 42 1. Submit in accordance with Section 01 33 00,except as stated herein. 1 43 a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager ` 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Waler and Sanitag Seiner Improvementsfor Lake Share Streets Units 1-b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cir) Project Nos. 100830, 100739, 100740, 100741,S, 100743 Revised July 1,2011 3 1 015713-3 STORM WATER POLLUTION PREVENTION Page 3 or3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. J 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] J 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE } J 15 1 } 1 7 CITY OF FORT WORTH Water and Sanitary Server Improvemenis for Lake Shore Slreels Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739,100740, 100741,d 100743 RevisedJuly 1,2011 5 } i j 01 5913- 1 TEMPORARY PROJECT SIGNAGE ' Page 1 of 3 I SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 1 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. -� 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding.Requirements, Contract Forms and Conditions of the Contract 11 2. Division I General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1, Work associated with this Item is considered subsidiary to the various Items bid. i 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 24 111 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2,1 OWNER-FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria. 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Water and Sanitag Sewer Improvementsfor Lake Shore Streets Units I-6 STANDARD CONS'rRUC1'ION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739.100740. 100741.& 100743 _ Revised July 1,2011 r , } 01 58 13-2 TEMPORARY PROJECT SIGNAGE 1 Page 2 of 3 } 1 B. Materials j 2 1. Sign 3 a. Constructed of 3/-inch fir plywood, grade A-C (exterior) or better 1 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] , i 6 PART 3- EXECUTION 1 7 3.1 INSTALLERS [NOT USED] } 8 3.2 EXAMINATION [NOT USED] r _ 9 3.3 PREPARATION [NOT USED] a. 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skills 16 b. Posts 17 c. Barricade 18 3.5 REPAIR 1 RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 1 j 20 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 1 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. 1 29 3.14 ATTACHMENTS ]NOT USED] 30 END OF SECTION 31 _ ti CITY OF}:ORT WORTH Water and Saniuny Sewer Imp,ovements for Lake Shore Streels Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740. 100741.&100743 Revised July 1,2011 i r 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 1 Revision Log } DATE NAME SUMMARY OF CHANGE i 1 1 2 i } _1 , } 1 i I 1 1 7 ) } J - CITY OF FORT WORTH Water and Smrilmy Server Lnprovementsfor Luke Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,&100743 ' Revised July 1,2011 i r ! 0160 00- 1 r PRODUCT REQUIREMENTS 1 Page 1 of 2 1 I SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL j 4 1.1 SUMMARY 5 A. Section includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. — 9 C. Related Specification Sections include,but are not necessarily limited to: 1 l 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements I2 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: 1 16 1. Resources102 -Construction Documents\Standard Products List l 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. l 30 1.5 SUBMITTALS [NOT USED] } 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1 32 1.7 CLOSEOUT SUBMITTALS [NOT USEDJ } 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH [faterasriSanitarySeu,erlruprorerrientsfor•Lake Shore Streets Units! 6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cil),Project Nos, 100830, 100739,100740, 100741,&100743 Revised December 2Q 2012 , 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 ' 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] ' 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 3 1.12 WARRANTY [NOT USED] 1 4 PART 2- PRODUCTS [NOT USED] f ' 5 PART 3 - EXECUTION [NOT USED] 1 l 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANOE 10/12/12 D.Johnson Modified Location of City's Standard Product List i 1 5 1 7 l 1 1 i 3 1 1 CITY OF FORT WORT[I Water and Sanitmy Seger Lupi ovements for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,& 100743 Revised December 20,2012 4 7 I 016600- 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 I SECTION 0166 00 1 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 7 3 PART1 - GENERAL 4 1.1 SUMMARY + 5 A. Section Includes: 1 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 1 8 3. Protection of products against damage from: ? 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 1 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 t 16 1.2 PRICE AND PAYMENT PROCEDURES 1 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. t 19 No separate payment will be allowed for this Item. 1 20 1.3 REFERENCES [NOT USED] 1 2I 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] i 22 1.5 SUBMITTALS [NOT USED] f 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] ' 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1 26 1.9 QUALITY ASSURANCE [NOT USED] 1 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 wi[1 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 Irnproventents for Lake Shore Streets Units 1-6 STANDARD CONSTRUC'T'ION SPECIFICATION DOCUMENTS City Project Nos, 100830, 100739. 100740. 100741,d 100713 Revised July 1,2011 1 J 016600-2 PROD13CT 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 t 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements I 1 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 S 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. 1 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 ti 28 written permission of owner or other person in possession or control of premises. _ 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 1 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 Inrprovements for Lake Shore Slreels Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740, 100741,&100743 Revised July 1,2011 1 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS 1 Page 3 of 4 ' 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] I 4 PART 3- EXECUTION t 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 loR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. y 14 B. Non-Conforming Work I5 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] 1 18 3.9 ADJUSTING [NOT USED] f 19 3.10 CLEANING [NOT USED] i 20 311 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. 1 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Water and Sanitary Seiver Improvementsfor Lake Shore Sheets Units 1-6 STANDARD CONSIRUCTION SPECIFICATION DOCUMEN'T'S City Project Nos, 100830,100739, 100740, 100741,&100743 Revised July 1,2011 1 1 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS l Page 4 of 4 ' Revision Log ) DATE NAME SUMMARY OF CHANGE r ] } 1 .j 1 ) 7 , i 1 i CITY OF FORT WORTH Water airrl Sanitary Server hrvpr orements for Lake Shore Streets Units 1-G STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830. 100739, 100740,10074 1,&.100713 Revised July 1,2011 1 } i 01 7000- 1 MOBILIZATION AND RFMOBILIZATION Page I of 4 r i I SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION i 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel,equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 1 at the Site 3 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment,and operating supplies 14 to another location within the designated Site —1 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another Iocation 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 i 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of ' 24 work that are for which payment is provided elsewhere in the contract. 1 25 2. Remobilization 4 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel,equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: I 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 CITY OF FORT WORTH Water and Sartilmy Suver Impr orements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740.100741,&100743 Revised November 22,2016 } 017000-2 MOBILIZATION AND REMOBILIZATION } Page 2 of 4 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel,equipment, and operating j 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel,equipment, and operating 10 supplies from the Site including disassembly for each issued Work J 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 3 I7 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 1 23 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 —General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment [Consult City Department/Division for direction on if } 27 Mobilization pay item to be included or the item should be subsidiary. Include the ] 28 appropriate Section i.2 A. 1.] 29 1. Mobilization and Demobilization 30 a. Measure 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 are subsidiary to the various Items bid and no other compensation will be 35 allowed. } 36 2. Remobilization for suspension of Work as specifically required in the Contract 1 37 Documents 1 38 a. Measurement 39 1) Measurement for this Item shall be per each remobilization performed. } 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under"Measurement"will be paid for at the unit 43 price per each"Specified Remobilization" in accordance with Contract 44 Documents. 45 c. The price shall include: 46 1) Demobilization as described in Section 1.1.A.2.a.1) ' CITY OF FORT WORTH Water and Sanitary Seiner Improvements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos,100830,100739,100740,100741,&100743 Revised November 22,2016 I j 017000-3 MOBILIZATION AND REMOBILIZATION + Page 3 of 4 + 1 2) Remobilization as described in Section 1.1.A.2.a.2) } 2 d. No payments will be made for standby, idle time, or lost profits associated this 3 Item. 4 3. Remobilization for suspension of Work as required by City 5 a. Measurement and Payment 1 6 l) This shall be submitted as a Contract Claim in accordance with Article 10 7 of Section 00 72 00. t 8 2) No payments will be made for standby, idle time, or lost profits associated 1 9 with this Item. } 10 4. Mobilizations and Demobilizations for Miscellaneous Projects 11 a. Measurement 12 1) Measurement for this Item shall be for each Mobilization and / 13 Demobilization required by the Contract Documents 14 b. Payment 15 1) The Work performed and materials furnished in accordance with this Item 16 and measured as provided under"Measurement"will be paid for at the unit 17 price per each"Work Order Mobilization"in accordance with Contract 18 Documents. Demobilization shall be considered subsidiary to mobilization 19 and shall not be paid for separately. 20 c. The price shall include: 21 1) Mobilization as described in Section I.I.A.3.a.1) } 22 2) Demobilization as described in Section 1.1.A.3.a.2) 23 d. No payments will be made for standby, idle time, or lost profits associated this 24 Item. 25 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 26 a. Measurement 27 1) Measurement for this Item shall be for each Mobilization and 28 Demobilization required by the Contract Documents 29 b. Payment 30 1) The Work performed and materials furnished in accordance with this Item 1 31 and measured as provided under"Measurement"will be paid for at the unit 32 price per each"Work Order Emergency Mobilization"in accordance with 33 Contract Documents. Demobilization shall be considered subsidiary to 34 mobilization and shall not be paid for separately. I 35 c. The price shall include 36 1) Mobilization as described in Section 1.I.A.4.a) ' 37 2) Demobilization as described in Section 1,1,A.3,a,2) 38 d. No payments will be made for standby, idle time,or lost profits associated this 39 Item. 40 1.3 REFERENCES [NOT USED] 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1:5 SUBMITTALS [NOT USED] 43 1.6 INFORMATIONAL SUBMITTALS [NOT USED] l 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] 45 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Water and Sanitary Sewer Improvementsfor Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,& 100743 Revised November 22,2016 1 t r 017000-4 MOBILIZATION AND REMOBILIZATION r Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 1 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 1 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log J DATE NAME SUMMARY OF CHANGE ? 11/22/16 Michael Owen 1.2 Price and Payment Procedums-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. - 1 9 r } 1 } 1 f 5 CITY OF FORT WORTH Water and Sanitaty Seiner hnprorenrents for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739, 100740,100741,8,100743 Revised November 22,2016 r J i i t , 1 1 ::FORT WORTH@ i Secti®n 017123.01 - Attachment A ' Survey Staking Standards , February 2017 } 0:\PROJECTS\3-18-66 FTW-SS LakeShore\Project Documentation\Specifications\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 `1 } % These procedures are intended to provide a standard method for construction staking services 1 associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOTparticipation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT i manual shall prevail. (http://onlinemanuals.txdot.yov/txdotmanuals/ess/ess.pL:�) If you have a unique circumstance, please consult with the project manager, inspector,or survey department at 817-392-7925. i f 1 Table of Contents 1. City of Fort Worth Contact Information } II. Construction Colors Ill. Standard Staking Supplies 3 IV. Survey Equipment, Control, and Datum Standards V. Water Staking } VL Sanitary Sewer Staking J VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets 4 X. As-built Survey } , } 1 1 0:\PROJECTS\3-18-66 FTW-SS LakeShore\Project Documentation\Specifications\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 1 ) I. Survey Department Contact Information , Physical and mailing address: 8851 Camp Bowie West Boulevard } Suite 300 Fort Worth,Texas 76116 Office: (817) 392-7925 Survey Superintendent,direct line: (817)392-8971 i H. Construction Colors ' The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs,and any identification such as pin flags if necessary. i Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL7- YtLLO TELEPHONE/FIBER OPTIC ORA lGE � SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB,SIDEWALK, BUILDING CORNERS } SANITARY SEWER IRRIGATION AND RECLAIMED WATER • • ) 111. Standard Staking Supplies Item Minimum size ' Lath/Stake 36"tall Wooden Hub (2"x2" min.square preferred) 6"tall Pin Flags (2.5" x3.5"preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods(1/2" or greater diameter) 18" long } Survey Marking Paint Water-based ' Flagging 1"wide Marking Whiskers(feathers) 6" long Tacks(for marking hubs) 3/4" long ' 0:\PROJECTS\3-1.8-66 FTW-SS Lakeshore\Project Documentation\Specifications\Div 01-General Requirements\01. 7123.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 } l } i IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas,.gov/itsolutions/GIS/ } Look for'Zoning Maps'. Under'Layers', expand 'Basemap Layers', and check on i 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. i C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum } prior commencing work.A site calibration may be required and shall consist of _j at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. !I. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines, and rough-grade only. No GPS staking for concrete,sanitary sewer,storm drain,final grade,or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate 7 Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, `X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point'or similar wording. II. Datasheets are required for all control points set. Datasheet should include: i A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base ' point coordinate, Example:C.S.F.=0.999125, Base point=North:0, East=O C. Geoid model used, Example: GEOID12A } ` OAPROJECTS\3-18-66 F7W-SS LakeShore\Project Documentation\Specifications\Div 01-General Requirements\01 7123.16.01 Attachment A_Survey Staking Standards.docx Page 4 of 22 1/ E. Preferred Grid Datum ' Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983 StatePlane-Texas_North Central FIPS_4202-Feet Projection: Lambert-Conformal-Conic Fa lse_East i ng: 1968500.00000000 False-Northing: 6561666.66666667 Centrai_Meridian: -98.50000000 Standard_Parallel_1: 32.13333333 Standard_Parallel_2: 33.96666667 Latitude_Of_Origin: 31.66666667 -} Linear Unit: Foot US J Geographic Coordinate System: GCS North-American-1983 } Datum: D_North_American_1983 Prime Meridian: Greenwich 1 Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City } must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below } F. Preferred Deliverable Format Axt .csv dwg .job 1 } G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes(if applicable) } H. Preferred File Naming Convention This is the preferred format: City Project Number Description_Datum.csv Example fora promect that has surface coordinates which must be translated: File 1:01234-As-built of Water on Main Street Grid NAD83 TXSP 4202.csv ' 0:\PROJECTS\3-18-66 FTW-SS LakeShore\Project Documentation\Specif!cation s\Div 01-General Requirements\01 ti 71 23.16.01-Attachment A_Survey Staking Standards.docx Page 5 of 22 r ' Fife 2: C1234—As-built of Water on Main Street—Project Specific Datum.csv Example Control Stakes 1 1 i 1 a } } 1 } Y 1 , 0:\PROJECTS\3-18-66 FTW-SS Lakeshore\Project Documentation\Specifications\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 i I i i s Y s ry d f � 1 � (/) w a m cn z z w o i J Q m > Z � w CO1 a W Q1 EL. 100.OD' m n w w ZD o � rn Y Of z 0 z _ F- En cn o s d U O w z� F- ' ---- m o w z : < X O 0 m - U w � oc Q cp #1 N=5000,00 E=5000.00 LL a V. Water Stakin Standards 0:\PROJECTS\3-18-66 FTW-55 LakeShore\Project Documentation\Speci#ications\Div 01-General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 4 i i i A. Centerline Staking—Straight Line Tangents 1. Offset lath/stakes every 200'on even stations If. Painted blue lath/stake only, no hub is required f III. Grade is to top of pipe(T/P)for 12"diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent - Optional.Actual stakes shall consist of a 60D nail or hub set with a whisker j B. Centerline Staking-Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should 1 be set at a 25' interval 11. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes 1. 7.0' perpendicular offset is preferred to the center of the box 11. Center of the meter should be 3.0' behind the proposed face of curb Ili. Meter should be staked a minimum of 4.5'away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans > D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main 11. RIM grades should only be provided if on plans r 1 Example !dater Stakes i 0:\PROJECTS\3-18-66 FTW-SS LakeShoce\Project Documentation\Specifications\Div 01-General Requirements\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 8 of 22 � , ) , y f # « \�\ 2 ® , Uq Uj :�7 ? §2 , ` 0 < / off iw/ STS+o � 2 ) . l � b . � /W(L _\ (:)j Ul L6 U L \ � k Z \ § §§ \ I ƒ 7' O/S ±e, LL k \ O / < \ \ Ll, E-1* \ I \ � �< \ . \\ / \ LL r Uj 3� z 2 � /6 � m , \ 2 z/ � // § CL / §j \ 2 § . § �� , 0 / ' O/ ° W/ ` , ry L &2k \ Las Ln > _ � z , V. Sanitary Sewers eking ! o: £C ya4e$§FTw-5 aGaor Pr«!Do mmeNki gpe§ot n6DvotGmemRgmmmAt of . 712.16.01-At! +mey A kine Staking%an&Qs.d«x Page 9a2 , ) 1 1 A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline i V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking - Optional.Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves i I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval ? II. Staking of radius points of greater than 100' may be omitted } C. Sanitary Sewer Manholes i I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Plowline grade should be on the lath/stake for each flowline and direction noted 7 III. RIM grade should only be on the stake when provided in the plans l ) 1 s 1 1 ! 1 i 0:\PROJECTS\3-18-66 FTW-SS LakeShore\Project Documentation\Specifications\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 5 5 i r ' Example Sanitary Sewer Stakes �rygg �Y IN I hq 7' D/S q, SS Ilc II STA-a+7th I ,* C-4-ek C-4UII C-O" JL W ©_ zffi k LL 12 0/S SSUZ I— tQ 7 ' o/S } LL LL kL I � 1 0 LL.Q 7' �/; � SS STA--0+O Z C-5 i C- .� F+O O 01 Q 11' 0/S .SS IIII SiR-a+Od L oil LLJC-6 (r6fl $ C-4 r ~sn 2 LL M 0:\PROJECTS\3-1$-66 FTW-SS LakeShore\Project Documentation\Specifications\Div 01-General Requirements\01 7123.16.01_Attachment A Survey Staking Standards.docx Page 11 of 22 i VII. Storm Sewer & Inlet Staking i A. Centerline Staking—Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking f Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval Ii. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00'total length III. Recessed 10' Inlet=20.00'total length 1 IV. Standard double 10' inlet= 26.67'total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes 1 I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor i II. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans i 0:\PROJECTS\3-18-66 FTW-SS LakeShore\Project Documentation\Specifications\Div 01-General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 r i Example Storm Inlet Stakes a r FRONT FRONT (SIDE PACING ) (SIDE FACING ) NO FLA.GGING REQUIREDO IP_i UEU OF P'Ifdl P .IIlTE LATH n � m m BACKz BACK � / (-clm mato R.ELW.) (SEE FA13NG FI.QW.) IDENTIFIES MICH M IDENTIflES YMICH PUNT# LO ENR OF THE ri1NC POINT I E"I D OF THE YANG SEIKO ITAKEU BONG STAKES} I JIDENnnES � � HIM ELEVATION mTATION HUB ELEVATION c 1 NOTED ON PLANS) j ES GRADE (F CURB T 7 O CRAPE ITL 4AJNE DISTANCES FOR INLETS STANDARD 10' - 16' RECESSED IV - 2V STANDARD 13OUBLE IG' — 26.67' / HUB WITH TA£K $�-------- RECESD DOUBLE 1d -�:.6=67' ---------- I I ` I BACK OF INLET WI ❑I �i - AVAMR k�kl.E • ; �I y RACY, OF CURB [1nCK OF CURS 141 I RSY&INE FACE OF INLET FACE tr INLET R-OWUNE --— , --EDGC OF PAYEMENT EDGE OF PALEFAENT EDGE OF PAVEMENT ERG[ ff PAVEMENT — 0:\PROJECTS\3-18-66 FTW-SS LakeShore\Project Documentation\Specifications\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 t ' VIII. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break Vlll. Cut sheets are required on all staking } Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves Ill. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted 4 Y) f 1 0:\PROIECTS\3-18-66 FTW-SS LakeShore\Project Documentation\Specifications\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 s 1 Example Cu_r_b_& Gutter Stakes FRONT (SIDE FACING Pk-) 0 o FRONT IDENTIFIES END FRONT c9uE€ACING�POINT OF a 0f FR ONT T cFrar (SIDE FACING ) IDENTIFIE5 57ART PG !o PONT OF CURVATURE {SUE FACING ) i 3 4 ABC m BACKC/�Ki� \ y A UfiLE\ ipa,inm OFFSET I9 TO o ' SACC OF CURB CR FJC v O 1+ (51I7E FACING RO.Ii) f r/c FOR FACE OF CURE I QI O� z 1 POINT $ III I i a/c 1 R7El#TiFIES cflhOE IS III I Ii T ,TO TOP of 9VFW I Q III I HUA RB ELEVATION GRr� ON I PIIJS POINTS -L' •— I 4 --i PI�lC7 FL�.��C�IIti; E2FI��111TtEL:I. I ! ! i � _ IN LID.! QF '•11th'. F'Ali•ITLL L."JH } �0, f 1 ` - — TOP OF CURB BACK OF CURB FACT OF CURB I I { j l� FLOVLI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection i ` 0:\PROJECTS\3-18-66 FTW-SS Lakeshore\Project Doc umentation\Specification s\Div 01-General Requirements\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 15 of 22 I ; ;• � k Hill � - .. \ 0 \ a, o Kj7_+ % &&� ~ .A-2*4�, . ) ; K�2 _ 14 01 L q§ 1 y& i Z . y Z 3DWi.». any .> § _a=te. - , ƒ��2 § « JO._a % sl MWIVO _ of la E � Ji. . x . ca F ! k / j ■fit d � c o: aCTyy»-BFTW-7& sh«GPr e o mme%aum%pc @!bn#Dw01-en«mRm@emmt 01 7123a&o1-Attachment Sure Staking eanA@sdax Page «of 22 , i i ' IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) } C. Project Name i D. City Project Number(Example: C01234) E. location (Address, cross streets,GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent(see item I above) Standard CitV Cut Sheet City Project Date: Number; Project Name: —j ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS i ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED _CUT + FILL } -LT/+RT GRADE ELEV. } i i } 0:\PROJECTS\3-18-66 FTW-SS Lakeshore\Project Documentation\Specifications\Div 01-General Requirements\01 71 23.16.01—Attachment A—Survey Staking Standards.docx Page 17 of 22 1 i f X. As-built Survey r A. Definition and Purpose 1 The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore,the information gathered will be used to supplement the City's GIS ' data and must be in the proper format when submitted.See section IV. As-built survey should include the following(additional items may be requested): i Manholes J Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations i Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants } Gate valves(rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves a Cleaning wyes Clean outs Casing pipe(each end) i Inverts of pipes Turbo Meters 1 1 0:\PROJECTS\3--18-66 FTW-SS Lakeshore\Project Documentation\Specifications\Div 01-General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 , 1 r B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write"NOT FOUND"to notify the City. } } 1 i , 1 } 1 0:\PROJECTS\3-18-66 FTW-SS LakeShore\Project Documentation\Specifications\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 1 } V hW X17 JJiNUd.UYJ°d-RSAI!MR 1, ,(N�J,y 3.Y✓i13N N3M35 AwAhvs Ow 613" i Eill 'sl 05.6V15 3117 1111fY —77 s SF L F JJ �1ti I 2. _ 01 X ¢ 2LA47n��w�a�f' 'Lit _ ol .._ TF 0:\PROJECTS\3-18-66 FTW-SS Lakeshore\Rroject Documentation\Specifications\Div 01-General Requirements\01 7123.16.01—Attachment A—Survey Staking Standards.docx Page 20 of 22 ! , f r j y7'A 6DaM`IrWL f,7 W:4?M fQ SrAO. W-le WL ffL.WD ON •SfA"AV-0 W fF1DVD ON MWE 6 soma-£FX1ST. ,y rAw!rE}ATER OWE VAVC G W.DOCeiv !N f LTkS:UT TO bxfsr.a-WATE1d 5 I.3airX 0 ME IXSTy1;h Iz-gw SLE&E STA o am-1Y,S L . }113 A A I I-WX 8'AMER 145TAW ,y ,I f'WATE VAWE JLALw-SVFRIPEV SFAD•t7Ta76-84M C5 Arty{/1A66�1 11 4Svoq,4m H'r�WTD"26r f•P 9.9f,VZ E P� 8.894 E•2mbS1751I0 I-IR ffLi !-1D'X(rA5C'K3R Tom£ + FVVVE vHVE� .le ; lf1F er aW cFao f 1OWE VAFYE ���. � rcwzrR y x E22962D4PJ88 LOr 1 .tib"+ fv ,B3 CP.•!3 aaa,:-,ki w.Fe r�ra r ip 'X'DUT A' rn-wn AA,]CYaA 5n' 61X d 7ESSO 1Of CF.III 0 4- Tay'2 _�_"_ ,. — _ _-_... wm - 7 ELEV.713Q,1Y (V _..t. -- _ -1 a' R•37Tf_-_"EY.6`SS.—e.w..�_ .. , PROPOSED J SIW17'ARY S r Mx IM �° n SEE SHEE SrAOCAW-Ir k1 WXSTALG LOT A H13'A'rYEflY.BEhD cu&a 8-1,9�rd,0-01 V VC rvx, E•2296SSE-WE ,x•a;asaar i STA O-wm-lE'k2 fF1DYO 1393 5751:457.5.?-IZ'k S1 it 860.,@^I,- IMAW fXST,VL &STA11, f-lzAra Swo SLAWYE JL-;*YVow&= "te44VEF7.Awa 571F OF 1�-WA4'ER RPE !:'•6"05Sfi' Nb91rO5?s657 OR5N.XT TO FXJST.jr fT.k563USP823 !=•2 ..�p'¢47O 636 } 1' 1 h , , } 0:\PROJECTS\3-18-66 FTW-SS LakeShore\Project Doc umentation\Specifications\Div 01-General Requirements\01 73 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 / f 9Z6fZpg•X Wl W/—w.2 AW OM vX J23MW Alli 3/1SM iW JV1A3XW-7N OhOS AW-U8YS GAY N{31YM Nil Ilk a a t E, 'h1h MEMO as a V 3Nf7 SS'd06'd 05 0 Vis SNIT Nj.Iym u t �, d€,6 Y!i1 3407—�'Jo— Il .. kill 0 o -- -- -t i'- a - [ �- .... .... k a 'V _. -__-..-.... 1 82 ........ f 10 a , :--.. ; s; — r'^ O:\PR is\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 22 of 22 i - J rp S� 4 ■mss` ���yF�./ �1� w i a5 -==------------------ ------- - ---^_ _ _______�_�� mac. .-=w� W���. .�•`^—x c—== �m��=•-_'====_cam—=o=o .-........._..... �.���s=-- Bpi IBM__•W�_���..•��.-..ms=s===_==�G— ==—J��==�__� __-- �� +sem —�—�•--c—�===�=:.a_-�� mw f / Obviously the .csv or.txt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING FASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM L 7 C, L 2 6946260.893 2296062.141 725.658 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM �iCJQ-DIT- f�1 1 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM r� 6 6946190.528 2296022.721 722.325 FH 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919333 713.331 WM RIM TX CES-M# 9 6946003.056 2295933.418 713.652 CO RIM 2-&,F- Ll 10 6945984.677 2295880.52 711,662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM G�7 13 6945896.541 2295862.188 708.205 WM RIM QTc 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM C(.c.{c 1j M r fi ,c S 16 6945835.678 2295799.707 707.774 SSMH RIM I lel l 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM �f � 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295664.471 723.76 WM RIM 24 6945643.407 2295736.03 719,737 CO RIM 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM 7U 27 6945519.834 2295619.44 732.689 WM RIM 28 6945417.879 2295580.27 740.521 WM RIM C 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM -T 17 L rrf-1 31 6945370.688 2295605.793 740.976 GV RIMS SSR ( E 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 1 36 6945233.624 2295544.62& 749,59 SSMH RIM pp L 37 6945206.483 2295529.305 751.058 WM RIM 38 6945142.015 2295557.666 750.853 WM RIM �vom vL2 39 6945113.445 2295520.335 751.871 WM RIM 1 40 6945049.02 2295527.345 752.257 SSMH RIM �c �f 41 6945041.024 2295552.675 751.79 WM RIM ct T 42 6945038.878 2295552.147 751.88 WM RIM A 1544y,, 43 6945006.397 2295518.135 752.615 WM RIM ti 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM i 46 6944860.416 2295534.397 752.986 SSMH RIM } } 0:\PROJECTS\3-18-66 FTW-SS LakeShore\Project Documentation\Specifications\Div 01-General Requirements\01 71 23.16.01-Attachment A_Survey Staking Standards.docx Page 24 of 24 f 1 1 1 1 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. i 7 1 r 1 J 1 - 1 J 1 1 0:\PROJECTS\3-18-66 FTW-SS LakeShore\Project Documentation\Specifications\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 1 ) ¥ k — . . . — — — — — ------ � | . . . . • (IIA ; $; w § § | # [ § ! ƒ $ 7 7 7 | 2 | f � § ) ; ■ g . . . . . . . . . . . . . i E 2 ) § 2 ) § § § / k ; 9 a 2 a 2 ! � . - -- _ - �--—�—————-.... ! . m , f § ® ) j 2 ® | , , : O:R£CTyl4a$§F W-m wkmor Pr 2me«a oGSpec et nAmv01-General Requirements\01 7123.16.01–Attachment a Survey Staking k&Ards.d«x Page 26 of26 01 71 23- 1 CONSTRUCTION STAKING AND SURVEY Page I of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY f 3 PART1 - GENERAL 1 1 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. —� 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2, Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 l) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for"Construction Staking". 20 2) Payment for"Construction Staking"shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 1 22 sum item. 23 c. The price bid shall include, but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 1 27 3) Preparation and submittal of construction staking documentation in the 28 forin of"cut sheets"using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. ti 32 b. Payment ' 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As-Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment ' 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for"As-Built Survey", CITY OF TORT WOR'T'H Water and Sanitary Seiner Improvements for Lake Shore Sheets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740,100741,& 100743 Revised February 14,2018 } i ' 01 71 23-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 ' 1 2) Payment for"Construction Staking"shall be made in partial payments y 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following.: 1 5 1) Field measurements and survey shots to identify location of completed 6 facilities. ` 7 2) Documentation and submittal of as-built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES y 11 A. Definitions 12 1. Construction Survey -The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position,dimensions and 1 14 configuration of structures/improvements included in the Project Drawings. 15 2, As-built Survey—The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features I7 of a project. ? 18 3. Construction Stakinlr—The placement of stakes and markings to provide offsets 1.9 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. l 22 4. Survey."Field Checks" Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on } 24 the ground are accurately located per Project Drawings. r 25 B. Technical References 26 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw 27 website)--01 71 23.16.01—Attachment A_Suivey Staking Standards 28 2. City of Fort Worth -Standard Survey Data Collector Library(fxl) files(available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation(TxDOT) Survey Manual, latest revision 1 31 4. Texas Society of Professional Land Surveyors(TSPS), Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS > 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254(qualifications based selection)for this project. 37 1.5 SUBMITTALS } 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. r 40 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS i 41 A. Field Quality Control Submittals CITY OF FORT WORTH Water and Sanitary Serer Intpronenteitts for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project Nos. 100830, 100739, 100740. 100741,& 100743 Revised February 14,2018 l 1 017123-3 CONSTRUCTION STAKING AND SURVEY ' Page 3 of 8 ' 1 1. Documentation verifying accuracy of field engineering work, including coordinate f 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As-built Redline Drawing Submittal 7 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 1 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor(RPLS)responsible for the work(refer to 01. 71 23.16.01 —Attachment A 10 —Survey Staking Standards) . = 11 2. Contractor shall submit the proposed as-built and completed redline drawing f 12 submittal one(1)week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as-built redline I4 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1 17 1.9 QUALITY ASSURANCE 1 1.8 A. Construction Staking 1 19 1. Construction staking will be performed by the Contractor. 1 20 2. Coordination 1 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re-stake for any reason,the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost,destroyed disturbed or j 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re-stake the deficient areas. 32 B. Construction Survey 33 I. Construction Survey will be performed by the Contractor. 34 2. Coordination + 35 a. Contractor to verify that horizontal and vertical control data established in the 4 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut,the Contractor shall perform ' 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. ' CITY OF FORT WORTH Water and Sanilmy Sever lmprovementsfor Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project Nos. 100830, 100739, 100740, 100741,d 100743 Revised February 14,2018 1 0 01 71 23-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. ' 7 5) Provide access for the City, if requested,to verify the guidance system and 8 the line and grade of the carrier pipe. ! 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it,as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design Line and grade once at each pipe 13 joint and submit daily records to the City. ! 14 9) If the installation does not meet the specified tolerances(as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As-Built Survey 1 18 1. Required As-Built Survey will be performed by the Contractor. 3 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as-built survey and 1 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. l 25 c. For sewer mains and water mains 12"and under in diameter, it is acceptable 1 26 to physically measure depth and mark the location during the progress of 27 construction and take as-built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 1 30 a. The Contractor shall provide as-built survey including the elevation and 31 location(and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: } 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: i 36 (1) Minimum every 250 linear feet,including 37 (2) Horizontal and vertical points of inflection, curvature, ' 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub-outs, dead-end lines ' 41 (5) Casing pipe(each end)and all buried fittings ! 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon } 44 sanitary sewer lines (non-gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection,curvature, ' 47 etc. 48 3) Stormwater—Not Applicable ' CITY OF FORT WORTH Water and SanitagSeiver zniprovementsfor Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,B 100743 i Revised February 14,2018 r t 01 71 23-5 CONSTRUCTION STAKING AND SURVEY 1 Page 5 of 8 I 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 I I 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. t 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 1 29 A. A construction survey will produce, but will not be limited to: 7 30 1. Recovery of relevant control points,points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations(benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities,easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors,grade beams, parking 35 areas, utilities, streets,highways,tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. t 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent(817-392-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD(.dwg) 44 b. ESRI Shapefile(.shp) J CITY OF FORT WORTH Water and Sanilaty Seiver Improvements for Lake Shore Streets Units 1-G STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739. 100740, 100741.& 100713 1 Revised February I4,2018 J i 1 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of S t 1 c. CSV file(.esv), formatted with X and Y coordinates in separate columns (use i 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 1 5 PART 3- EXECUTION 6 3.1 INSTALLERS 1 7 A. Tolerances: / 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 1 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific } 12 requirements. The surveyor shall assess any situation by review of the overall plans l 13 and through consultation with responsible parties as to the need for specific 14 tolerances. l 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 1 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft. tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 19 c. Paving or concrete for streets,curbs, gutters,parking areas, drives,alleys and 20 walkways shall be located within the confines of the site boundaries and, 1 21 occasionally, along a boundary or any other restrictive line.Away from any 22 restrictive line,these facilities should be staked with an accuracy producing no 23 more than 0.05ft, tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas,water,telephone and ? 25 electric lines,shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas,these utilities should be staked with an 5 ' 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 1 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept inclose adjustment according to manufacturer's } 34 specifications or in compliance to standards. The City reserves the right to request a I 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. r 39 2. Vertical locations shall be established from a pre-established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities -� 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions,corrections and.other pertinent data shall be logged for future reference. ` 44 CITY OF FORT WORTH Water and SanitaJy Sewer Improvements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project Nos, 100830,100739,100140, 100741,&100743 Revised February 14,2018 5 l 1 01 71 23-7 CONSTRUCTION STAKING AND SURVEY 1 Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 1 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 1 4 3.5 REPAIR/RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City,the monuments shall be adequately referenced for 7 expedient restoration. 8 I. Notify City if any control data needs to be restored or replaced due to damage i 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. t 11 b. The City may require at anytime a survey"Field Check"of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. } 14 3.6 RE-INSTALLATION [NOT USED] i 15 3.7 FIELD [OR] SITE QUALITY CONTROL 1 1 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification, This includes easements and right of way, if 1 18 rioted on the plans. 1 19 B. Do not change or relocate stakes or control data without approval from the City. ► 20 3.8 SYSTEM STARTUP 21 A. Survey Checks r 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary, 24 2. Checks by City personnel or 3'party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. , 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 1 30 3.12 PROTECTION [NOT USED] 3I 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION ' 34 Revision Log ' CITY OF FORT WORTH Water and SanitasySewer 6nprorementsjor Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739, 100740, 100741,& 100743 5 Revised February 14,2018 S r r 01 71 23-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 1 DATE NAME SUMMARY OF CHANGE 1 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31I20I7 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; j 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 1 1 I t 1 1 } CITY OF FORT WORTH Water and Sanitary Seiver Improveunents for•Lake Share Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos, 100830, 100739,100710. 100741.&100743 Revised February 14,2018 I 017423-1 CLEANING i Page 1 of 4 1 1 SECTION 0174 23 2 CLEANING 'r 3 PART 1 - GENERAL 4 1.1 SUMMARY 1 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 1 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: ' 1 1 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 1 13 3, Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment I6 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 1 18 1.3 REFERENCES [NOT USED] , 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. a 23 2. Schedule final cleaning upon completion of Work and immediately prior to final } 24 inspection. ' 25 1.5 SUBMITTALS [NOT USED] ' 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 5 4 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CrrY OF FORT WORTH Water and Sanitary Seiner Improvements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740.100741.&100743 Revised July I,2011 4 J 017423-2 CLEANING y Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] , 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS I 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 1 9 3. For manufactured surfaces ' 10 a. Material recommended by manufacturer l 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 1 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 7 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] ' 18 3.5 REPAIR 1 RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] i 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 debl`is 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 Wafer and Sanitary Sewer Guprove,nents for Lake Shore Sheets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830.100739, 100740, 100741,& 100743 Revised July 1,2011 5 5 3 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 y 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. J 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of ' I 1 personnel in existing facility operations. 12 2. At maximum weekly intervals,dispose of waste materials,debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities -} 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives,dust, dirt,stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. h 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. i 26 4. Polish glossy surfaces to a clear shine. 1 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 FORTWORTH Water and Sanitary Seiver Improvements for Lake Shore Streets Units I-6 ti STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830.100739, 100740. 100741,&100743 Revised July 1,2011 5 + 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 3 2 City,remove erosion control from site. 3 5. Clean signs, lights,signals, etc. ! 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION , ' 9 Revision Log ? DATE NAME SUMMARY OF CHANGE r 10 51 1 1 1 1 } } } 1 } CITY OF FORT WORTH Water and Sanitary Seiver Iinprorementsfor Lake Shore Streets Units 1-6 } STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740, 100741,B 100743 Revised July 1,2011 1 t 01 77 19- 1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 1 I SECTION 0177 19 2 CLOSEOUT REQUIREMENTS / 3 PART1 - GENERAL i 4 1.1 SUMMARY 1 5 A. Section includes: 6 1. The procedure for closing out a contract j 7 B. Deviations from this City of Fort Worth Standard Specification t 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 r 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. y 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 1 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS ' 26 A. Submit all required documentation to City's Project Representative, 5 , 1 , CITY OF FORT WORTH Water and Sanitary Sewer Improvements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos, 100830, 100739, 100740, 100741,&100743 Revised July 1,2011 01 77 19-2 CLOSEOUT REQUIREMENTS ' Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] } 3 PART 2- PRODUCTS [NOT USED] 1 4 PART 3- EXECUTION 1 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE } 9 A. Prior to requesting Final Inspection, submit: 1 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section I3 O1 7423. 14 C. Final Inspection } 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the j 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt ' 26 of this notice,the City, in the presence of the Contractor,will make a subsequent y 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Water and Sanitaiy Server Intprarernents for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830. 100739.100740. 100741.&100743 Revised,luly 1,2011 i 01 77 19-3 CLOSEOUT REQU IIt FM FNTS Page 3 of 3 / 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection i 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 1 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 1 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens / 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City ' 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation,in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] } 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 1 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] i 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] } 26 3.14 ATTACHMENTS [NOT USED] i 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 1 29 CITY OF FORT WORTH Water and Sanitary Sewer Improvementsfor Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,R 100743 Revised July 1,2011 i 1 1 01 7823- 1 OPERATION AND MAINTENANCE DATA ! Page I of 5 1 1 SECTION 0178 23 1 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: J 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 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: F 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] 1 22 1.4 ADMINISTRATIVE REQUIREMENTS i 23 A. Schedule 3 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS J 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS , 30 A. Submittal form 31 1. Prepare data in form of an instructional manual for use by City personnel. ' 32 2. Format 33 a. Size: 8 %2 inches x 11 inches 34 b. Paper ' 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic,cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Water and Sanitary Seiner•Improvementsfor Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830,100739, 100740, 100741,d 100743 Revised December 20,2012 I i 01 7823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings I 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 1 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) .Identify each volume with typed or printed title "OPERATING AND 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 in the manual 16 3. Binders ' 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent } 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. r 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number } 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List,with each product: 1 26 1) The name, address and telephone number of the subcontractor or installer 1 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set } 32 forth in Contract Documents. } 33 2. Product Data ti 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 1 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 5 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: j 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Water and Sanitary Seiner Irnprovenients for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project Nos. !00830, 100739, 100740, 100741,&100743 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 ' 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 1 7 2. Content, for architectural products,applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products J 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance - ) 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in,routine and normal operating instructions 32 2) Regulation,control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations } 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking ' 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted Iife of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORTWORTH Water and Sanitary Seiner Improvements for Lake Shore Streets Units 1-b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740, 100741,&100743 Revised December 20,2012 E J 01 7823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 ` 1 i. Charts of valve tag numbers,with location and function of each valve i 2 j. List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage J 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 1 1) Electrical service 12 2) Controls 13 3) Communications ' 14 c. As installed color coded wiring diagrams 1 15 d. Operating procedures 1 16 1) Routine and normal operating instructions 17 2) Sequences required I 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 1 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 1 24 f. Manufacturer's printed operating and maintenance instructions 1 25 g. List of original manufacturer's spare parts,manufacturer's current prices, and 26 recommended quantities to be maintained in storage ' 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. y 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: F 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 F a L 4 5l } CITY OF FORT WORTH Water and SanitaJy Seiner Imp omments for I ake Shore Streets Units I-6 4 STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project Nos.100830,100739, IOD 140, 100741,& 100743 Revised December 20,2012 i 1 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] l t 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USEDI } 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] F ' 6 END OF SECTION i 7 Revision Log } DATE NAME SUMMARY OF CHANGE } 8/31/2012 D.Johnson I.5.A.1—title of section removed • 8 i 1 3 } } i , 1 l 1 a , CITY OF FORT WOR'T'H Waler and Scnaitag Sewer Inrprovetnents for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos, 100830, 100739. 100790, 100741.&100743 Revised December 20,2012 t 01 7839-1 PROJECT RECORD DOCUMENTS Page ] of 4 i 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PARTI - GENERAL 1 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings } 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Port Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 1 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 1 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] 1 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] ? 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] ' 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Wader and Sanitaty Seiner Improvements for Lake Shore Streets Units 1-G STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739, 100740, 100741,&100743 Revised July 1,201 1 01 7839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 ` 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of i 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. J 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] _ 3 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 1 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 1 19 2.2 RECORD DOCUMENTS l 20 A. Job set 1 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 Doctunents comprising the Contract. 23 B. Final Record Documents 1 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide i 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] s 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 Seaver Inrprovententsfor Lake Shore Sheets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830.100739, 100740, 100741,& 100743 Revised Afly I,2011 Y i 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 1 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. r 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, 1 I 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 l 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 1 22 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, 1 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 1 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 t 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 Intprovetnents far Luke Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos. 100830, 100739,100740,100741.&100743 Revised July 1,2011 I 1 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 9 2 affected. } 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings,have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City,secure a new copy of that I I Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval } 13 of the City. } 14 3.5 REPAIR/RESTORATION [NOT USED] l 1.5 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD lorz] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 1 19 3.10 CLEANING [NOT USED] 1 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 1 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] } 23 3.14 ATTACHMENTS [NOT USED] s 24 END OF SECTION ! 25 Revision Log 1 DATE NAME SUMMARY OF CHANGE ) ) 26 7 CITY OF FORT WORTH Water and Sanitary Sewer Improvements for Lake Shore Streets Units I-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830, 100739, 100740, 100741.& 100743 Revised July 1,201 1 J 1 APPENDIX 1 GC-4.01 Availability of Lands None i GC-4.02 Subsurface and Physical Conditions None GC-4.04 Underground Facilities None i GC-4.06 Hazardous Environmental Condition at Site None GC-6.06.D Minority and Women Owned Business Enterprise Compliance <Provide MWBEforms, r including Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form, Good Faith Effort Form, and.Ioint Venture Eligibility Form> GC-6.07 Wage Rates CFW Horizontal Wage Rate Table 1 j GC-6.09 Permits and Utilities None 1 GC-6.24 Nondiscrimination None t GR-01 60 00 Product Requirements CFW Water Standard Products List s 1 1 } 7 r CITY OF PORT WORTH Water and Sanitary Sewer Improvements for lake Shore Streets Units 1-6 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100739,100740,100741,&100743 Revised July 1,2011 { } 4 1 GC4,01 AvOlaWflty ®f IL,%nds THIS PAGE LEFT INTENTIONALLY Y ]BLANK 1 1 r f I l i 7 } 5 J a r CITY OF FORT WORTH Water and Sanitary Sewer Improvements for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100739,100740,100741,&100743 Revised July 1,2011 .r 1 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLAND 1 } J } s } t CITY OF FORT WORTH Water and Sanitary Sewer Improvements for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100739,100740,100741,&100743 Revised July 1,2011 1 s 1 1 i } GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK f 3 SI i s i s S } t CITY OF FORT WORTH Water and Sanitary Sewer improvements for Lake Shore Streets Units 1-& STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100739,100740,100741,&100743 Revised July 1,201 l i 7 i 1 GC-4.06 Hazardous Environmental Condition at Site TRIS PAGE LEFT INTENTIONALLY BLANK a i 1 i 1 I i i t 1 , CITY OF FORT WORTH Water and Sanitary Sewer Improvements for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjectNos.100830,100739,100740,100741,&100743 Revised July 1,2011 J GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLAND 1 J , , } 5 , s 1 y ) a } 1 CITY OF FORT WORTH Water and Sanitary Sewer improvements for Lake Shore Streets Units 1-b STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100139,100740,100741,&100743 Revised July 1,2011 ATTACHMENT 1C Page 1 of 4 FORT WORTI City of Fort ! forth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe j Offeror PROJECT NAME: MNV/DBE NON-MNV/DBE BID DATE City's MBE Project Goal; Offeror's MBE Project Commitment: PROJECT NUMBER } J If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. 1 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 3 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. l Failure to complete this form, in its entirety with supporting documentation, and received by the } Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities } 1 ti 1 Rev.2110115 1 f ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of Listing 1 I No 1 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, r at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? i Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No } 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? 1 Yes (if yes,attach list to include name of MBE firm, eu rson contacted,phone number and date and time of contact.) No , 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are } opened? 5 Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No J } 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No } NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier } opportunity to be in compliance with questions 3 through 6. 1 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2/10115 l } ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goodsiservices specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the MIWBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. (pie se use additional sheets,if necessary,and attach. Com an Name Telephone Contact Person Scope of Work Reason for Rejection i 3 1 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. 3 } 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 ti 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 wore for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2110115 ATTACHMENT 1C Page 4of4 The undersigned certifies that the information provided and the NIBE(s) listed waslwere contacted in good faith. It is understood that any MBEs) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's WIM. BE Office. J J Authorized Signature Printed Signature 1 Title Contact Name and Title(if different) r Company Name Phone Number Fax Number J Address Email Address City/State/Zip Date l 1 h ) 1 4 i Rev,2!10!15 i J Joint Venture FURT WOR rPage 9 of 3 } te[ CITY OF FORT WORTH MBE Joint Venture Eligibility Form } All questions must be answerer/,use"NIA"if not applicable. j Name of City project: . A joint venture form must be completed on each project ' RFP/Bid/Purchasing Number: 1. Joint venture information: 1 Joint Venture Name: l Joint Venture Address: } (Y'applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firmNon-MBE firm name: T name: Business Address: Business Address: City,State,Zip: City,State,Zip: S Telephone Facsimile E-mail I Telephone Facsimile Cellular Cellular } Certification Status: l-snail address 3 Name of Certifying Agency: } 1 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MSE: Describe the scope of work of the non-MBE: s 1 1 r Rev.2190115 1 1 r Joint Venture Page 2 of 3 ) 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 1 r 5. List components of ownership of joint venture: (Do not complete ifthis information is described in joint venture agreement) 1 Profit and loss sharing: ' Capital contributions,including ? equipment: ) Other applicable ownership interests: 3 1 r 6. Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: 1 Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ---------------------------------------------------------- b. Marketing and Sales ------ -------- ------- ------ ----- c. Hiring and Firing of management personnel ----------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations 1 i The City's Minority and Women Business Enterprise Office will review your joint venture submission and I will have final approval of the MBE percentage applied toward the goal for the project listed on this form. } NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must ` inform the City's MIWBE 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. 5 Y Rev.2/10/15 i ' Joint Venture Page 3 of 3 ' AFFIDAVIT ' The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments ' herein. r The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files ' of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non-MBE firm i r Printed Name of Owner Printed Name of Owner F Signature of Owner Signature of Owner r Printed Name of Owner Printed Name of Owner i Signature of Ovoier Signature of Owner Title Title Date Dale 5 Notarization State of County of On this day of , 20 , before me appeared and 4 to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) 5 Rev.2110115 i 1 ATTACHMENT 1B } FORT WORTH Page 1 of 1 r City of Fort Worth Minority Business Enterprise Specifications (prime Contractor Wainer Form F OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MNUIDBE NON-M/WIDBE BID DATE y City's MBE Project Goal: Offervr's MBE Project Commitment: PROJECT NUMBER o�a 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 f NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in Its entirety and be received by the Purchasing Division no later than Z00 } p_Im. on the second City business day,after bId opening, exclusive of the bid opening date, uwiIt result in a the bid being considered non-responsive to hid apecif cations. 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? y YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the ` actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any + intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one 1 year. Authorized Signature Printed Signature } } Title Contact Name(if different) i Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.211p/15 5 } FORT WORTH City of Fort forth Minority Business Enterprise Specifications 1 SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is$50,000 or more,then a MBE subcontracting goal is applicable. 1 POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is %of the base bid value of the contract. } Note:If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a - 1 MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE-TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; } 3. Good Faith Effort documentation,or; } 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION J The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. Tlfe Offeim shell dellvisr the MBE documeni+alion in i persori to appropiiale empJvyeQ of the pUrch.asj:,ya divisFon &id obtain a iidl0Jme receipt. SL�Ch receipt shall be evidence ilia[ Me Cdv jeceived the ijocumont,-itinn i^ 'he Ume allocaled. A faxod andfur smafled copy wltl not be accepted. 'r } 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date" 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day ' exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN J THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at(817)212-2674. Rev.2/10/15 1 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization. Form f OFFEROR COMPANY NAME; Check applicable block to describe Offeror t PROJECT NAME: MMIIDBE NON-M/W/DBE BID DATE City's MBE Project Goal: JOfteror's MBE Project Commitment: PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project a Failure to complete this form, in its entirety Witt 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, _ i 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 andlor knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of 1 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 1st 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 MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as -the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease ' trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from nota-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2110115 FORTWORTH ATTACHMENT 1A } — Page 2 of 4 1 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., U11noFity and non-MBEE MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies Telephone/Fax e M W M Work Purchased Dollar Amount Email r E E B Contact Person E 3 } El El } El 1:1 EJ El El El El El i } 1 1 f 5 1 } } l 1 r 5 1 Rev,2110115 FORTWORTH ATTACHMENT 1A } Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Winorrty end +fan•MBF!j MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER Company Name T n Detail Detail Address i M Subcontracting Supplies DoilarAmount Telephone/Fax e B B B M Work Purchased f Email r E E i3 Contact Person E i ❑ ❑ i ) } ❑ ❑ i J ❑ ❑ } r } ] ❑ ❑ f ) / ❑ ❑ 1 1 ❑ ❑ 5 1 Rev.2/10115 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of : Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. r By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from } participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature ) Title Contact Name/Title(if different) Company Name Telephone and/or Fax s Address E-mail Address City/State/zip Date 5 Rev.2/10115 1 GC-6.07 Wage Rates 1 ' THIS PAGE .LEFT INTENTIONALLY ]BLANK i } } 1 h h h CITY OF PORT WORTH Water and Sanitary Sewer lmprovements for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100739,100740,100741,&100743 Revised July L,201 h 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 I Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 1 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 } Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 _J Excavator Operator,Over 50,000 pounds $ 16.99 i Flagger $ 10.06 i Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 i Foundation Drill Operator,Crawler Mounted $ 17.99 ! Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 ti Mechanic $ 17.68 i Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 1 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 5 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 i Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 z Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 i GC®6m09 Permits and Utilities TRIS PAGE LEFT INTENTIONALLY 13LANK b 1 } i t } } } } } i i l i } l CITY OF FORT WORT11 Water and Sanitary Sewer Improvements for Lake Shore Streets Units 1-S } STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100739,100740,100741,&100743 Revised July 1,2011 J J GC-6.24 Nondiscr°iminati®n THIS PAGE LEFT INTENTIONALLY BLAND 1 J } J i 5� 1 L 3 1 �l 1 1 t CITY OF FORT WORTH Water and Sanitary Sewer Improvements far Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100739,100740,100741,&100743 Revised July 1,2011 1 GR-01 60 00 Product Requirements ' THIS PAGE LEFT INTENTIONALLY BLANK 1 i J 1 f i 1 f i 3 1 l ) 5 r 1 CITY OF FORT WORTH Water and Sanitary Sewer Improvements for Lake Shore Streets Units 1-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nos.100830,100739,100740,100741,&100743 , Revised July 1,2011 1 CITY OF ! FORT WORTH WATER DEPARTMENT'S uPD1rMD1-24-2017 STANDARD PRODUCTS LIST AQproval Sec ND. 0a359ltica0el4 Manufacturer` i ModeENo. Natioual8pcc Size WASTEWATER ManholeInsects-Field Operations Use Oniv(Rev 2131161 330543 iMaehok/dal _ Y.nuLso HMerprjgeg T Modem Dl4rr-PI091ee ASntD 1248 - 1m2114iL - 33551} :Maohoklnaed ._ _ _Said WadxmPec4eP,inR MWom Grder-Plastle MTMDk241 For 74^dia, _ • 330513 �Maohvk lmu[ _ _ N Dow-InRow Modem ON¢r-P1pRia ASTM D 1249 /5 0919106 330513 SvuWwaa,g¢Peakmg&Swk,1�.. Lik944ee-$IainJws Steel 09/913796 3305]3 'Martbok loses _ I_ Sattlhw;[an Pe &Seals..lnc. P�24"� } --. T_. ... _. ..?.—alms_.. Stsd-5t'a Manholes&Hases/Frames&CDver9RectduuWaF 33-05-13(Rev 213/16) • 314513 _LMaohpk Fxanap mdCoaers _ __ ' Wol-lmaw ftilus UIs3s P9pndq 1001 _ _ J 330513 MF an bOhbkd Covers24 x4V WD yu[ran Fad 6780 74'k405VD Manholes&Bases/Prames&Covers/Staudard(Round)33-05-13(Rev 8/24/17 . 3305]3 ',Manhak Fi saod Lbv CI Waicrn]rpl Wolks-EtesB Hays Foimd,y _ 3pp74 M^n� _.. 330513 .Mmhok Frames eod Cos'aaG _ _i McRialey kou Wada la. A74A[d - 24"Dia 330513 _Wnbok Frmoessndca a N—b CwiLg i -_ _ 24 330513 f • 330,5 J3 MeobokF MCovgs CJ VokeaF � ..- -_ -- -- ...... .._ 1342 ASTM A41 24"DI.. 370313 Msah le Ftnmes aodCavpr4 CI I C mtl9n -� - 4 33 a71Y _d4eaLole Fiatm;aod c-.ci Sia a MU-143N _ 33 05]7 ... -Tw400 --w4.k Frames and coven c[ ... Port/-AMopasop .� _ GiSSTD 24"die, _. 33 05 33 'Meahok ETamea ead COra:n G N-1,cL r, - 24 du. IWIM6 330513kFepea otd�llingM)CI 254 _ 13 a - oaaPwp>evtssera{lPammxhew,,s .. ..E_l._iogad WGile hoe Msnlwk AMM A536.__ 7A^Bia. 1(102-RS}9 301 DI.. IA-VI6 330513 l0"m - _- -_ ..... _. __ MH and Cover(3 Gear]oNsaLanWmha 111432-2 and VIA83 Dtsi AAMTOM306-04 _ 30 On. 1!)19110 -- 330513 16"DE Mn R:R 17174 Coax Ci I 4ipwl Cnrp-5'wn - ��MH3651PW14 a:MH165142 30-D7. 07!14171 _ _ 33 h513 !0"llIM --- hRuipaudCoverll Star F�o1'maar _ M1O2FIWS'Do 30"p O8/1(e'll 33m 77 sp'DI MH king and(bvaG A-RLI a 720]OpR sr Dulywnh Gasket Ring 30"Dia -� -.'-'- -- ... 3W®tG0XLAasembly �... 10111113 330513 ID"DI MHRy+¢ud(bver{H�d&I.«kab41 CE Hut 7z3u 1rw WnA. with Ca LwkdaPJC.-rwiet rASSM(M10i&ASTM A536 30"D,. 1 MMulr VAMII WT11 Un Yq,d r.WtLTJWA]-kA1i') luhihjl 1r 1211 ATMA" Im I% 1 w1wjhA Ald.iml kw"4&Lkw Nw hgi7! 11012.1 41'9111 RUI i.��1r_IMWA LAA 951t0•�w _ M.,.,l--d ad 9wWgmi dllr7hhlkqLwF ire 0% i Manboles&B!IL$ Samos&Covers/Watrr Ti E&PmsureTi bt 33-OS-i3 ev2/3116 _ _ 730513 'MapWL M!esand Covore _ Pwe A-Maassrm PamliOht 24"Din. • ;Mavlask Frvuzs aad Coves Nttpah Caseog .. _. .� _330513 • 3305]3 IMmhcle Frerxas end Caren _-- T-,. V-1-Fimdry A42 ASTMA43 24^17ia - _' 330513TManbox Frames aad Cayas Wes0an�3mn WotW,Dw&Heys Fouad(y 390-24P 24"Dia. �• _ 33013 T�M.hOk Fmpm and Crs ... ..y_ ._Arc-Go-eyrw Warks.o.._t._ WPA24AM24 0!0& _ 3 as _ ' a ASTMA48 24•pie, 06101117 310513 ;Maphple Prame3 pad Cavus (SIP)lodmra - -300-7A-23.75 king egd Cuv¢r A$iTRA48 24"D-u. k - _ _ Mauholgi&BascslNewlCDmponents 33-39-10(Rev 2/3116) ...07/(319'1_ 3305 lei- OFI� aphise'drwr .,_ - Asahi Kogry KK __ Adcha NlmSeak Pt20d__ _ ASPM D21TOM 1itT792 O4C6N1 31030 Metfom[4rd'�7rm 61p HamoaCovark Woducu I)rewivgNo.35-M48-00I l 1A/N9 _MUM P�5 15 rTaqW. ��m __ PresS<al Casks[Cwp. —�. -_ 2501(1 Claske[ ... ASTM G443iG36i SS Mn 770513 _INEPE Mapholc Adlusmu:P[1Hpgg Iadleeh,h,c __ 7mPH Adlestvcnt Ring Np¢-InlTu area 5117743 _.,33057�:Mnnbek]3xtaaal Wing_ Camga-CPS _ W,ap]d.4a7 Menlgle]!¢eepsu]atioa !em Ma1lllGles&Bases/NewlPrccast Concrete(Rev 6!1117]': - __ 333910 m-mm,plYnstCwcrele _ dly�p Caefid,Cmp _ SPL rlem 1149 C 478 48' 333910 MM�hpk,Pre ccpaaeb _ wal COasete Pipe Co.Itt. _ ASTM C.43 q$" • _A339 10 Manhlk—,Ciiavlc _Foxtenarkrmcdy(ylFord-IK1{answ) ASTM C476 43^ 04!26!00 33 393 39 13 0'Wl$iu I O1Bel uA i mt ..... _�_ eo._ .. _-_ - Fodeire( GiSeul-Hill,liacvsonl _ TyyePDw135-0D984101 ASrM C478 -_ _ d8°DipmMN 7 0983/46 337910 'Man?p]F PxetaslCwaele ,_- Cpmrp[p Naduetfoc. 48^I.D.Mnohak wl32"Com ASTMC49w_ 48^w133"mpe 09/30+06 113910 �sfseh.KPm TCaaceele - _ The3lrmu Cotdretly 49"111-Ma6hNa wf 29"Com _ AS'I3d 0478 48" 1IT2]R15a _ 313910 ~Maohole,Mmas[Caixacte _ ONraslu P-1 We.�_ - 41"ID.MmhWl f24"Com _ AS7MC478 48^ni 4V II6l09110 333910 iManhok Pnera3t(Raiafim-pdju Yx)r ncrete us Ca -he Pipe ,_ Reiulbrmd Pp)yrceY Coaryele ...-ASThF G76 48'b72" M es&Bases wlFlbe_ a9 3-39-13._.1 13 i _-. _ 1726199 33 79 t3 FbMeaba[e Fkrld C "aM 6rc. F7oa4de _ A8aT13753 _ Nm1-Aa(ic.aew. �DSr30�06 713913 ,F'bmag-.lasa Manhpin .._ LF.Mmvfech,n�_-. ' _f__. Nan-bnt5e oma } Manholes__&Bases/Rehab Systems/Cementitious ^- ' ..�.._ PI-l4 IManlnk Rbtm �d� 04121!01 HJ-919 ,ManSok Rth$jnb sr5yslems _ _SGedarO Cepknl Mnle'rial,lac. _� lie)merM3P III-14 :Madmrc Rcbab SYaenx ,- Arm P.-f- EI-14 ManholeRebnh5yaean Srmjc.p� . _ Shvn�M52AR l bb1Lw -;_. _.. —.. f 5117Ai3 M-14 Mu hpk Rehab Sys I-- Pa1y+td Ll Tecltnnloyirw MH repair Dr+'dmtto ampinalua[iap ASTM 05813 087}0)16 'General ConarexR -- _. -Na'r FkaKrete Tafk}Ipla�rg ...—i V-vxYl P9lypyp�G Pmduet Gere Manholes&Bases/Rebab System 1NanCemantitious - - -- 052QNb 51-14 :Mmhok Rxdteb Synems 5p yp Sprat Wau @nhn 5171.17.coat • �-. M-14 ASTM f �fGLsiw— ro_eti-oo CShuue CleOrrd99e1_ _ ASTM I1630'D7 ; - hRC _401 Cstws w 0 1)}1p6 � 0 _Arc791,SR�51,82 Acid Rsrsi9tmT-t SwrcerA Dratioos 1 1!]8200ti �COAtiap mrCmosioQPmmstioe r Wa�r�pa- S-301-dM-301 - $e__ ]ications r _08fdb06 _ ICoaliapF fm Cavasirm Peotec4on C"aedel - .�.-Sr5-30 So1ids➢pa _ SewuA Stations .......... -- _ P!M N—CenG'ifugdII Cast FiITM1 ss Reinf—dPioe 33-31-13(118113) 7DIJ97 _. 333113 iCws.Ca Fharskse -,- __ Ilp6u fipt USA-Jnc. -� Hohas Pipe(Nw-Pr_tasue AS7M D3262N57i4 _ _ _..0312&10 333113_ FMrpkagP _._...... _. !C—w T--_Ha�sOyrid RPMPYipn. _ -...AS'i'ht 17326711)3]54 10130M Glass-Flba MT,fyW Polymer Pipe I _ FlowOce ASTM D3267!(33T54 4114!05 �P mcrModified Carrc3ek Pipe ,. _ Mcypr_]'ol�crete Pipc ASTM C33,A27bsF477 _8"w 1021,ck.v Ob)19/l0 ➢J-9 .Reiafomed Polyvrer Camaten Pipo - _ ReudoteM Polymer Coit P'- _ ASTM C76 ._ - Pioes/NewlConcnetc - -�� - - -- - ... 4 1 III-04 :Cme.Pips RabdomM ,Hier,GI-04 ;Corsa7mrReofomed Hdtlop^. _ Cl..mT&.G,SPL Item h77 ASrMC 76 • R!-04 iCwc.Pipe,R.*T-.d El—C—w Prodi is $pEab�_,M_h*-m8-15pt A37'A1 C76 EI-44 _ Cpm.Ree,Rcwficed __.._ _Cariacm lhpa&Prodwty Ca.1xm. A97M C76 Pi eslNewlDuclile Iron 33-1 I-10-1/8113 �— f ROWTSM 8.24-17 L PaRP.1 r a 6 CITY OF 1 FORT WORTH WATER DEPARTMENT'S upPAr[p:beza-zp17 STANDARD PRODUCTS LIST Approval Spec No. �ClasasHicaflon J _ Manufacturer Model No. _Naponat Spec SRze 331114 Inadde[ran Pipe _ CMPy>E pieducls,Cu, -'ygyerPc113ile bw:Nc hen Pr�slne Pipe,Clus WA C159,C151 _ 3'd-24- AW _ 33111R�o�yaile turn ltipe _.___ �Amwxannacl7e lmnPipe Ce. Amemaan Partite Pipe AWWACI50,C151 4",8°&IM Lt__3}li IO �Duclilc lroa Pipe �U.S.Pipe and Fwmd,yCa. _.� -- mi -- - -.. A41'WA CI50^C151 T LL 331110 ipe --" McWem Call lmp Pipe Ca. �--� AW WA CISp,CISI — 1 -- - ! Pi es/Ncw/PVC Pressure 33-11-12 4/1/13 - 12621l1 331t-12 DR-I4 PVC Pre-PipC _ Pipelifi]eLStA`em ` _ YYG Prcssive ESpe �AWWAC9f10 4'IMr12" ] ]02v14 _.- 33-1112 yUR-I4PVCPrw.sure Pipe Reyes Bmldug Pmdre>e Ry.]SoslPVC P--Pips- AWWA 0900 4"thrv12" _ Pi gdNpw/HDPE i eBllrslin Sfi linin 33-3i-23 118/13 PWgo 17rircup S In oplicm:e8_lc Ib ellsPldse PicASiM D 1246 8" --- ASDTg• 1 .--. _ !H _em'a�'Po1XJhTlrne 4Pe .. f - in -' AS7MD 1248 S^ J -131gL-density palyeerylmepipe .� CSR HYdm boaduVPipclma 5yalelm -.. MaGom�egPipe aura[ MIM!1248 _ 1 PI esJNew/PVC•33-31-20 7!1!13 , - 3371-24 iPVC 3¢werPipe -- _ �. Cea7W,Ivduetriea - ASTM D3034 4'dan 72" I _ e 33-3120 .FVC Se -_ f .. -• _. ...31-3130. ..:PVC Se rPipeCNcaxmm Tfmmd�c ASTMD3034 3331-20 - a8. A57M D 303q n i784 4'gV ...__ iPVC Sewer l'$?.._ ... 3-MM lne.]M _ _ .3- -1- _.( _� A_S�1P + 2/!3797 333120 PVC Se Puce_ _ -DuwIwM Plazdca Ca --�. 3034 — 4'.35- 1 _ 33-3J 20 yPVC-3erPN� 1 V --n-- ASTM 0° SnR 76 and SDA-35_ A57M ,ASTMD3034 4 IS" 04/09107 33-3&20 'PVC Snwm Pipe ....._ ... - on.9 p'E._.. ASTM P739 4^dou 15" ._ PineheJ.t sh- SDR 26 and SDk 95 ASTM D 3034 4.0-15• E 33-31-20 PVC Sewer Pie li0ya1697digq Pmducta R. Sed S.Gd Wa0 P' sDR 26&35 ASTM 3034 4^tlso 15° • __ 33-31-20 'PVC Seww 6xtrmiou Tcelm0lo➢jn,1rW AS1MD3934 a i 1011198 33-31-2((I PVCSewa ---' -- -- 8"10" -- _ii P�Pc _ Diem00d Plasda Coopmation "$"CnavitY Sewer Pipe ASTM F679 '.. _- 333]-10 rye Sewer _. -_... -__ _--....=_1-M Maw,(•pamg Co.Jr.(JM Nagle) .- _ As1MF879 !8•.27" 0911012 33-31-20 PVC Sexerpipc _ - - OSd74yU5 33-31-24 PVC S.Iu[Well Pipe-- - -" akt 5ep'ut SDR26=d&yr-35 _ ASTM Pfi79 _ -18" ... _ -- �... - _. ...-_ ... _.- _. C°Tnranan 6546 ASTM Ffi79 33-31-20 'PVC Sewer rktinpp SDR-26 arta gDR-3S G•=l�+FilOala h61M 113034,0.1784,eto 33-31-211 ,PVC Sewer Fatisv Plastic Tkeada,hxn T '� .. 17/17/99 ' ...... Geakelcd PVC sews Main FOria ASTMD3034 G100.2 Cmwd Pm[tle PVC Pipe Dimn90d -..... ..... .. _. _- -n- _ -� .... .._. _ __. ....-- .... ASTM 18037/794 38°m48° Pi es/NTnv/R1bbed Opm Profile Large Diameter 0912H9i Cf00.2 'PVC Sower P' Riblrod . .. .. lansOa Vylon Pipe ,Colon Vyyp P.C.Cursed PmFira ASTMF679 [9"1048" 0 WWI EI00-2_ MS—PLL RUW Fxlnssioe I..Vti6 gpen Ooed rot Pi - _ PI00-1 .PVC Sewer Ri6heL_ - Tcel" '_ pcASTMF679 18"[048" II/10110 (6101_1-2 Purl Ad,mad Drainage sYsirm_s 8WI-c HP Douhk was - - -- .-- 0 �Sle<IRmoFosced Palyc Pe T I.W i Ad anpW Pse- S .-.� �°� - ASTM - u1460" .I--6W- _ _. 2 gm Sawa Donhk Was 1_-7T^rP7iene�L ._ter_ au Ie�CAr3s!_ �_ sanrrl�E7xpkwauP,➢� nsrMr276q 312 _ yI�Ptlw Cartrceh Cam4a;ti0p Pro0ixls - ..._._ ..._ _ D�ns�u Arml,2562 24'1272" Pi ehab/C]PP 33-31-12(01/18/13) - . OSPo3/99� C111edi Plare _�- leninsf'Banta,InF _ _ ASTM IF -. - - � P __- ..--.. I.._ ..hauOml FirvnohchG .. - I -_ tiemmll.mn.{SPL 1412 N27 _-ASi'SS F-1216/11`5613 OSPL9l3G .Cumin Plare Pipe - _ Rc1n0[df lrcM3iner Tx]®01�(lrilu,erU5A,1 T. 1. ... A5iMY1216 1 _ Pi es/Rchab/Fotd&Form - - -- - - .. --"- _ fasihsm PgS7 terra. 10rtL76 _ skald andFmmFme _ - ..._-_—.-. tasiluf T 's,lnn, lesitufam."NoPIR" AM F-k504 J}LM and Form PsPe Amviran�Plestica,lnc. Derro IlUt4103 _ k�11 mf}�orml --' -- -- 01 - L Deer PVCAlipy p)p_e[mer ASPM F 1504,1871,1867 _ MiIlmPapelme Corp. EXMedmd --ATMP1504374947_.. .171112 IS^ilia-em i e Enlar ent SYstent(Methlld133-31-23(01/18!131 - - FI� 1W Cw - .. - �McfarnseFl Syalems ..._ -MeI.M ComNinims Pi4hTih1'leee ... 610.7 C0r�PjaCM WaY,N.I. AppmwMPre5iay5ly- ' - .. .. Polyethylene P usmr3 Texas _ A ssdP oualy .. TRSYma Tr.:etrine Ranldl"rrM, tnn �_ .. Ao�IhYl�_ - Cnlguy.!'auAdft Amm,xdPre,nously _ Five Casin S ars 33-05-24 07!01113 -- IIN4102 _ steel Pend Cosy s- ..-_�" - _ S 9aa^res Adarcm Pmducle ead Sysremr,lnw Catbaa 5[eel Spacers.Mado151 / 02/0"L93Slsiolesa Sorel Cae1n63Nccr Adlmred Products and Syra,I T Sta'vks®S3ee1 Spacer Mpdel 657 Casrng Spacers 041Yl18T _. _ lasing Spems �_.. Ceuado WarerwolkS MnmdacWri .-- ._ . s WI14!]0 Stemless stcel Course Spahr Fi our Sealant lnsnletm J 4M8�JfR I;Odrd Steil C.ua Spe..aaa - _ .. PipelweSW sal l6.s.Ler.: C4alcd 5l�eel(:as�3�� ... UP 1046"eU� rrnuacd _-_ 4610 PowcrcMdc Up[a 48"<Ia<2> 3 Caalin oxy 33-39-60 0824117 - - =5102- -epn�y l�i°B SYsfnn T— _ sa0pciseq lnc _ SewnGerd 2141L4- -- EACmnny 0210-1.33 ' .. 12114la! tpozylmm➢.S sem_ Enloch 7'ecWawl CootinJw I Pamrh 1030 e0d 2too sm F OrVF4R15 fataiwDw4-IohmPipeShi.� lrsduron I', PMrsb 411 A5T"n"17 Dr-hl.0* 4na4P F•isarm.o}5�ier 17u,^•• Is� +=+r11}4r,.17rm3•c�lu u PFI.�HIRiI_P! .+.tl lrrW�e i.. achle 4-x>tn+[raln. h�-rnr ad.0 �a1Fl.rw.ln Fe-+e1t�a.r... --3 P — WATER i slVays&Fmbnaion Ar2eeac 3-31-70 01!08113 - ` II1-F3Cosohioa .Airltdcnse Valve - ._ .. -. I. GA IvdOsute9, Eegilre Aaxnd Ve Ylvr,Modal 935 ASM A 126 Cl-11, 1 FI-3] ComSsmlim A"v Releue VBlvc MW -m--L. Ca iC&J➢h Airand Vemaun Valves,Mudd Nm A5, - --- --- AS'FMA ["&2" ' E[-I! CambOation AnRdcase Valve. - �--' ._ _ _.- -i!L",I"A2" _- -- -- _- - Velreaad iYvner Cmp-- APCO tl143 d145C eH147C - } -- PipN_a.lveu,F�n...su�le fron Fittings 11-11(01108113 47a39z mnPd - SIarP- - Pmdoelx sec._. .. M - ... -. hanienl!Dent Fittivgs AwWACl53&CEI4 .. _• - -.- - 'tom - - _ _ GUM Pipe Prodnna Cn Mmbhnynl7 [PLuW _ AWWAC]]0 RI-07 I)uctile00a Fil' McWaadl�laPi el Umpp UU iesnnvsr Mechameall id Fsmege SSB Class_%0 AWWACl53,CkS0�C FFk _ - owl Ory6 _ PI-07 M1 Pi' - C O :Ml Fittin ru 0 s 3506153 An F,312yT1El-fl?4 _-. _. _ - AW WA CI53 4•_24^ Aon-IClear 750 G353 MJ Fp®gs _ AWWAC153 4•-}2" _ ... 1 __ ._ dlmlP _. SIP Lduatriu_ MmhaniOel Joins Fittingy AWWAC153 _. ;MaW1MPI JuliL4X6mPetr1:i11OLifl FA 113.01m9raI2! r .Y,LL-jd 4uV2'lrU 1 051498 EI-24 PVC Iom Rcstra ua .....................oMeter boa CnJV-fl see Un-Flange 5e ea 1540 C-k Look _AWWACIIIIC153 4"to 2F•<4� 02291tl 3Y13-]1 PVCP®eMsrhanjrat 7ointltpsleaim i_ EDAAku nJm MegahlR 80dea 2080(Iie PVC Pipe) AWWACEIi1ClIWC153 4"1024` - BWIdpg SSalem(Ilimwrid l.pk Zi d2lM Eagle _ !4!!2/10 PI-?A maodnr Reslnmred l,iat�lem_ ----__ __.. S&BTerlmda7Pro&e �', _ 14a9pp} ---._.. ASTM Y-t6za _ ' 08116!06 El-07 `Mcclserdcal7 114tbege _ ' S7P lndurRtrg _ Merlsomralloint Fining- .. _ _ AWWACIS} 4"0211" 1V07T16 73-11-1] xr...n.^„.-r]olld RClaiou Glands Sav P' Psoduga,Inc. PVC91ar�i➢Buries 4000 4•[024" T 08105!04 III-07 'MeOhdnieal7oivt Retains Glasal9 31 C0. 9i8obsGua-I.ak MechaOical Joins Rcshaiocr AWWA 1111051 Rovised 8-24-17 FIg.2 r 1 CITY OF FORT WORTH WATER DEPARTMENT'S 1 STANDARD PRODUCTS LIST 4POATI4:off-24-2017 1 ApRroval SSpecNo.JClasseefication — Manufacturer Madel No, Naflbnal Spec gly4 �nWa�i7HL1LICJlnn-i��L1Lry�f �L'dl•�F{99+-d+1� _ / 45714/98 DI-07 IDvrele Lon]OmtR ahaenla Fwd Mcier➢na CONvi ~— ` 11A]19lM EI-07 _ e 13ni-mage Se�iey 1400 ...—. __ -. .DuenTci J9im Re16aons AWR'A 17I11/053 trI oll,On, 4-.36- / OPfdWl2 33 l[Il 'L]veul flan Mac111rure17ofN Pagbaiot -- ---— .— „ Gne euR ReNrawed Joint Flung __—AWWA CIIIfCIlNC153 ` 419,/4�5,l�0.4 81A7 IMwRanieal]oimHemoyr GlatNp aRAA Hpm'f°c. Magphig5eriw 1100(Fpr DT Pge3 AWWACIII/C11dIC153... --4"m42".-- . 1 �![lalp Yl al tL fM Lo�41,F.F°t ob4 [W ea se�r.fa Sigma Due-lek Mealwnlwl Joist Reslramtr AWWACIII/CI53 4'[029" T-AOL'TS NUTS,AND GASIC>:TS 3 -_ --L I-OS OI08 - w. - - -- -_ L Piaes/yalvcs&AitUneslRc3iLenr Seated Gate Valve*33--l2--2-- 05113P15 / 12/13/02 - .__ _'�>a4em .qp GauV l wfaa[lprs —Yrc .92 0247 08/5LN9P.adveeWcd Gefa Valve - Bran ilow 0'4111[0! Snswv 2530 and$note 2536 - - ..—_ - - .._ -'— —.&—.. WW 0515 mism --- �. _AveneaO Flow Caiwol — Rultieu[W _.. —. — ___ Sarip 2529&2529 SD 94.2 5} AWWAC515 1 10129/00 III- a edge Galen Val Ameriuwh70wl—WI ..— - .L. D33 _..—.___ 20^md2q" 26 7[ea}e - Sen[42516 Sll 9q-24247 �- wedge Gale Vel9n J Amerxanl•3ow Covwl ..— OSl0.5A_4_ .Hes lrnnt WCdSaGeu Valve ~-- Series 250 ucUTelwO ' 1 i ..__... _ i Ameriepn[•tow Ctvtrai500 AwWA[S1S _ 4V29/02 Hf 74 tRenh nlW Gab VLLve f Apurk Oompoy ARuhiwuAVtC�^ 2 AWIVACSIS .. - 92"d49' LJ-2d I `~ en AVK Re6drwl Spdod GV AW WA C509 --' _ 'en[W�e Gate Valre .. _ .—. —i.—. Amwira_n AVKConnanv 4"m 12" • J�RuilientSntm(role Velvn _ _ 8]-26 'BeaHiew Sped cafe Vanni -- -..— ..20°ao-121, r -- BI-26 'Reallitvt Bea�Gau Valre ��" �' 11ro6/99 �Rpill—Wedge Cmea Valva MurllerCu. � -- } 0123A3 —.. 1 MveBer CaAWWA 0515 4°1612 - OVI3A15 ReaiO�[W�Geo Valve __ .i � �Se A236, _Ifs MuaaarCo. �8 � Vahe g AW WA CSis ResilierdW Crete 0670 _ 29"andswatler 01131l06 — 'Revliea[weGata Valve —. — MOatl 34•A 36,C-515 AW WA CS 15 .. MualAar Cv Mueller 42 df 40",C315 38"and 36� 0125/88 II12d P-di- Cate Valve AWWAC5J5 42"end 40' ]OA74/94 ;R.W wWW reVa[ Clow Yebs Ca _—. _ AWlYA 0509 —_ _ Claw Valyn Ca 4"-12" lld18/99 RI-26 8ev4innt 1w, Gate V.I. 76"RS GV - — - — (6D b4p9q.5) AWWA 0515 l6" Clow ValvcCo. 112944 —IResilieaJW Gme Vfl- CI-RW Valve(SU 7}21 �ANryVA C515 2{"sad�gw 11/50/12 Reedi [wed eq—Gate vahre �� clop Varve Ca - _..—. clagvalrRCo. — ..— Ck 30"&36"G515 OSro8/97 H126 'Ilteaidm[Sptod Gate Valve - CWgy h M0dc12676 • AIM spill SptedGeM Vatyn '— Srpek-LarnYahya d;Filingr t Awwntvg CSl � _ 30"end 36^ oty} 1 loavId _ -33- -. ...—.. - U6.Pr�aaed Fowdr�Cµ J Me4mua1239,ra1uiremewanLp74 4''A 9" 72" l2 2!1 Resilient gptra Gau Valve __` — _ —T�� Jotdan lmn lYq$g)_ F2 F1awMmt,Gefe 3"b 16^ _ } Pi odValves&Flttin S1RHb[—Spyted Butter!! Valve 33-12-2147!10!14 `-� • 81-30 Rubb , er Seated au9 - Velve 1 HI-34 :Ra04e[geakd➢n1hJHy v�1K�_ i Miller Ca AWWA C-504 - -.1 1 1/0/99 BI-39 24" -.- 0W17103 81-10 YalmstieAwpjO� .�—�`a' Va7ves CO. AAGS� ...24°and aruaHer — Yalve -- A 0334 24" 04MM7 HI-30 :Rubbe[Snap¢d➢unerDYW Vero x -. - Vohnefit Val.M&H VaI ` -COr� Ve�atic.4medean HanerH YalYn, 4500&,1450 AWWA CSpq _ U u64- . ..—.._ __ � _dteru w — M&II Sh!k SamAWWA CSM pling,5tatton _ .371)196 :w.rer Sarnyh��StauOa~ `�~ Wetu-pJw—' T 1124Ma seoylmg sq-- 11 u_d ata WJ3I/86 >i-- 1)rY➢arrelF HSglaot Veivc _ Nay, 18643 9x183 _- _ _— -.. ._- 09130/87 P 1-12 ,DrLlSnml Fgc trjram _ _— C�m on"e�t Dm �N 94-18791 AWWAC-502 i 01!]2AJ3 .1-112Bgeel}" Hyd. [ —. _ —.. 51up D ogN.D- 895 _ —. / E-I-E2 - 19 —. 09/14!88 ;Ory Bartel Fara Hydra:t Amerlrao AVK ... C Sl-l2 ID [#arwlr] .71(C w - —... ?V—. --cl 1A'L _ —_ omrnt DE0435,172447 820506 _ AWWA G51J2 AW WA C 502 ' JTT KeoDed Valsx —6' _— AWWAG502 '— 092Al8T &12 BaOtl FtuH 1 —����. -Sha A,a ' NaD-50783FW AWWA C-502.. 1 - VaPva —..__--....— t0/14/6T E 112 S �a0 t'lo.13476 AWWA G302 Dry IFvn tl drab[ �I Sh PP.I..aNa 6461 - 07a6/g8 E1-12 � _ AA21 Cm[wian Hydsme � P wYn803112 302 AWWAC GI-12 - i@�Darrel ne7 _nt —.�— Meed A4233 Spar umn2011 —_. ems` '09116/87 E-I-72 BwrelFiwf _ - -- .—..._ [LS Ygse,4'Ib AW WA 1502 — ..�1'- ...�-..-—sho�praaing No.960350 AW WA GW2 08117!76 31-32A0 Banal KaJ. Shoe nn- Na SK740803 ... .—. - 08 — atAoeDowautblee seSna�33Se 2ce7 !280 --TL jp711l_l 022 adle 2- rlon CmttaduD,wsck —. 6addle _ 1027!87 Cwb 3taaanallMef,{'e7veL - I- _— Mueller CongraoL-...—. .—DR25 Dou61e(SS)S�DJ Saddle A IOh7107 — .+,— McDoea7d 61WM,6100MT@610M7'.._ - —..- WWA CB00_ 1"-2"3VC,_e�b 21"Pl_- -..— _ Qvb 3 ,Ball Meer Val " 01J26Rq - CAaled Ta 6addle with - _ _ .—. —.. M0D°mld -46070 4604HH 6!00 ,M 6100TMand6101M 3/4'aad l^- 33-12-25 � 1)peble 35 Stress __ .— — -- _ .. 0!520/12 ..T pp gJcme�Cost�Skell --- 7CM lnduatrie5'lua- kM Doobk Haud 93 Saddle l yr_and 2" —.. 4511 WI] JCM 1n0 trip,Ltc. S - I'-2"T oau fi12' _ _ ..— .—.-- .—..: .—.. � 412 Te pi SFceye ESS AWWA 0227 U to30"w112'Gu1 ` ON29112 13-12-25 ...Tate S[aCoafod$.tixJ —_..—_... M90AS[[7att1 @ 3490MJ ..022%F2 _33.12-25 Skave AwmO .. —._ _4%r and 16° 07129/12 33-1.2-25 �ngn ._ —_._ROn —. SST M.2409ted AWWAC-223 D 1x42�°O0t JpIaE Repa —.. AIM G221 _ OSl1 Wl] SSt•HIs�n1�S�c[ Up024 212'GW _. — AW WA C-223 .�19ude AeeurB w/Caalweit ldd .. Yow,snl ~— 32326tH I01a1H .Clams 1oVW 313"Ont PtaSnc M ler D}W Plau4cv 14c�— 4^b 311^ .— a Boa w/Cam ma T]d .—.� ➢FW37C12.1£PAF i7W —_ �� .—. Plaa6c Mete B adCoclid 'I .. DFWPOashrs 7oc. _ .i_. DPW39C 72-1FPAFFfW -- CmweteMetsrHaa ._—. - —. -- RpWPbsfksr-_—. .._— DFW65Gl4f EMAP FIw --.__— tCort,ele - _ _— i[:oatle[e Mcfer B08� : - 1&Dua11916[.ID19 -1 -_-- —_.- _ _CMn65-IMS1527[A)9 Pal e1-1 lane Encasement 33-ILIO 01108/13 -— —- — 05112Po5_ II1-13 _ 1`olyaa_ Pircuamevr -- — —___ 05%!1705Smur9uPlaalncs AWWA C]0S grad Lin 45/12105- aI-l3 'Poyelhylena Ercumem - - — — —. -- — __ ull H- -��. AEI'aWushies. 6 —. - —I by CawlwmBWi dt Gaskd AW WA CE45 8tail I-Ib 1 9]J05N3 0101DeMCWICheak Meter - 09ro5N4 ..�'MagretleDmcVrniral7rab�uc—. - - ��--Amp Coo�uny_�. M11ode)1000 nefect0 Cpack Vah. _ AWWAL550 _ 4•-1D" AWWA C701.Cbss l 3 4"- T 6" 140M • iF nri®al Standard Paod—Lala lis[ �—� �' -- _ Pipe 7.D._ — . - e W PrO6MApprovedfa36°However, �.yW a 74• - 1 on amrD—Raocm e'yyeu'�a3P�odtr�'TmtTiaad-evefo-yc`d Wtmrwmm Speeifxarlo4y Sor apeeiTm prodncn,are ntaSud ysso n orw s o .�. � SWdWPod V do %llb.bnGrpn('on6act Dactrmend,durcquire sofd.Tec6aica16Pwi9 hon will rrW 10'x& mnm aTo wFb s Prod"l.iel mdapprnvalof ac Paai60pmdvcts Ydtl b.b.0 on Ort Orn Pw[Wwrh were rleParboa,[aslsadad spear tioN and llk Mrl Wroth wales l]eParhoeiy'9 h D ar(mtnl'a sfeadard l'mJueas Lisf. ruptiaraenls of4lt tLrttWcW 3yecdlulwn avhdh,maor the apewlrc pmduq nista the Fors Wonh Wal,7kpanuka['e 8randgd 6peoifzazkaa ar6mthe F Wwlh We, 5 1 Aevlsed 8-24.1 r 1 Page 7