Loading...
HomeMy WebLinkAboutContract 51649 EXECUTED laFOR TWORTH, C!r'8ECRFrARY 51 f94CI - PROJECT MANUAL FOR THE CONSTRUCTION OF SIX POINTS URBAN VILLAGE PHASE II City Project No. 00705 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Planning and Development And Transportation and Public Work. May 2018 Prepared By � 1FREESE 12IHL 4055 International Plaza, Suite 200 Fort Worth,TX 76109-4895 Phone: (817)735-7300 Fax:(817)735-7491 F N I Project No. FT115453 DOCUMENTS ISSUED FOR CONSTRUCTION These"Issued for Construction"Contract Documents have been prepared by revising the Bidding Documents to record references to addenda, field orders or change orders issued. The Bidding Documents may have been revised to incorporate these revisions directly into the"Issued for Construction"Contract Documents. Contractor is responsible for determining that these documents are consistent with their understanding of the Bidding Documents as modified per the appropriate provisions of the Contract Documents. The Bidding Documents, as modified per the appropriate rovisions of the Contract Documents, take precedence over these"Issued for .. E E PLEASE DO NOT OFFMAL R-CORD DISSASSEMBLE CITy SECtkETARY ff•WOR'(141 1X i FARY L 1'' FORT WORTH I 1 I PROJECT MANUAL FOR THE CONSTRUCTION OF r SIX POINTS URBAN VILLAGE PHASE H City Project No. 00705 Prepared for The City of Fort Worth Planning and Development And Transportation and Public Works May 2018 Prepared MFRAESE ONICH IS 4055 International Plaza, Suite 200 t Fort Worth,TX 76109-4895 Phone: (817)735-7300 Fax: (817)735-7491 FNI Project No. FT115453 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY DUSTIN BLAYLOCK, P.E., TEXAS NO.115500 MAY 9,2018. FREESE AND NICHOLS,INC. TEXAS REGISTERED ENGINEERING FIRM F-2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. I OFFMAL RECORD CITY SECRETARY FT WORTH,TQC ' 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form s 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 E 0045 12 PrequaIification Statement 0045 13 Bidder Prequalification Application r 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 4 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementa>y Conditions Division 01 -General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures { 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control i 01 57 13 Storm Water Pollution Prevention PIan 01 58 13 Temporary Project Signage 01 6000 Product Requirements r 01 6600 Product Storage and Handling Requirements } 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data CITY Of FORT WORTH Sis Points Urban Pillage Streei.scape Phase H Improvements STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project No:00705 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 01 78 39 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02-Existing Conditions 0241 13 Selective Site Demolition Division 32-Exterior improvements 32 93 43 Trees and Shrubs Division 99—Special Specifications 99 99 00 Special Specifications Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: b s://projectpoint.buzzsaw.com/client/fortworthg_ov/Resources/02%20- %20Construction%20Documents/Specifications Division 02-Existing Conditions 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete Division 26-Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 2500 Erosion and Sediment Control CITY OF FORT WORTH Six Points Urhan Village 5treetscape Phase II Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:00705 Revised February 2,2016 F 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 Division 32- Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 1123 Flexible Base Courses 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 Q32 13 73 Concrete Paving Joint Sealants 4 32 14-16 Brie,Unit n ;, : 3 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 3231 13 Chain Fences and Gates 3232 13 Cast-in-Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro--Mulching, Seeding, and Sodding Division 33 -Utilities F 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to Grade 33 05 26 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 1105 Bolts,Nuts, and Gaskets 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC) Pressure Pipe 33 12 10 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants E 3339 10 Cast-in-Place Concrete Manholes 33 3920 Precast Concrete Manholes 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 46 02 Trench Drains ' 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 3441 10 Traffic Signals 3441 10.01 Attachment A—Controller Cabinet 3441 10.02 Attachment B—Controller Specification 3441 10.03 Attachment C Software Specification 3441 13 Removing Traffic Signals 34 41 20 Roadway Illumination Assemblies 34 41 30 Aluminum Signs 3471 13 Traffic Control I CITY OF FORT WORTH Sir Points Urban Village Streetscape Phase 11 Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:00705 j Revised February 2,2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMF,NTS Page 4 of 4 Appendix GC-6.06.D 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 PORT WORTH Six Points Urban Village Streetscape Phase JI Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No:00705 Revised February 2,2016 City of Fort Worth, Texas Mayor and Council C COUNCIL ACTION. Approved on 101161 018 DATE: Tuesday, October 16, 2018 REFERENCE NO.: 0-28903 LOG NAME: 20SIX POINTS URBAN VILLAGE PHASE 2 STREETSCAPE IMPROVEMENTS SUBJECT; Aluthori e Bxecutlon of a Contract with The Fain Group. Inc., In the Amount of 2.208,428.25 for the Six Points Urban Village Phase 2 Streetscape Improvements project efiong Race Street from 0akhlar51 Scenic Drive to Grare Averse and along Sylvania Avenue from Vlrgirita Coud to Belknap Street (2014 Boned Program) (COUNCIL DISTRICT 9) RECOIIf MENDATION: It Is reconimended that the City Ccuncil; 1_ Allocate the amount of $950,000.00 in 2014 Bond Program Urban Village funds to the Six points Urban Vlllage for complete streets improvements; and . Authorize the execulie n of a constructlon ccntract with The Fain Group, Inc,, In the amour€ of $2.208,428.25 for the Six Points Urban Village Phase 2 Streetscape Improvements Project along Race Street from Oakhurst Scenic Dave to Grace Avenue and along Sylvania Avenue from Virginia Callrt to Belknap Street (City Project No- 00705), DISCUSSION,- The The 2014 Band Program irtentifies Six Points Urban Village Streetscape I rnp rove men k s as a priority for construe#Ion. This road segment currently consists of a two lame 3SPhalt urban section roadway The proposed Improvements to Six Paints Urban Village Phase 2 5treetsca,pe Improvements Project along Race Street fror l Oakhurst Scenic Drive to Grace Avenue and along Sylvania Avenue from Vfrginia Court to Belknap Street is Phase 2 of the City's planned roadway Improvements along Race Street within the Six Points Urban Village, Phase 1 of this project Is the construction of various complete streets streetscape improvements along Race Street from Grace AvenLie to East BeIknap Street, Phase 1 IS currently under construction and is expected to he completed by November 2018_ Tlie Fairy Group, Inc. is the contractor constructing Phase 1_ Phase 2 of this project is the construction of varioUs complete streets streetscape improvements along Race Street from Oakhurst Scenic Drive to Grace Avenue and along Sylvania Avenue from Wginia Court to Belknap Street. The streatscape irrlgrovernerits include wide sidewalks and pedestrian lighting, landscaping, Parallel Parking, bicycle lames, traffic signal improvements and decorative pavement markings at the intemactian of Race SRreet and Sylvania Avenue and re-striping Sylvania Avenue to Include bake lanes and k o vehicular thru lanes with a center kuru lane. Phase 2 was advertiser! on May 10, 2018 and May 17, 2018 in the Fort Worth Star-Talegrar _ The Fain Group, Inc_ submitted the lowest res punsive laid, 0n JUne 21, 2018, the following bids were received-. Log nanic: 20SI X POINTS U R13 AN VILLAGE PARSE 2 STREETSCAPE INIPRO VE1V EN-I'S Page 1 oft BI'd Basalts i Con-t'r-actarC Bid Am' aunt The Fain Group, Iric 2.2085,428. S lo4IRK Corfiracli'nq garvoce5 I Six Points Urban 1l01age Phase 2 Streetscape Improvements also includes contingencies and staff costs. The total project budiget is $3,242,962,00, The $950,000,00 allocation will provide the funding as required for Phase 1 and Phase 2 for a total project cost of $7,096,862.001. A portion of this project will include 2014 Bond Funds_ Available resources within the General Fund will be used to provide interim finarncing for these expenses until debt is issued. Once debt associated ith this protect in sold, bond proceeds will reimburse the General Fund in accordance ilh the statement expressing official Intent to rainiburse, that was adopted as part of the ordln3nce canvassing the gond election {Ordlnarica no 21241-05-2014} and subsequent actions taken by the Mayor and City Council Construction is anticipated to commence in October 2016 and be complete In 240 calendar days, The Fain Group, Inc.. is In compliance with the City's EDE Ordinance by committing to 7% MBE participation and documenting good faith effort on the base bid. The Fain Group, Ina, identified several subcontracting and st,ipplier rrppartUnities_ However, the MBE's contacted in the areas identified dJd not respond or did not submit the lowest bids. The City's MBE goal on the base bid project is 25% This project is located in CJOUNCIL DISTRICT 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations, funds will be available in the current capital budget as appropriated, of the 2014 Bond Program Fund_ Prior to an expenditure being incurred, the participating department has the responsibility to vallclate the avallability of funds. FUND IDENTIFIERS (FIIDs): TO Fuad Deparknent ccoun Project Proglram ct�vity Budget Referein # oun ID ID r -ar hartheld FROM Fun d D e artrnent c coup Pfoject rogr rrt ctiuit Budget Reference # rnoun1l ID ID Year (Chartfield )_ II E CERTIFICATION'S: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Heady Douglas 1Fersig (7801) Additianal Information Contact: Wilma Smith (6785) ATTA HMENTI� 1, FJ i PoirYts, df (CFW Internal) 2. Form 1.295 Fain Grout .2jd (Public) 3. Map SIX POINTS IMPRO EMENT ,pdf (Public) 4, IVISE Six Points Phase II OM0119nce_pdf (CFVV Internal) Log naunc: 20SI X POINTS URBAN V1J- L A G E PHASE 2 STl EFFSC:A.IIE IMPROVE MENTS Page 2 of 2 4R OS IS-I ADDENDA Iht� I nF'� I SECTION 00 05 15 i 2 ADDENDUM NO. 3 4 Six Painis Urball Village Phase 11 5 City project.No, 00705 G 7 Addend urn Na. l Issuer Bate: May 30,2018 8 laid Re�xipi Date:Juite 7, 2018 4 10 This addeiOwn Carols part of the Contract Docurnt%nts refereticed above and mod iftg the origirntil Contravt 11 Duum 4ents_ Acknowledge receipt of this Addeadum by signing in the space below and attuching it to 11m 12 C'untract Documents (inside). Note receipt of this Addendum in the Bid Proposal and on the dater 13 envelope of your bid- 14 15 i• I%ujtitiiary ul'Flrt Bid NI@Clin{; iLiid CO1Lintclur Qut-stiuiis- 1 G-. 17 All iiptl-nrul pre-bid IIICctluL' Was lrLlJ tti 200 Tk:xas 4trevI ,rn %it1y 24, ?Cit i LY1 1( -. 0 %M gm-in shc��k 18 of ill oire IiI ativiidurwi.! is 1lttached. T11is Cite describer! Ilio Ilvc:wII iiyt4iiJ (1f111L�. [1I1 i5'd .II III LIkIL".1kin,s, %)Wa I 19 Iw1JR:J_ !k orquesaluis is providkNl Wow: 1 20 21 Quasoiun: ,.�i'sF T,NLP anal Ii1tPacs r'em- x ipWr watvriiiw ttli)r truili'Vd tier this Pr[IjrcI? 22 23 Iltxk'wr; The uotar;IwIor +kill Frig rvgiiirVgI ILP JUY :I tuj) 190--c; 1ttek.wvcr, 111L!a'e wi11 aril ho.2 xi illipiitI Inti 24 fI Ir Ihis PnIj ct_ 25 26 QuvsI[on. Ca riin elaHfv, Imty brick% IIa3'erx wit 1iIn IFIe IfItvr9culi1111 of Riice di rev aiitl 27 NY Iva iibi Avenite•11.FV to be CUI'' 28 29 Aius;5 L2r, 1-Ile hri& p-m Lir kk ill I%! I31uwrd iII.1 Iivri-Lughtenr piitit!rn L16d%VIII hL: rtelulre(4 IU IA.: Vul 30 uhmtg Ilio porirnimtr Icesul sltaPel eek IhL 1sropo.wd hric4, piver+1 it)cerrlliaimi 11) t11c ct111Crtitc 31 L!dgu Ioval wh.alic 1, Interior brick pAv rs WiII Ijut hta MILLI Md to be o.:1.11. 1'tiftiJI i fkk 32 pLkvA rs %%iII ILol tic 1114P%%cd %�itlutl Itile 111te'I`i01.irea tit tlx: I4iIV►rs. I11Wriser IiIWS .Nile I11 33 VllrLULIS NikiY:d btivT j4akvem►Fill I)L Stggg4kud 144 acti ie ve I lie hcrriIigbulio V ittevn uti4lriiIV 34 culupIt!te briA [xi sLrw(LL_ no j)artidl Wicks within imerior tot'pkivur arch] 35 36 01iv-Ntiuri: WhiIt are the Iiimi15 orlhE inlugral vislured Auk avrere pnveoteni %vithim ihv Ra cc 37 SIromt itnd 8v Iv Iiriiu fitFer-seelloW' 39 39 Ail sw r: "19he Ifacgral cohered cuacPeiw IIill iIN iI10ilik.x01:cxu orale P.1veJnerlt hx ewa,l thL:.Curb and 40 #Ult r(curb slnel QLIT WP 10 bC GIt11Irc4I t45 pi iuI conkm:le) Su id the lilsidc edge ol•th4 Bross 41 *141ks, TI'1Tw ;111c1'11;11e i+JkI is wJcwted the etiuwrete httsc iindo' ncc brlek p vvr:;(AIT 1,i+ 42 IiiIIIiJI Cn1}71'wte: Er, thO rtlFlinIr11nv ai-ELL ol-ttside tltr hFiCk pirmrx tip rti thL:mrb PACT 4.3 Lantur I curb illid gultvr III he FH)uIv d i1N 111:11 F1 concratel ,moi 1.1W 11`1SidC 01.1?C 01'ilii~Cr4I5i 44 #+a4kL-Qui 31 tic Inrcurid ctP14FTcd c411icr�,Lc pisvclin,Fnl, 45 46 47 2. MIIdjI-WOIino lu SPecilicHi 100 ; 48 rpt RigrLsr.VLY:1iem 00 45 tufo W1jwr1i1i`�f�rl,ti 'Lrr1c�#rl irc ��rt i�1t�x11r11�.s Sec-frr,lr NO 4.S 00 49 ho buvo?r<<q'moil Io LFkY11Nhh div Cii.i•'.v XXL valJ;YF'ffrfY ve.1 f+ dif 1hi-ffJ14d 4(r 59 vide r ul 010 4r1n11(-.f 51 h] lreO,se oclfom ON 42'4J 11p1mpot Por m. 5'Lclifen 00 42 13 1At1,s hem rz viry 1. It,1714ia, 53 SL ietin 00 4'V 1ivlh tie 011eu'h2d OR 4' 43. 1 FITY(IF FLIRT WOR'FfI v11 nx?.s 7 J?ij Ix 11t f.Ifit,%:IWf,rSf-.,r•F Idil Ji'f,1t�AN'Mr,d JL.-Iv-_ti rN, "'A Cowl mrt,I ION SPM FICATION Dr1CtJMFiN1:S: CI l 1111)Et I'M) +ur:..eo ftevisrnJJuly 1,21311 Addendum Na. 1 Page i or I a 401x5 15-3 ADDENDA Wage�n1' L 0 Odd So-freno �,} 401F Q To'n'ne-h Vrirlu.w I!v irkivni-L'. ri-L'nely Dmirty ivill lit' wili-wel fr.F 2 'c WF L srffOvrJ G,dJtr'r frruu dir ul.-vol rx,uf,rlrrrlrxs under the,videp IA rideM and 4FIr16111 thfvyla (#h 3 fln'd'1r+JJ 00"r+1tt% ,sIrrrll)x- "Rriar" vve-icrs-jivurr.hxut,wmilh r0t'rq#ptxa►.ckf e'tjtrrOj C:j-,rJ,j :lJLrH ¢ il, J k-4J 't-f' rrr�r� S�f-r1_' a-11Jr ?{i 4tl)dfrr(rfgs,rrxl;llYvjflxj,►1utr- 5 6 7 .1, N101ti lkkltilkit to P1u,r'4: $ SIJ ?4-IrrdW Sheet?Sheei hrdox),v i-r{lf,-+ i14Lf u'Jjjr Jlte'rref(Prfwal-ti 00"? 9 h) .41r►tfr'fy S&e.-f 3# .5ievi-f Ljc?mJlfiir„F Pl.r1r 1)Y-+pFlrklr'ippg jridt flev am14-Jwdstreet 33. ,h ,lfrrrfi w , Ir�tt Srfrrrrl.S'r�rrrr�� rr� {'lfi�r'#x F,s rtyj,e2 tt;g 1k-jeJtNta'rtf�rrr'�rt't1,w'IJt'c't 77, 13fJ rlfrrr ify Shvei q2 Evivimg, 1lrxrrrrrrgc Aiva A4P filo 41'81t HIL!dl?UChtlLl:kht:L-1 V2- 14 g 1 Madrf},Sl va, 41 .5O,I J f Yorrr a jilt/Pi'0i.fil'r lv mph Oving E61h flit'alea[.'lied 541L`L'1 93. 15 1� Is 19 20 END OF- ECTION I 1 CITY OF 1 Olt'r WOR'111-1 W.V 1101A F),URA IX J-fl i-Ir1L i i%,C'.JPFPA-ISE 11 A IM.', STANDARD CONSTM.IC-PON SPECTfKWRQTC TXX'UA4Fti;x CS Kinbed I,u1}- I.:n11 I AddvLrdum No. PaVLa 2 of 18 ao 45130-i Mlnollty Ihusi-Fns FnterRrlsL�Sperifiratlans Page tof3 1 SECTION 00 45 40 7 Minority 8us€ne5S Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a IVIBE subcontractlgg goal is 5 applicable, 6 7 POLICY STATE MCNT 8 It is the polity of the City of Fort Worth to ensure the full and equitable pi�rtiC€pativn by Minority 9 Business Enterprises € BEI in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this.bid. 11 12 MBEPRO]ECT LOAFS 13 The City's M 8 E geaI an this protect is 25%, of the total bid VaIUe of the corftrart(BQse bidOppfle.; to Ppfrks 14 and Comm urfr'ty5ervices}. is 16 No#e: If both 1418E and SBE subcontracting goals are esoblIshed for this project, then ars Offeror must 17 submit both a MBE Liti$ixatian Farm and a SBE Utilization Form to be deemed responsive. 18 19 CCPAPL[ANCE TO 81D SPECIFICATIONS 70 On City contracts $50,000 or more where a J1,+iBE subcontracting goal 1s appiie-d, Offerors are required to 21 cornply with the intent of the City's Business Diversity Enterprise 17rdinance by'one of the foIIowIng. 22 1. Meet or exceed the above stated MBI= goal through MBE s u h contracting participation, or 73 2. Meet or exceed the above stated M 8 E goal through N48E Joint Venvure partlrlpatlon, or 24 3. wood Faith Effort docurneiitatlon, or; 2.5 4, Prime Waiver dacurnentatlon. 26 77 SUBMITTAL OF REgUIRED 0 0 CU ME NTAT ION 28 The applicable doctlrnierits mug be received by the Purchasing Division, within the following times 29 aIIocated, in order far thL entlrp bid to be considered re5pc?os€ve to the spetifitat10%. The Offeror shall 30 deliver the MBE docUrnentilX€on ire' penin to the appruprlate empiuyee of the purchasing envision and 31 obtaln ii date/t me recelpt. Such receipt shall be evidence that the City rerelVed the documentation in 32 the time aIla cated. Afaxed and/or emailed topy.wllI not be accepted. 33 CFF''OF FORT WX AOfh75 C1RHAN VjLLAGE STRFCFSCAPF�MA50:7f Sri iNIDARD CO.NSTR11MON WCIFICOMN DOCUME4W F--e)NOJEt rr X F!-Q177U.5 I viie'd t4gopmher 17,2016 Addendum No 1 Page 3 of 1F� 1)045411-2 MInAritY Busfrn455 Enlerprisp Speriflratlons I�age.2 at� 1. Subcontractor Utilization Form, Fir received no later than 2:00 P-.M., oto the second City goal is finet or excc+eded: business day after the bid opening date, e�d.uslve of the bid opening date. 2_ Good Faith Effort and received nn later than Z,.DD p.m„ on the second City Subcontractor Utilization Farre, If business day after the mini opening date, exclusive of the bird participatian is less than stater] goal: opening date. 3, Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization Form, if nn business day after the bid operlirrg nate, exclusive of the bid MBE participadon= opening date, 4. Prime Contractor Waiver Form,if received no later than 2.00 ppm., on the se mi Oty you will perforin all business clay after the hid opening date, exclusive of the bid corntracting/supplier work� opening date. I 1 I MY OF FORT WORTH SAX pow r.�oRTsAN of rad�a-RFrTxA FF PO4ASt:tt Id.Ntd')b CWN TS STAN0,6;Wr CMTRUCTION SPFCIFIIAMM bortj mwrv, 1 v o-oer11rc i Ijo-uo}nos lieyise4 Navernbu I1,24111 Adlenduni No 1 Pepe 4 of 1J3 M 45.40-3 Mlnarl#5B�rsfn�s��rsterprk��5{�ec117Gntlans Page 3 of 3 1 5, Joint Venture Foram, if goad Is met or received no later than 2,00 p.m,, an the second City excel�ded. busIr.tess day after the bid apen[ng date-, exclusive of they bits opening dat8, 2 FAILURE TO COMPLY WITH THE CdTY'S 8U51NESS DIVERSITY ENTERPRISE 0RDINANC E WILL, RESULT IN THF R I n RF1nir; rnwlr Ini:PFr, Pdri nNs-.1VF Tn c,Prr I K I r Arlmcf 4 FAILURE TO SU13MIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIE€1 FOR A PERIAD OF Or4E YEAR.THREE FAILURES IN A FIVE YEAR PER IOD WILL RESULT IN 7 Any Questions, Phase Contact The M/ BE Office at(817 212-2674. g END OF SECTION X1 CITY OF FQRT WORTH :{ 1MINTS UPRAN VITIAGF Sl'KF4FT5WP PhA$F 11 W1 RejVJ=M11V� STANDARD CONSTRUCTION VFr-IMATrON VOCU NEN+ETSCITY MgVIFcz NO WAr; *%i lied NOwember 17,2I31E Addergdurn Pta 1 Page 6 of 18 u04743 00 0Jioa'0.4,LL Fuea i cu SECTION 00 42 43 PROPOSAL FORM UNIT PENCE BID Bidder's Application "PCL IRMF 1p;RlnelNiuvs Bi1[rrel'�Fr+lgFaeal VW11slRem speclranllou L1ia11ok' QIP :ass. Deu4Yipsiun ScKkluuN.h hlatorr Quur11LL} Ifi1l r'Fiss 13WVulsie Saw fel¢_Race 31reelr lm nnrenlenl5 Oakhurst Sank to Q,aao-Ave. Unll I-fi�nelat 1-1 Remuwe Wewalk U241,410Q gY IULLi1 I.2 Rerrwve Slap 10241.0200 SF iG 1.3 Removes Ci) mxoe[]rive 0241-0401 $F ,Ivfo 1-4 Remdvo Wall-c4' 0241 0600 LF 110 1-5 Raiminva Cimb and�N11er 112A t 13D9 LF 2165 k1} AwllQve Cvpir lx'+nal 01141 10W V 111 ap 1-7 Remwe Mphall Fvmr 0241 T1,00 SY Joan F-S 2"Surface Milling 0241 1506- SY 3a8o 1.9 Earracados,Signs and Traffic Harkd1bg 3110,4101 MON n 1-10 MobIhnihorr and DernoWilzarlan(10170.0100 LS I I-11 JSMpp �r 1 imro 3125-0101 LS I 1-fF 51te CledFlnsg 31 10-0101 I-S I 1-13 Consirurflan Slaking 0170J"01 LS 1 1-14 141a11box{Brick} 8999,{7011 EA 1.15 Handraal(Ty E) 9949,0[}12 LF $S 1.1$ handrail ITy B) SSSS-0913 LF i7 1-17 1 Farms�Risksc;jta} 9VaS-Wl5 LF �7 Urat 11-P8VfrjMpr0'VaiTTgNi I t-1 Vw6,Type D.GFI 1 3211.031$ ;y H-2 2°'MphaA FVmt Tyre 13 3212-on L, TON j1Sr 11-3 4"Aaplijih Base Type B 3219.0501 TON Ma JI-4 13"CorLcPVlnt 3213.0101 SY l40 IJ-5 8"Canc Pwllt�CblQFJ °x213-9103 SY Y7u 11-6 CanrSsdownikai5!epsJ 1X110301 SF 50 IC-7 4'Canc Sldewiork, Adlacanr io CurE1 3213-9311 $F 18]U11 ft-8 Cancrele i]rlvewdy($") 3F13 MI SY bill II-8 Barrier Free Ramp. Type M-1 W13. 3503 CA4 11-10 Baffle-FFue Ramp.Type M-3 3273,0506 CA a 11.11 Barrier Frae Ramp,Type P-2 3213,0507 EA a 11.12 Cone Curb ar1d Gatlar( j 3216 0141 LF 2rltin 11-13 C-onc Ret Wall with Sldawalk, Faco 3232,41114 SF 112 11-14 Cvrtc Rior Wall wJlh Sidagwa[k,.Siftwxlk 3232.4101 5F 3016 1 15 TOOT Sid Rat Walt-RW I (H)A 3 37.1}204 SF .115 f1-19 �r Ganc Valley G4Jj1s9F, Beal arlliai 13210 0301 SY 05 Unli III -Pavement Marklrlg and SW 111-1 4"SILO Fymk MRrking Tape(VVI 3217.QQ07 LF 64ox 111,2 4"SLO Pym{[Marking Tape(Y3217.4006 LF Hens fkk-9 8"SLD Pvrnt Marking Tapn(4Y) 32.1 Y.11243 LF IULJ� I1:14 8"SLID P4ml Marking Topa�Y) �Q17.424d V 34 Illi i2"SLD Dorn!Mlaukklg Tape�W) 3247.0= LF NO 111 24"SLD Pyml MaAiflg HAk(4Y) 33.17,4547 LJ= x67 1JI-7 Lena Legend Armin 32171902 FR 111-B U9 no Legend DOL AsrraW 3217 1003 Elk ; III-9 Larle Legp9d Only 3217 1004 Eb, p kk1-113 Lade bagend bks RT7.IOW EA ILl-i1 I LioneLegend Gh7lrraw 3217.1p07 CA oa LITR lhTF019TVriNfnl tiltrrTP1U rVTM1triIHLphs F.�w llu4is4r1:'11114{]{� IMF 41,40 111,41 4! W'I1 41 W#1 17_llfP 4�11 Jln is it !Fill rn"I,W Willk yW"flduni l.,1. Addendum No 1 Page 6 of 78 Wits] 131U MKVU54L lruor 1 dF5 SECTION 00 42 43 PFtQK1$AL f=Of?M UNIT PRICE BID Biddet*s Application 1'rujed Ilan Iufurumaau Hiddcr- IVrnirukJd E idlki 11rm 1]4mnPllrlfL spmiCrarlal I.Wt of HJd lLili Price BJLI 4'aler W-12 Legend Fi"icap 3217 999$ JuAS I 111,73 REFL Rat se Marker TY 4-C 32.17.2102 EAS ► III-'14 REr-tRaise-dMAFkefTYtr•A-A 3217.2143 EA la4 Unil IV.-51gna!Ir Pfi;ly mer146 IV-1 Fumie}111nstall FL%c Sero Pedesto1 ,79 5,0111 EA J IV-2 Z"1XINDT FVC$CH RSR) Tl 2645-3015 LF 120 1V--� 3"CONOT FVC UCH EU(T) 2805.3025 LF Ado 11V-4 4"GONDT PVC SCH a(T} 211305 a033 LF 1tF IV-15 3-Seed SIigmd Head Assmbly 3444 1 W1 EA p RV-7 15-S md 9lgna4 Head Assmbly 3441.11 O FA JVZ Pad Signal head Afwnbly(count d6wnj 3401.1011 EA A IV-9 AuclIbre Pedettrlan PushbuRRon Slaliun 3441.1031 EA Ib-10 halal{65U 19y9mm ERCT Mounted 3441 1212 EA I 91{.17 FurniohnnslaA Hybris)Detecifan Syslel, 3441 1216 EA { IV-12 FurnsshAnslali Hybnd Datacslon Cable 3441.1217 LF 1V-13 FurnfshfPnslall MjL:del 722 Preempbom Oaleclor 3441.1 X25 EA .4 kV-14 FumksWf islall PreemplGonrahle 3+441.1224 LF 460 1V-15 41C 14 AWS to Uh-CnrtducROF Cable 3441.13111? LF 440 IV-113 WC 14AWG Mu1fl-Con Lt-P1PrCaNe 3441,1317 LF tr3u IV-17 VC 14 AM Multi-Cundurtor Gable 3441-1312 LF _;u W-111 2410 14 AM MultkConductar Cahn 3441-1315 LF }pu IV-19 WC 14 AWG MuNi-Conductor Cable 9441,1322 LF IU34 P1-20 NO 6 InsOatad E1ec i nndr 1441-14" LF 7011 JV-21 NO 8 InSukaldd EIeC Ccndr 344 t.1409 r,.F 920 PV-22 W! 0 Dara Clot Candr 3+44 T.1414 LF 5 1g *2z Ground Sm T Pa 0.wlApmrl 3441 15Eri EA 6 IV-24 rumlWlntdall IV- 14'Ped Pu6r.Ausmt ly 3441.115343 EA 4 IV-26 rl3rrdshllnslaN Type 4t Sf nl Pole 3441.18311 EA I 1V-26 Furn4shnnalad Type 43 Signal Pole 3441.1613 EA 1 IV-27 Furnishllnelall Typo 45 Slgelal Pala 144l.tsi5 r-A I fV-28 F1rn'ILStw1nsta11 Mast Arm 46'-36' '144 x.1823 EA I N-2g Fil+flt&irio all McAt Arm 4A'-4W 3+9-4 j.jt124 EA I IV-au FumiWiAnstall Matt Ann 62'-60' 3441.1625 EA I IV-31 TY 1 Signal PWndalion 344'1.11701 EA i JV-32 TY a Sign alFaandelfan 34-11703 EA 9V-33 TY 4 SFgial Fclundalian M41A?04 EA IV-34 TY 5 Sigrlall Foundallon 3441 1746 Erb I rV-33 SigltigJ Gabule►l Foutldauon-3521&980 3441,1716 EA k fV-36 FumLsfAnlata14ATC 5i.grlaJCunlrallnr 3d4t.IM CA 4 IV-37 Fumf5hllnsta11 352i C.4mtroPEl r Ceibfnat Aftembly 3441.1741 X14 I IV38 RiSpase a!Fu 11 Traffic Sigoaf 3441.2002 LS I lb-39 ]-Lunv1V1lsW1 LEO LipWing Fixtura(137 wall AT132 Cobra Head} 3441-W51 EA z 9V;4R1 Furninhrynstall Atum SIgn Mast-Arm Matlm 2441.4001 EA 4 IV-41 FurrYInholn61aN Clamp on Stgr1 Support $9139.604 Eq 3 IVLd2 Paxvdmr Coat Sig Polo and MA 19`-30' 3341-1904 L�A I kY 4a PowdvCam;1519 pole and PAA 40'-4S' 3141.1R02 EA t IV-44 Powciw Calk Sig P Ae and KA FsT-60' 13341.t 943 EA I IV-45 Powdar Goal Ped Pble 13341.4$04 EA a vi.1-Y iw 1%r?A1wom111 4F,V41, ikbVOMIX(TIIIIY.4%IWOUL'AIlalti1)LX'IIhIL'tiT5 LIiY111MCHUI'Ni 1.4RIYW Firms JlnlxJ?Ak�II un J 11111.1111j L 1 I Uu J111.Jill 41 J7 W 4 L+.WI 13 1L 111.11-hilxeal Wm LbwL iidd N .1.`►, Addwidm No. S Pap 7 Qr 18 „,,, 11111"it,'I"?"Al SECMN 00 42 d 3 PROPOSAL,FORM UNIT PRICE BID Bidder's Application P10JOVI 10M t1kf3rL1M11IMk TLi ikkes Pnapmnl Iiuohm ELri% 47rY[ri l�+n Spec ifcsuan Ilion oP [iLLt Llnll I'rlrr Itbr V 4e X15 SLIaIlW1 NLt- WC LLkv {#u:u411L}' Unit V-L unifsraping and 1.10 V-i JC6na 51dewalku(4'j(Integral Color) 9999.0014 SY qnn V-2 Corar�iafe Pavement Markizlg far Inlersi ctlon(Caror 1). 999p.0001 SY 163 V-3 ruWraaFj�Pavement Ma*fng fair IrltersecMaj)(Carar 2) 9999-00W 9Y TO V•4 P�anlirh}Solt 32Bi,0100 CY .1U1 V•5 Sod 3m,0100 SY NxFfi V.t3 Traii(65 GAL) :U93VOT EA 1a V-7 4'ganah 9999.0002' EA 13 V-6 StrrubF,and Ummmental Grmssre(1 GAL) 9999 0003 EA 311 V-0 Tranih Recppiade 9999-0004 F-A d V-10 Btke Rack 99911.005 CA 14 V-11 RMIFRinkAggr6gata 6988.0006 SF L511 V-12 rrxlgAllem 199.0037 L3 L lit Va• I IlumirLstWt V1-1 IGruund 0ax with Apron Ty A tle14-6002 EA 9 VI-7 Malered Fleo 5'10 6 Conlrokw.Ped, 12W2401ODA 0528-6019 EA I Vh3 2”GONf3T PVC,SCH B4(T} zoar)406 FT Sour VI.4 3"CON GT PVC SCK'86{T) 2614,3025 Ft M V1,5 #61rmulaibdGrid Cwdurlor 2441,1408 FT .1445 VIZ IllumihaLan Asisy,9err3+Pnrt3 d Luminaire -3441 3025- EA 17 Vi-7 Riginme LED Flxtvre&bines#,ieluFr to CoF16V 3441-3269 EA 4 I V�-8 Fourdarbn Ty 7. 24"x 5' 3441-3202 ESL 37 VF9 6-6-6 Qus4v5ex Alum Elec Conductor 3441.9401 FT 1665 Unit VI I-Dmorm Vr61 24"ICP 3341,0205 LF I 1 Vlr•1 21"ICP 3341.0201 LF 25 w-.3 2Q•ftacdraad In,W 33 3.6043 EA J VIl�4 ;14' e�ssed InIMI 3349:5004 EA I V11-5 24"F361rVd Headwall, 1 QipE?(TXDQT CH-FWO} 3349A003 4�4 I V11-6 Mi3nh41e15'k5')wkF sump 3339.t to 1 F-1 L Vr1-7 I Snout(30") 9999.Otl}a9 CA I V11.0 jMqTaium Stone Rlprap,±try 3137,010ii SY 9(p VII•13 1 Treriukt Oolr1 wfGfata 334"003 I.F fu I r 771'a nim-r 1hilrimi �r��o,arltif;r} l�rirfWsrriirna7u 1i1L-l'L1Fkk1N LJr5'J'ICVUFCFNCI,UOW F*vrduC+eeir l� i2k HII0 wk..IIIP41 FI-1111 Ld4?41 A;Jr Ift41 1..1111 Is If HW Fpp"%)rLMn4-b2&Odum 1,51• Addendum ala, 1 Paga S o(1$ 1111 a+;s OLD PiL+f1'rnAj Itiysi ul 7 SECTION 00 42,0 PROPuSAL FORM UNIT PRICE BID Bidder's Application 1+Ryud Ieuns 114kri lnnk elaprkei r'rVPosul H1,111il Irem ticaulpddbk Irlh"if34uluin Umil4 f Hid Ilnll FYI" Rid V70ir .Nu- S{4`U07`Nu. me mm t}uwluty Unll VIII UNIDO V11I.1 4Yaler Meter BGG AdJustrim i 9999.0007 EA tl VIII-2 1 Water SarAce,Malar RecorinecW 3312.2041 EA t7 VM•3 Fre HVdranl 3312 0001 1=A VII" v,Pvq:: lmlerPrpe 331t.R1'T61 LF :G VGIC-5 8"PVC Wsi4er Pipe 193'1 1.4241 LF :cn VIl1•E 12"Plc waler Pipe 3311.4441 LF 180 -VIH-7 5"Gale Vdva 3312 3002 EA t VIII-B 8"Gato.Yalwa 331 -3443 EA S via-2 t2"Gala VAI+re 33'!2 X445 EA VIII-1.4 duotllrs Imn Wigler Fittlrags 331 1.444 r TON VlWi 1 Cunplur.Wn to Exis4rg 4'12"WERET Main 3312-4117. EA i VM-12 Temporary Aspliall Paring Repair 3201-04W LF 3911 VTrr•1:i 15'V de Asphart Puml Rgpalr.R± wdunieal 3201,0113 LF 11 VIII-14 S'Wde Asphalt PvrM Rapalr,Ar l 3201,0123 LF 9(0 Vill-T5 Salvlrge Firs Hydtarrl 0241 1510 EA I Vlll-15 Rem(m&Savage 5"Wqw Valve 0241 $302 EA i V111-17 Renlove a Sal-mve a slfff WNU 0241.1309 Elk a V1H-78 Rernoya&Salvage 10-vvetuf vAlve 0241.1;104 F-A i Vlrl-19 Exploratory Excavation df UmUpg 11NIIties 3305-U103 EA 7 VIII.20 Imported Em.bedmentlBackdJN,AEreoWn B6ckRIII 3906.0206 GY 30 VJII-21 Troncn Saroty X345.0109 V 430 VIIJ-22 10anhale Adj"trnanR, Molar 33050$013 EA B Vlll-23 2`V114#erSarwcs. Wisr33'12.220T EA 4 VW24 4"1:vrldull PVC SCH 40 M(ruwreAUT 4:un vir} 2945-3931 LF 13000 hid tiumpukr.y rin*e FIM UnlR I-Gewral U"11 H-'Paving 1mpmy1snItsnls Ujiit 14-Pavement MwkiW-and Signage Unii IV•sigri rmprdvementr ilrnr V-Landt;tEip1hg and LIE) LhIlt Vr-Illurelloation Uz*VI I-Orainagu Urlrt VIII -IJHQtres Totmi Babe Hid 1 v.m.(w r'X1111 MIMT14 47A6r IM11116FL-1K1,1l111Nti1ILT11lt'AIINr1XICU14. r6 MY PINLUEx'I..M171.h0119 rk"rF0ul%PdmtN11U IIF-YIIMI_Ul4t I1 u1424.1 LHlai rr IHrJ5I: Jill L5 j4 F11111LurplodW.,dh" B&khJllld 1.114 Addendum No. 1 Page 9 e TEl 110 LT 43 I IF[F 11MIX -At Irw 7 ud! -SE"ON 00 42 43 FROPOSAL FORM UNIT PENCE BID Bidder's Application 1'"pO I IVIn trilnmmunn f�ilr+rer'.Nopnlar 111 1W R&M 1, ar,Llsx7 �poe 1��11an 11n1i of BJr1 I}Ml;lyki:K rlH1 Vulcle ?lu. SIL6gn roti 4auss R (JInnlliy ,ti.CdallYr.1J1eru,Itt B1d A.1 Sylwarala Avm Im MVEMlonls(Belknap io 1aLariior Unit Al (Paal3rpiJenl Wrking iarid SEpop) AI-1 FJuminnto Ex-PaV Mak&Wks(4') 32$3,01 Q3 Lp �7tw AI-2 Ell"Jlrlal0 1•x, Pav MFk&Mrks 1;74") 32ff3 4103 LF IAO AI 3 pavement Saler 4- 3283.0103 LF 14111fJn Ai-4 Pavement Sea1or 8" 3293.4103 LF 1392 AI-5 PavemomSealer24" 32910W3 LF air Aldi 4-SLD Pvrtlt Marklrrg Tape( V) 3217.0007 LF NMr AP 4'SLD Pvant MaIKmq Tape(YLI= ssuu A14 8"81-D Pvnrl Mai kirkg Tape(4Y) 3217.SZ83 LF laa� Arm 8"SLC!PVml Nlarktn$�Tape{Y} 321TA204 LF aFs AI.10 24"SLD Pvml Marking HAE(W) 217-06121 LF xn A1.11 Line LegeruJ Arrow 3217.1002 EA - A1-42 Lane Legend Only 3217 MM FA ; AI-13 Lams L"arLd Bake $217 t F-A. 9 Ar-'14 I-arm Legend Shalrrow 3217 7087 EA` 9 Al-16 AEFL Riilwd Marker TY I-r, 3217.2102 EA le AI-10 I�EFL Rw5ad MsrkerTY II-A-a4 37172103' EA 7d Al-1F Fog Seal(0,1 GAUSY) 99913-0010 Ga4L WW TWO Alplkllro AllrrnnlrBid AI In4wa sallow or Sylvarrla AVenuo and Rase Street Wit-A 2(fr11e,'m Hiw NlemaWv) p2.1 canvale Brlrk Pavdfo(Calor 1) 3214,x200 SY lb) A2-2 Co!' Ilya Belk Favors(0altlr 21 3214',0200 v ,0 A2-3 UnWenniflad Excmaban by Plan _ 3121,010' c �o As24 DEDUCT- Z; 1 r5E&Pavement M-wkrrtg rrar fnteriorl!on(Golor 1} 9999.0009 SY I6F A2-5 DEDUCT:CnkuSate Pwomon[Markinfl fix fnBrawec ia11(CrWor2) 9999-DOOT SY :p Tnru1 AdlWIN*AIIcrRuer AN AZ TnHfL 111711 Ulm Rid Only) Tulu1 ff]d ORim Fd11+RJ1i gllvrnult A0 I T411ur frid(hoot Bi11+Bld ALEalylmre A 21 Taolr Bld(Bum BHI f Ohl Alirrealr 31 d HJ4.1 A11vrM01a AIJ I!-N D 017�iu(7l[l.N 1 CITY OI`hX1K'1-11,YNIM I .VANp.ARL)0A61-JUKrinkc4;icopFukriwi Lkk'l.lhrk n-' IIIv1NEUrrrs11110.113 r++m.M�41e.Ii.�IIIII'LfSI IIII PJ Lk4 yI II Ii wJ±a1,IA-110 w 4P II IIII 5*I I J11d 11hV-154'•A64 .j&mlmu I+I. AdderWom tea. 1 Page 'IQ of 18 rmrrmNAMLW w"m k"wannwwrtnnta+e.i 39YRIANve21n5T.N10.1x7S t n lo" b } SrI FFin .� Rjw�j t_ y LS3 yf hvp WIN" 9 w r R4 a M N I o J $ a ER k A kf - 4 i s qR s 4a h iI = r ]q A 6 6R0 x _ r ? # _ a N+ g I � 12 : 2 y ; 1 q " - . I. rt . . itF = vumrlvrltl�l?GI EOGfr� Xrxar�6orwuq H w HDVIIIAINVfkFLSINAM%IS 3 ; h H UE � ri Sri r'y# �n }�?� � � � ��{�¢� � � ;r � � ON g cl X Ry Sia G z y Onn�� g Z--r S' Will I a QS-Lt VIS 3NIlH I I � L qq i I j o I r I s 3 I I j N I I I I I '•. I Yo� /' I Ln + I a I j i .p i all OQ•il 'VIS 3N1-lHOIVY9 = ��" a OWN LVINNI IM Luml mlm�Wnlmt.OA 39YTlL'4LI's9UJlSINIOdXIS- * F ' a Li Zia IIII4y���;�Yy��yy,� .f 4s5" Wyk 93allb r I - � I 1 - r w r♦nr�. rt9F I GS*L[ 'VIS 3N111404WO -Fl-ILI "YI . OS it •l4M?G gL j �n4wl'T�.�a ,t I l y �� •I'I + E I,.I I' WRE •I 1 �R1�4.� � ° I I I Lfl j id. i;YY Iln.iq@. k � u s-I x .00'uk. 8d lY 3JIM1 -N gl li W + it svM .1 � � 4 1• I � � �1 5y _ �•"{ I F - ��,..a•� d k— 1 _ 1 | � | < m LA � �� 2 ] / \ 2 W � z � \ � �� � � Q | ( \ �` \ f � , * �\ � � < § ) �� . | x \ � \ i \ � _ 2 0 -Um � ® / j.- � ( {\ \ \ � / 2 �� (_, � ^ � - � � � \ � � \ & § | \ \ / _ \ \ I FH OX0 l?jvKuiLLwk IPMLQ:lj 34Y71 R N vgun uma%f m5 LF) I A c� z RE 1jam C', I c� FU MOMEHR, VM*4U.i Wq3nW VIV? I I I I I—H itiHlIH Ruppr1Y# {r' 4 mono oflllff44 ILM rwuMI No amml-. I I In -qt, SHP kT6 P.P.6 6 641, 1 n lL_ M]9 2 Jig I I? Vol JDuj T Sj til CO UL Q9-Oj W iC OLU H 07LIJ CL J ' Of 2z 0 { UUP w= 9MFlVNld3]I G17om RMFMCH4Pi9!7HIgv¢ 3-1VTiIA,NVELI ISIM10dXIS ip EE p U 54Mw EgE3jL d @ Maedi ` � y 2e W 6� AF I� [ W'. - g 1{u�i ii 4 19 � 3n till a , J . - r AM{ ot.-JAW _3DVao L Clf h-i La 2 I. -1 :x k hri hm I I ILI ..— � II 'r�r.•• �I I �� '� x-_ --F�I ��a �'J �; A I � � {' rg3 t liol o "8G 7E A 11 li R ri Y+ V— uwfw3vrru2LNl rm-x id k-JIh-AnUffdN'IMAW 39VnTAr+ViEdn SI. Oil XIS r a � ci PEI m YEy 7Y�S.d d : � .n4'9L5 IYS+tI'VyI tI{ •'ll• IG6 S.-1W R 117 ` 9}.R. -� yc �' +y nwli113u 68 � U R Ir i�tlC lJ 'x I�`•I W. of N y 1% * F It I"r4 �'p • . ter' .� �.� f �•i_ - � F'ItWYh kp[wSy tJ7T+!a }_ ;�• _�� '� Y hOl7xr� .I r' b uY t C gi Da S.' i{ • In39 Ih } o fl� F ' IID QS i5- I ADDENDA I P:yJo I ui'I i 1SECTION 00 05 15 1 2 ADDENDUM NO. 2 3 4 Six 1'o1IN,h U:'3ran Village PIN ase II 5 City Project No. 00705 b 7 A:AI n€um No.2 lssur Date: ,luiie 5..201A 8 Bid Receipi € Rte:June 7, 2018 10 Th L9 ad&ndum rormi pan oi'the C.untradt Wu orrii i64 d above and mod 1fies the cidgint11 ContrRut I 1 Docurnenis. Acknowledge. receipt ;}r chis Addendum by signing in dW space helniv Rnd attachnl7g it to tilt 12 Conirrlwl Docualeilts (inside). Null receipt of Ihis Adder dURI in Ilic Bid Propor;al and on the Wer 13 envelope of your bid. 14 15 1. ModlfiCkift 1 w Speci11utious: 16 a) Rok-he Sc'e6jo, 0P 4+ 4J Form. SweftoJ+ 00 42 4J f e.f.k ht!oo Reldrare 17 Sueflim 01)42.03 1s-We#pct ronar-I rl vt.vhM,ixifry+I 01J 42 .13 1 J 14 h1 Rvv;sr Sr:r iivn 32 J d 10 Rj-i h fir?jl prJ61rtrf;f+l'rjeh-, J Z-lk- ++100•10e,,tip# 20 p+Ylwvofrrl rrrfr{ing I-pidv'Jroer-r.salrdsviltrtg her{ 21 r 22' Z C luxikntion In Apeeilllvalion; I 23 ey) {feat #!I-ft fff"SLD Pawls ,VIrrr`krojg Tfa1F. (IF) wjt(j11 Yer-r,-fig J&141$r #f+c• Vtu'rrrh{t 2 1Nr`rfrlr z*rrktisll'rI{i� aaYF'r'rrtrrrr rrrrr�kJr�4,� ��f lir 1rM�sJ,Yptltr�JM,s. r1d��rexrtr.'i�urtr�f,�hrlll li� 7.5 J01vasrroviif altars Nm ev.ra Tr rf{f{Ma•fvi{V lr rrf rhe varr'ahk rl'i&h paveuwrr?uzue-king- 2G 27 28 29 30 31 32 END 0FSCC`i"J0N � 1 # Norio00 do, r..r.ri.r�.r.r•.��si�.a / QIJS-RNBI-AYLOCK o / .................... 1 { r � l *,; 'I1I 4} 0 ILIA pll{Ip3 h I dd:r i nl� SECTION 110 42 47 PROPOSAL FORM UNIT PRICE BID Bidder's Application "ect 15g1al hdDnInuD L ELIddeeN Proposal rSr hwrlwnl Sppci Guffl rm Llnit crf W91 Nfl, � � -Simtkul Kra MrpYlie i�am¢N} iInL1 price iild VoWe Base Bld: Race Slraat Im pravementy. Oakhurst Scenic to Grata Auer- . W" G."Iral, 1-1 1 Remove Sid"alk 4241.01 DD SY 14?La i.2 Remove sleP Q241.020D SF �n -3 Remove Concrete Drive 0241,N41 3F 4910 1.4 Remova 41Wal1 0241.0Gaa LF 116 4.5 f OMOV0 CUlb ar4d Gt fll�r 1)241.13W LF 1.185 ko 'Remove carloPvmi 02+111000 SY Ion I-7 Rv-rnayo Aapholl PYFAI 4241.1140 SY 1004 1-13 2'Surfoue- IDIng 4241.1505 SY �dxu J-9 Burricadear Signs and Traffic Hgad1bg 3110,01 DI MON � 1.11} Mol3 lizallon and IDamob111ngon(14 ) 017abi} j4 LS 1 r.ii ;3Vt'PPPZ, iatre 315.Q181 LS I 1-12 dike Cleigr4V 3110-411}1 LS i I-13 Con51ru41Wn SjaA iltg' 0$70,0101 LS 1 1-14 Miibm S64uk) 9999-0011 EA t J•15 H n nclrail(TV E) 3393-00t2 LF 59 1-15 jHandiraN(Ty a) 91#93-M.t3 LF W 1.17 lFurice(Raj me 9999.4415 LF I'! Unl1 11-P6inji Irrtpravemenln 11-1 8"Flexible 8ese, Type 10, C3R-f 3211 0313 SY LJYu JI-2. 2"AwFrHJI Pvmr Type 0 3212-1J342' FGPT 24tI II-a 4"Awhull.Elaue TyQa 4 3242.0501 TON Jxo rl-4 d'❑uric PvmL. 3213-0101 SY 1017 I t•,r�, 3,Conic Pumt(Calor) 3213-14103 SY 97D 11.5 Can,61dowalki;(Slaps) 321 ,0381 5F 56 11-7 4"t,onc 91dwialk, Adjacarit tb Curb x213,4411 SF 18.100 11-11 Concrete Dlwin oy M$ ) 321:�.04I71 SY 61a V-0 9ardffr Free Ramp.Typo M-1 � � 3213.4503 VA- v 11-10 Uwrrw f=ree Ramp.Type M-a 37T3 0505 EA a rr-1 t Barrier Free Romp.Type P.2 3213-4507 EA d tt•12 Ccww Curb and Gutter 16") 3216.010t LF s4 11.13 Conn Riot Wall with&dewaik,Face 3232.4101) SF 912 11.14 Cone fie#VVall wilh SidawaEk,Sidewark 3232-JID1 SF }dL14 JI-15 Tk DOT SO Rel Wait-RW 1 (H)A 3232.4204 SF 4LS 11-11) I 9"Cont:Valley Gultur,Residerlllal 3214 Mi SY Unit III-Psvernarll MaAing and%%nage 111-1 d"SLO Pvmi MisTkinp HAS(W) 32$7.[)001 LF e,utM 111-2 4"SELD Pvm1 Markipg HAS(Y) 4217.0002 LF tlnnS 1tl•3 d`5LDPvmiMarkft.HA,1 (W) Lr 1495 111-4 8'SLD Pvml Mwking.HAS (Y� 3217.4202 t-1= 33.1 III-5 12'•SLC?Pvml Marking MAE{VV) 3217,4301 LF 3iip 1r1� 111"SLO PVrrFl Morking HAS{VV) 3217.10401 Lf= 07� 47 24"SLE]Pvmt MarikIng HA1*(4Y) 3217 0{91 LP 7n IIr-a Lone Legend Arrow 3217 1002 EA ; 111,9 Lane Legend DBL ArraW 3217.1003 EA 1 111-10 Lznn Legend Only. 1217.t004 EA 111-11 Lam 1 egldnd alke 13017,141)6 FA 1r, 111-12 L4"Lep nd5harrn 1217,1001 L-A 11 CI r5'{iY►i1Pn'14'iHt rl I S ANiW 0 COrl51'114N,•I'i*m-r4 rill ATV-W LWI.Iklrhi ML:F I h'FRi}JLd'I!itl,III171F5 F1014,illxl3MIDI14 tw41IRFI*ddF1_110J±U_II4J,1JJ-dsitJ2Ou5iJd_I!W1'w,4F 11W,rI.INML-yWejtJuw1.41s Aldendum Nn 2 Pogo I of 0 i i Ilu al iF nil)MMOY25AL hnp 2 nr I SECTION Qb 42 47 PROP013A5L FORM UNIT PRICE BIC} Bidder's Application I 1 Ivnppi IWro IhGamlmiuu Bidder's Propomt. I UW111sr liein t�peedrltnl lin 13n11 of Wd No , t0c=H,pLlari Ncullr;Nn. Msnelrs F}unnday 1h111Fri�o 91dVwhrc 111-53 LeVind Hendiran 3217.1#959 EA I III-1.4 REFL Rasaed Marker TY I.C, 3211-210.2 EA :# III-15 REFL R=ilmd Morkdr TY 11-A-A 3.217.21 63 EA L44 ur111 IV-siona1 Imptuyemonle lV-1 Fr1ml!$hlN91iRt1 EFDO$ar+t1 P6dB51jaj 2605 Q$11 ISA IV-�, 2"CONOT PVC SCH 811(TM 2505.3[}15 LF 120 I11-3 3"CONDT PVC SCH 00 ff) 260&.31725 LF 480 X1-4 4"CONDT PVC SCH 80{Tk 26or--133. LF 31M ma 3-Seel Signar Hood Assrob4y 3441.1001 EA d IV-7 'S-Soel Saorial Haanl-Aur.0ly 3441 1003 FA i JV-t Pad 5ignEd Hoad Assrnbly taoidn!down} ,'.441.1011 EA IV-13 Aildidle Pede*trE Puehbulbrn 5tatlorl 3441-f031 J=As 8 iV-40 Insioll BBU Syatern-EXT Mounled 3441-4242 EA F I11-11 FuinisIh nstaR Hybrid Daemon System 3441.127 5 EA G IV-12 Furru.rhfinelaIr Hy'J}tMd Detartion Cahlei 3441.1217 t,F s,u IV-13 FurnoWInsin.11 Mudol 722 PwerripGnn ba!srtvr 3441 1226 EA I IV-14 romrsh4rislallPmemplieRCallo 34411274 LF 41`6r jV-15 +41'G f4 AVV5 MwrlI-Conductar Cedra 3441 1310, LF aaa IV-18 5fC14A4VG'Multi�ondurluCable 344t.1311 LF .1qU IV 17 71C 14 AM-,Wlli-Gondudar Gabla 9441 43t2 LF 349 IV.-1 f4 2010 14 AWG d,Ljl6,C15rtttuctar Cablo 3441.1315 LF 3017 IV.-i U VC 14 AWG Multi-Conductor Calile n441 1327 Lr 1071! IV-20 NO 9 Irlsulalod F-IeG Cr3ndr 3+441 14 8 LF DO IV-21 NO8Inaulatad Oac Cpndr 3441 1409 LF RW IV-22 ND 8 Bare Erev Conor 3441 1414 LF 540 IV-23 Ground Bax Hype Q,wfApran 3444.4503 EA p IY-24 FumlisWlrlatall 10'- 14'Pfad Palls At�smtjly 3441 t603 EA d EV-25 Furnlnhl lfmta3 Type 41 Slgmd Pole 3441,1611 CA I IV-26 Furnlshllr,atall Tpvs43 SIgnal PnIa 9441,1513 EA I IV-�7 I rufrliGhPr15iall Yypc 4 5 519nW Po1in 3+441 1015 EA I IV-2s Fum�OkllnelAl Moal Arm 1i}'-3Q` 3441 7923 EA' I JV-21d Fume%Wlinslall MOW Arm 44'-40' 3441-1824 EA J IV-30 Fum�5171tnslaA Masi Afm 52'•BO' 4444.1625 EA ! rvr 31 TY I ftnai Fqundalion 3441.t701 EA I tV-32 TY 3 Signal Fcunda6w aa41.1 7Lt3 rA 3 61.33 TY 4 Signal Found�ktlmi 1 f44 CA t IV-94 TY 5 Srgrl.$J FoLtMatlon 1441 1`7sl5 EA r IV-.�� S49nal CablrlW FGr1ndvi11gn-352i$51311 3441!7]5 FA I IVti36 FtFmt%hJrnslail,STC Sigiral Contmiler 3441.172 EA I IV-;17 Fijrrlishlingto1135 iContmlrerCabinet Aseembly 3441.1741 I EA 1 IV-313 Dispuge of Full TrafTac Sinal 344 1.2002 LS IV.M FurnlnhilrlstaR LED Ligtaling Fixture{137 wall AT132 Oinbra H*ajj] 3441.31)51 EA I V40 Furnlahfindtill Alum Sign Mao#Amt Mclunt 3441,441 EA I IV-41 Furnkhfivmtall Crj+.Mp on Sign Supporl %9B.01i74 I*A 3 IV-47 Jtrrder Coat Si0 Pole and MA 1d'-3R' 3341 19?11 EA I IV-43 Fowd c Coni Sip PrAa and MA 40'•413' 3341 :902 E„ I lV•44 I PowderGanl Sig Foleand MA 52' -S4' la3,0 1:1703 EA 1 IV-45 I Powdiar Cual Palf Pala 3:341.1904 l [1 14'411 J-I nt P WL7941 FI si'kklWL1WrLh'QyIJr;flt1biNlll:L'IFrt'XlK54rK):tlMjN11w gryili jmTr1 .=0 I nfill lutlKJidlh� ]u uu J1 Wl W 41 t til-P;41,IW 4117 Q411;1W jiaf IRif"W W}AjnWh .1111IL"jw—i k AddiltWLtm No 2 Page'3 pf'6 C*4%J1 L11U J4U711QSAL SEGTrQN pp 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application PnyUl Item hffuruldi,mL BOder`+1'00A'dJ u Idr1?I!cull, L7ryuiptinn Speciou�tlno [JuiL of Md. 11ME-mled diet�'pluo Ni, tir{tLtdl l4a, MLffe Quor1LlEy un4 V-I nrrrfsca irrg acrd LID V-I Cima 5WEEvtrilke fid')(hiteRrdilC.olar] 9999 0014 SY W11 V-2 GalurSa[e PavemenE Marking for Ir11erod2ctlon(CA*w 1) 9999 0001 SI( ITMti V-3 Coltu6are Pavement Marking for Iniergec�Jort(Color 2) 119EB.0001 SI( 10 V-d Planik g Som 3291.61100 Cy 20 V-5 San 32 2 tx14() SV 11100 V-6 Trp*M GAL) 3283-4103 E+4 ,L,I V-7 4`Ranch 5H69.0002 I EA I.1 V-B Shruba-and Omard eAfal Omssea(1 UAL) 8999 0003 EA 7L I V-8 Trash Receptade X99.0004 FA a V-10 Bilto Rack 133�9,L7 5i EA 10 V-11 f WOF R4sck Aggregalb [1191}R.01)13 SF I.i11 V-12 Irrlrgatiorl 9990 M7 LS M Unit Vt-11IW16lriM1Cff1 VI-1 Ground Box WO Apron Ty A 0624-6002 EA p VI-2 Melered Elec Svc A CorFtroiler, Ped. 120!240 1gQA L;:626-6018 EA I VI-3 2"CONDT PVC.SCFt 80(T) 2585.301$ FT ]91U VI-4 3"CON{1T PVC SCR 80�T) 2665,3426 FT 9S Vi-5 46 tnsutaledt Gnd Camdudor 3441.140 FT 3685 VI-6 Uluminatlon Asay,flerry FiI Ltxtirrulre 3441-8435 EA r7 VI-1 Remove LED Fixture&Maim,return to br-w 3441 3241 EA Ii] Vr-15 Founihatlan Ty 7,24"x 3444 3202 EA 17 VI-9 Fa-5 r5 Quadplex Alum EleaC13nductur 3AA1-3401 FT 1n87 [bill V11-balirrage Vri,1 24"RGP 3341,47[]5 Lr= L I'_' V11-2 �1"HCP 3341,070$ LF 25 VII-3 20' Iniat 31341@ 6W3 EA 1 V11-4 W Rawsead hill! 3349-5044 EA I V11-6 24"Fared Headwall, $ pups(TXDOT CH-FW-0) 3349 1003 EA I VII-5 munflore(6x5')W16 Lump 3339.1101 EA I V11-7 I Snoul(a&) I;W;9 17008 r-A 1 1 Vri-O Medilum Siano Rkwap,dry s137.L1t04 sY 20 VII-9 12"Trench Drain wlGrati!r I I 1 J CFTY OF KIFLr YOR T I I JT,IYliARDCOM MULi-04SPECIFIC aFHA UXIALPNM L.rjTIH11.kJ{:C-LNLJ.0 rns ' Pomo I1r. d'IIIwr:a I4I-11 1111-1111.1.1 11 O61't t] W.1,1 ST IHI it 1= 1111 41 L HW IkwO W. adhhmd ini;,yl Addendum No 2 PagEi A of 6 rwr u sp ntn 118011([R.;I. Low1as SZCTION 4042 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application vrcqurr Iwm Infarnwoban ulddLIA A*PgGl FJidli■l hrm Spreifi�urlan VIII,uI wd �. M duJAHO 11cwYlp[k,n SdCIlLM NU. I�ULua�y Unl�Yrocc Brt l+ulue Unl4 V41G-UNlhlaA VIII-1 Wa:er Meter box A;dN5l;rnenl 9990,000 EA N Vill.2 4"WiateFSf_Jvice, Meter Roconrl&cfian 3312-2001 EA 11 0JI.3 Fire hydrant 3312-0001 EA I tiJ111•4 G"PVC.WatarPJpe 33110161 EF 20 )/111-6 8-PVC Water Pipe 331 T.024 T LF iso V11" I,"PVC W71___T Pip. 331 1.04 4 T LF 1 180 V4fr-7 "Gate VaLve 3312.94Q2 EA [ .vnr•a s"rate valga 3312,3003 EA � Vlll.0 12"Gate Vulva. 3312-3WS Esq VIII-fb Durlde Iran Water M hits 33fi-10401 XON 3 V114-11 Conrret6to EAMLng 4"-t2"WE Int malh 3312.0117 EA h VIII-12 TorrrparaYy AsptwWp PavWfg Repair 3201.104140 LF 590 VIII-1 a or Wife Aigpfiall Pwnt Repoir, Re-iiderlliar 3201.0113 LF 20 Vr1b14 '5'WdeAspbalt PvmtRegair,Arteilal 7201,0123 LF 9Q Vill-15 Salvage Fire Hydrant 0241.151tl [A I VIII.16 Rarnave 8 Salyagaig!'VVatibir Valuer 6241.1M2 EA VIII-f7 Rerrtouew&Satwage 8"Walat VaIVQ p241.130S PA 3 V ul-I B Rem mi H &Sarvage 10"Watur Valve W4 T 1$Q+¢ CA 1 VIII-1R Ex Jnra;oryEZ-owaIi-rlfl 1=JdpIIr10U1}lil�eg 33f>F.pTQ3 EA 7 Vtk 2 w Irnporled'Ernbedrner1VFeg0flki,Arxigptable Bigrkliill 37!}5,0246 CY 30 VM,21 Trench Safety 779S.t}109 LF 430 VI I I.22 Marlholo Adkuslment,Major 3306.0106 EA 9 VIII-23 2"Water Saraloe, Molar Rnca nin-'tlon 33x2-2201 tai Vlil-24 4 Candull Pvc 5CH 410(T;jruWre AT&T conduit) 2905-3b31 LF EK 1121 SunMnln f Ilrie.11id unil I -Ge!jvml Chill II -Paving ImProvdmL%rrt; Und III -Pawemapt hlarnlnl�asld ISiQnage Ur-i[IV-!'-signal Improvemanm 11ni;V r Landscaping and LID Unit YI . illuminali&n Urilt V11-ominne UY01 V11i-UIilliie6 TWILL Ilurr 8ILl I L415'ciVFmrWORTH $JAhdI\M11IKIVI1r.1eNi4 clrVI,nu[a-rrweu)µ, ' 1'ur,pKolw)1@5ULin UOJ1M04511UII4L!{l-UU1]!'J_UU,UL-f-b SSIJ_iWJlrupurdWuduxA_uddrwL !-kL Addenduln No 2 PAVe 5 o113 aH1�xl rmpe]ae! WO P801709,11. SECTION 100 42 43 PROPOSAL FORM UNIT PRICE BID Bidder`s Application 1hEp�C�lacm�ri>�Wt{on Illaler�lao�na�l nid4lar Item hinimiri" Spa iLfcbtlon 1,nlr or 11111 Lw11 14L. 0 Ili VSILUe I'�Ik S4Liiuh No. !41g Wont QkIlull Illy Addlib-L Altunul rtl Bid AA Sylveola Avs Improvnmanis(Bm&nap to McLamuraI Urkli Al (Pavement Miuk4ng and Sigm ign) AI.1 Frimmat4 Fx Pav Mrk&Mrks(4") 5293-0103 LF 371111 AJ• Elim Ina!a Ex Pav Mfk&Mrks(24") 3293.Q103 LF. 480 Al-:[ Palemwir Sesafer 4" M3.4t43 LF i�11o0 AIA Aavef"ril.Saatar 811 35M.17tff3 LIF I:iut Al-� Pavorm�nt Saakw 2W' 329.1.010a LF ] AI-9 4"MO Fvml MArking HA.5(VUR 3217 0441 lF JSIkl AI,7 4"SLD Pvhi(Marking HAS(Y) 3217.001]2 Lr 5fi1HF AI--6 B"SLD Pvwttt Marklog HAS(VV) 3217-0201 LF AI-9 9'SLD Pvmt r4tarltlrlg HAS JY) 321 T.4202 LF 335 A�-10 24"VID Pvmt Mi�rklrl9 H4r:(W) 3217.05R1 LF 30 Al-11 Lana legend AFmw 32171002 02 EA $ At-12 Lania I epeml Qnly 3217.1044 EA i Al.13 Largs l.egerrd Bike 3217 10Ad EA � A1,14 Lar1eLegandSharmw 32171007 F-A AI-i5 REFI_;Raistod Markar TY I-C 32t7 214 Fq IrJ Ai-iia RJ=FL Rolscd Markegr TY II-.-A 3211,2103 LA Al-17 jFing Se8J(0.1 GALISV) Si#99.0Qtp i'sA4- min Toeot•letllirly�Al 1on4nk Bill A I Intersection of Sylvarlie Avenue and Rate Stre+lt W1I Q (Inler tlon Altsmalive). A2-1 Cor vete Brit$Pavera(Color f) 32M.02r]0 cilr 1,41 A2-2 Comrele Brick Pavers(Ci Jar 2k a214.02d0 SY a AP-3 U11cIasrIfinii Ewcavalian by Pian 3123.011& CY �u A2-4 OEDUCT:C oiarSate FaYamanI Mid rkIng 1Ur 11`1h3 MIIdn(Color 1} 13WD. DQ7 sY Ibl A2-5 OFMCT=CnkiSEIrA Flavament Mwking for Jnterga ilon( oitar 2.1 9g3awul SY zo 'N14II AddlIIvv Alirvgair RI k2 Tu1u1 Wit(LrILIC 1110 411IIy1 i-mor wo(TLmor Jd{ii+RHI A11orrlgle A I] TnIRI HIM(bear FIV+11141 1%141 INIV A2) T1 utnl llwl(IINNa Hid}Did A14VADn-A I A Ofil AIfornmry All V N 1101r NFi`'CION i'l11 rIFPI1NT4k UMI 57Ammimf-rNsrIn,C'IlUNiftr..il'H'hI'IWtiI]511g7KIL`V�S rrIYrinaiEczrc .Mpn5 Fw.and A-edJIKJ*12Q 110411aS g7'1t i1 011 42 i3-till a 17'1111-11 rS 1111 Al I l Ilei KL"Il W.APmh.6 Wldeed11w'-..1. AC dandum N0 2 Pige 6 of 6 ou p5 17- I 111711ENDA 1 VECTION 00 05 IS 2 ADDENDUM NO. 3 3 4 six Poirtin Llrbnn Villr4ge Mime It 5 Oty I'miecr No. 007115 b 7 Addendmu Na. 3 1.5SUC [),Ite ,tame 6, 201 8 revised 131.d-ReccRP1 DItV; JILL W 'I. 211 12 1) 10 'fltis addepdum frrnr]s port Of tllr C.nntfUO DOCLLmenIN Fe EL i!b;avc rind mad!f is Ihr cMZ'LTiijl COritrirct I i Doc'unleM9L AcknowIedgc receipt of th'Ls Ad[lundwn by Signing In for spRQL'- 11'V4)W Rill attaching it to the 12 Contract ONuments (inskite). Note rm ipt fif this Addenflulrl in IhLl [lid Pr€Tpusai Lind on the carter 13 envelope of your bid, 14 H Irnporrilnf Notice: The tirlte for the submission of Bids has been chfiaged to Tlru1-4fiV. J11.1,te 21, X018. ib 1:30 pm and nubU ly,!ead olored rpt 2-110 pin In the Cnnnelt Charuhers, P 18 1. MaditicaItun to Spec iRea[Ions: 1Y rf) Rell'hr Prig€• I r+/'J 1J'f Sef.-fHM 0 1113 10PV tfWFJ11'1N didfrur-f.- rtAy£+piar..'C'f A o 10?f j f 30 Scw•flfilF fff! 1113 Lrith flr(-uafo.he� lIVI k.et/P(e-gor f rlf'3 ill ux1j n 1111 11 1-J. 21 22 23. 24 25 20 2.7 28 END Of SECTION CITY 01 FORT W{KU Sf.l'PI)f.%-T�f' Pr5' r7f.L YE. STKFET— f'.WF!'H.-rS 81.tfl'ftr)I'f'.LfI��T� '�TANDA91)CONS 1'kiICt'ION14PF 1F'1['Is7'1[ Nt7t,)(11MV.WS r-ITffRcZIECTV0, rre+-q5 JtvViot t,Ialy 1.2uI t Addendum No 3 Pi�qp 1 of 2 00 11 1x-1 TNVITATION TO it LDDr.16 11nge 141f.3 1 SECTION 00 11 13 INVITATION TO BIDDERS 3 4 ItECEf PT" OF BIDS 5 Salad bids fur the construct ian of Sf.1'P()1AIS L'RBAA' [`.ft 1,..1c.E iIt1. V. 11 wrII be reeeiVcd by 6 the C ity of Fort Worrh Purchas1ng f3#fi= 7 a C'ily or Fort Worl11 9 Ptirclming ❑!VI ;km 0 200'rexas Streel Fort Worth, Texas 76102 12 until 1;30 12.M. C'ST',"Tlalrsday.JLmw 21, 2018. and bids will be upciitd ptil My and rrad aloud 13 at 2:00 I'M C'ST in the Council CImmbers. 14 a5 16 GENERAL DE1,44(MIPTION OF WORK 17 The major work will cot isisL of I11e(app roximD1 r} fol Iowirig 18 Recopr.so-tic ling o pori lm rj'fRoce P. lig im OeAhursJ Sc-vnic Dr. to t'.ear•e.4ve (f#.24 .1 Wes) arul 1+9 x,esrr ipe 5iVveinia}!m.. ium Pr'girda Ce, trf Uelk�wp.St irh4,11 mimbri rrPJx0fiWr,wingMI•"i0 2t} fcrl�lar�r.►'1�r�caif�'},. 21 Remo G-mg. 360Q-S)',)1 cwicrvtc pavemenu.-T+efoire.dkr 22 f&MIN L*;g.36140 JR01XIM09d 23 ]JISM11 1 29iP.';Y r f'8,.flet'hle lrrrs . 24 r'nveW �140 ?6: hu fl 17,• DA cr onpfraw r.-rrr•h ramps 37 hwrrff 185 LP'r j•24'•elr•r'lleel shufi fiPr•J7 light{erica 28 Install 3 7 E.II rferrr eifive if1`crrrri Mat on cissvldl,�flc s. {Ria' . Cunt falifinefir fc q 29 b-ineillf7631 Lrgf'prrrwmet?jruru•kiikgs N f+r,ufl •i•i Ir"es 31 b7xif0 711 .4 1ratlu.wit/af'nomemul grf4, sert 32 fraval) 1 EA irr•iKuf on,srsrvo 3;3. firwall670S}-rrf ri'ixjk 34 i�r,srrrf !*;!?.S}'rf'rrrfiegrtrf�vxfrrr�efcrrrc'�f{rc fr.��r�rrrrrrrf 35 hJ,mrff f C'ofiJrplwe Trgjffr~knalr+i {fcx Sr. 36 fa r,s't(d) 13 71Y cr f'Stol•rj7 C)i-edy pipe (1-" ft C P rind 24 RC'PJ 37 Insreill. E..;.Curb MICIS 3s 1)wyell-"fILFu1'6" Lverizar pipe 39 fia,s�rf11 25D1.{ f}f�'�' f,r/)cf 41) 111.1erell 1,i'fJ LF C!/'/," HVALfr.pilrr 41 42 43 VRJr_, �UAL1F1C'A•r10N 44 The Improvcmonis itic luded iil this piti.)jed musI be purr med by it L'untiactor who is pru- 45 qua Ii lied by the Gly at die timtr or bid opening, Th pi•oef.,du`cs ror giaaIi fieatkit i and pro- 46 qua Iificad on Il re outlined 111 vile Secti�lxj GO ?1 13 — TN STR U CTIONS TO 9IDDERS, 47 48 49 CITY OV14A'1'WOR 11J S1.020FATN VU.-IA I11J.,rc iF.VMFFr.V. IJ"Fr'Je.r�f'ii f,1 JiLsrrl'f.AIL%L% STANIAIMCONSTRtcCTION'SPECIFICATFONiN)CtNIFNTS t'J7i'�'h4il �'Z.4')-rug•r�fi RS vimd 17vC4'I]]bu 7},2R1 S A~dQendum NG 3 Paye 213f 2 I000515- t Ar)G)V-NL1A- T Nogg t ur i 1 SECTION 00 05 15 .2 ADDENDUM NO. 4 +4 lx Pa Inti l.Ja-ban VIIlap Phag- II 5 Cily Projecl No. 00700 6 7 Addendum No. 4 ITS LIC D41IC:,IWne 19, 2018 $ Rid Receipt Date:lune 2l, 2018 9 1{) This addendnnt Farms part (if the C«nlmet DoctnnPro 9 refece�ced ahvvo ond'Mudi lies the origITMI Cohtract 11 Dew umn($. Acknowledge receipt pr Ihis Addend Larn Ixy nip inj In the Apace helnw apkd u(Inuhing it to the 12 Contract Dfmiments (ioksIcic). Now receipt of this Addendwim In the Fid PrnPrkg�ll utt€t on thu mace 13 anialo&ref yoIx bitl. 14 15 1J6 1. NI oil InvAtion in sl5vulriratlip nmm .17, (j} Re lime FSr'r'flw)017.11 (SII Mel Form. '5'rer.' lm IyJ 4100 hate-K-elf)v4Y.sed fin'flemok'trig 18 .Ihur'rnve B41 "A 2" Replace_SwvG-Ilbii 00 41 00 Bid Form wilh 111V rcllcrviled lwvi.af/ 19 Rve:11wi 00 4100- 20 100_20 21 15) Revs-ve&-client 00 42 43 Ptkrlrc a?Ftra'rrr, &,cYtarp 00 42 43 hei.v been dws-1sud. Rs7-place 22 Suc•1k s 01)42 43 aiqhrlrr+ �v 00 4? 43- 23 24 v) Pc1cM Sw6rur 3114 16 Rrick Unit Pig vIrdgfir m the ca,aravi due"OhevI& R4C.A.0jil, 25 Ptdvilox Is r rrlroved fiwoi 111is pr'erl-we by fids;adc1endion). 26 27 (!J Reil1s'r L50clirrrr 99 991)1)V)&Citol bfket'qicirkirxlrx .'t C Jirlrk!JSr#9 J1 lkrr� Gcer�l,ti�w'lsc'r11iW 2R i•lrrrrrlring.Specvlrt•alion-9 P9 0008 fixin? dhr "5rrr+m kr, 'IlYth- ff riaPOOit sepif+'r of " 29 ,30 31 32 33 3-t 35 36 OF tell 37 END OF SEC7[ONpp F* **10 do DUSTIN 9LAYLCCK or, 1 ' AN 06 ENS Iq� NA 1110r u16 'Ty OF FORT 1V(13TTx Vj.% Pr01-NIN 1.-Ril i,v 75C.Wk Ili?.1.)'E 111A1PRf I'LlOE?'75 STA NFIART1 CONSTRUCTION SPf�CMI K:A 110N U(}c;1jM14'NTSk t'17'F'f'Hc!18[-TAw. fi of k4rVr9Cd.f LI ly F.X1)11 Addendum No A Page t of 12 0041 no 00 FORM PAge 1 of 3 SECTION 00 41 00 DID FORM TO. The Purchasing Manager Ifo,The PUr0Daing 0Ivision 200.Texas Street City of Fort Worth, Texas 76102 FOR: SIx Paints Urban Village Streetscape Phase 11 Impfevements Oakhurst Scenic Dr_ to Grace Ave, City Projecl NO.- 2653 1.fniNt'Sections. U0 1 -Oeneml Un It II -Paving Improve men is Unit III- Pave men I Marking and Signage UnJI IV- S[gnaI Improvement Llnil V- Lands�aping'and L.ID Unit VI - II Iii urination Unit X111 - Drainage Urtil VVI- Utilities Unll A-1 (Pavement Marking and Signage)on Sylvania Ave. 1. Sinter Into Agreement! The underslgnad bidder propo�ws and agrees, if this Sid w accepled, to enter into an Agreement with City In the form included in Ihe-RJdding I?oc;ijmenls le perform and furnlsh all Werk as specified or Indicated in Iha Contract Dacumants for the Bid Pflce and within the Contract Time indic.oted o this old arW In iaccordnnw wllh the other leans and Conditions of the Contract DOGuments. 2, BIDDER Acknowledgements and CartifPcallorl Z1, In ktbmltting this Bid, Bidder accepts all of the forms find oandillon� of the NVITATION TO BIDDERS and 1NSTRt1GT€ONS TO BIDDERS, Including withqul Iimltalion those dealing wJth the dlsposltioji of Bid Bond. 2,2, Bidder is aware of all costs to provide the required insurame, will do so pending contract Erward, and wIII provide a valid Insuranco certificate meeting all' requirements wlthirl 14 drays of notification of award_ 2.3_ Bidder cert€fJes that this Bid is genuiria and not mnde in the interest of or an behalf of any undisclosed Intilvidual or anflty and is nbt submitted in conformity with ariy cottuslve agreamew or rules of any group, aysoniat€nn, organization, or corporation_ 2.4, Bonder hias not direrAly or indirectly induced or solicited any other 13Idder to submit a false or sham Biot 2.5. Badder has not sollcited or€nducad any Indtvldual or entliy to refrain from bidding, 2.8. bidder has not engaged in corrupt, rfauftlant, collusive, or coorolve practices in compaling for Iha Contracl. For the purposes of this Paragraph; a. "corrupt praeftem mems (lie o1faring, gIvIng, receiving, or saliclling of any Ihirng of vatus Ilkely to influanr,e the.acllon of a pukrlJc offloial In the balding process. b. "frautlulaint practice"mems an Wentional rnisrepresentation of facts made(a) to in#luan the bidding process.to the datrrmenI of Gily (b) to astabllsh Bid prJces at.ettlrrcial non-corapetittve Icve.ls,-or(c) to deprive City of the banefils of free and Open corn patllion. GiTY OF FURY WOR711 STAKARD Cd}K RUCTION SFECIFI1Q74110N DOOUMEruTS CITY PROIECT NO.0070 morin RWWM-tk 2W KV 1 004 1 00_fl0 d 3 13-DO 42 41..GD 45 3700 43 12_0p 35 F13 50 Poopool warkfJ 3 _sddendom 4.x16 .Addetadu'm No 4 Ping@ 2 et 12 fl0 41 F10 13ID FORM 430AM 7 SM 3 c "crxllusive praotice"means a scheme or arrarrgemenI botweari two or more 1310ders,with or wlth-oul Me Knowledge of CIty, a purpose of which 6 to estabfilsh Bid prices at artftlial, ngrFcompeltllve levels_ d. "merclve pract1W mems hamfing or threolen[ng W harro. directly or Indtreetly, persons or[hair property to MfILEence their part IdpellorF In I h 0 bidding process or effect the axeoufion of the Conlract- 3. Prequaiincatinn The Bidder ar;knowladges that the follgWing +kirk typal must bo psrfarm&d orily' by prequallNed contractors and subcontractors, a. Eleotricni b. vvaker r„ pawing 4. Tim of Completion 4.1. The VVork W11 he Complete for f=inal AcceptarlCe within 240 days after the dale when the the Carl tract TI me cornrrlences to run as provided In Paragraph 2.03 of the General Candl . 4.2, Bldiior accepts the provisions of the Agreemen[as to liquidated damages in the ioveRl.of failure to complew the Worh (Frndlor achievemont of MIleslums)wlthIn the tones speciCed Ire the Agreemerll. 6. Attach" to this Sial Thi foilowfng documents are attached to and mads a paft of this Bid; a- This SM Fgrm. Serration 00 4100 b. Required EIId Bond, Section 00 43 13 issued by a surely meeting the raquiremanWp of paragraph 5.01 of the GunerW Condftns. c. Proposal Form.Seel[of,.00.42 43 d- Vendor Compliance to Slate Lave NQF>i Resident SUder, Secllon 00 43 37 e- MWBE Forms (opilonal el lime of bid) f. Prpqualiricatiorl 5tatemerlt, Section 00 45 12 . Conflict of Interest Affidavit, SectIgn 00 35 13. 'If necessary, C1 or C15 firms aro Io be provided directly to CIty 5acrelary h Any addiliorN docmments that may be squired by Section 12 of the losiructlons to Bidders GWY OF FOOT WORT 1-1 STANEMD CONSTRUCTION SPEQ1FI.CAPON DOC UME;iWS CFTN FIRO-JFCT NO.00105 FrAwrR"- Imd xpTSMI 00 Al Up_0043 t3_004243_004337_0045 12 1101 5 1a FAIU Pygmy-M Workt*ok rddanUurn4 AJ Add um No 4 Dago�yr 12 004100 Bl¢FORM page 3 or a G. Total BJd Amount 6A. Bidder will complete the Work in accsamlance with the Contracl Documents far the following bid amount. Irl the space provl dud helcm pleilas err#ear the tplal bid amount for this project Drily thJs 15gure wlII be read publicly by tho City at tho bid openlrlg 6.2_ it is uRdmrataod and agreed by the Bidder is signing Vs proposal that the to�at Ud amount enterod boiow is subject to vedfica#fon and{or modificaVan by multiplying the unli bid prises fir each pay Item by the respective estrrnBled quantities shown In this proposal and then totaling alt of the exterWed erns-U Ms. 6.3. EvaWallorr of Al tern ale Bid Items Bass Bid Base 8I f Alternate BId"AI" � 7. Bid Submiml This Bid is submi#led on. With Day. Year by the enilty named below, Re"afijlly submitted, Receipt is acknowledged of Elie Initial following Addends: By. Addend Lim No. 7: (Sugnaturl�) Addendum No 2- Addendum No. 3; PK"Wj l4nme Hero Ak I Addendum No_4, (PFfnled Dame) Title' The Hem Company; CarripMy Narmr Moat Corporate Seat; Address. Ad&i2ss Here Addrr Here or Space Clty, AWLS Zip GO'CW lims Stato of Incorporation; SI Em-e11, Yaw-Email Addrnss hl Phone. Your Phnnr; Number r fe END OF SECTJON CI-rYQr FORT WdRTH STANDARD CCIN4TRVGTFQ.NWEcirlCAIION QQCQMr r-$ CITYPROJECTNOD0705 Form Revreed 201rMP-1 WA I QO-00 yid 13_00 42 43._oa44-J7 W 46 1x_00 35 13_810 Propperir Wnekhook-adirenumn4.aL-9 Adder oro No 4 Page of of 12 04X43 V pip 17t ro' -hl ri41 I dFs SECTION OD+42 43 PROPOSAL rORM UNIT PRICE BID Bidder's Application I rot hem lnfnrmmlon Wdder+d 1.1MPp5e1 kl�dllglLiam NPaollica�lnn ilmr�{ 1J1�I Nei. u pe9crlPtlm4 SrtcLi[ml No. NL puuolH} LJn11I'rico H141 Va1Ne Anse Eild Rgc-e Srrsa! Im raukimprltn QnkI-plxrai Ikeri c Io Grace Ave. LJI31:� I�eneral F1 �4Em�nv2 Ss�2Vl+sfk t72�1.01447 S'f r�r_'U Rerneve Slap W41 0200 SF 5b 1,3 Remove Concrete Drive 0241 0401 3F cyan 1.4 Remrave Wal?- 4 0241.0600 LI; 11A 1,5 Riamova CiJrb and GV1WF 13241.130G LF 2195 1-6 RnmoveCeintPvrnt 0241.100 SY 1tYNr I-1 RaFriourA p s11 Vrrll 0241.1100 SY 1L4l14 g 2"Saraca ptl ng 0241.1505 SY 7eksl 1.9 Barricades,Signs-arid Traffic Handling 3110.0101 MON o 1.10 MobilizaWR and DemobllzatroTi(}D%? 0170.Q100 is 1.11 S4VPPp k I alae 3126:0101 LS k 1-12 wSlleClwng alT0.0i0l LS I 11-13 CarielmOon Sroking 0170.010T LS 1 1-14 ma11brak fodrk) 9999,0011 EA t-1-5 FiandraiF(Ty E) 99910{M2 LF �s 1.19 Franarall(Ty B) 4J9.170Ia. LF 1.17 Farce(RgI&cale] 951!;9-0015 LF 1-19 P-mbal5kmnnr by Plan 3474.0401 Unit 11 •PaVin 'lm FOW Man 9: 11-1 8"r-Iaxlble 9415a, TYIle D,GR-1 :1711 43T3 5Y I?Ou Irr2 2"Aaphalk Pwnf Type I] 217.434F TON Z40 11.3 4"A9pha1L Base Type B 3212.4501 TON I elk 11-d 6"CallcPwlll 32110141 SY 1110 II-5 11"Cone Pwi l(CalmF 321 010.6 $Y I lia llj3 C(IrroSfdaw0&1&(Slepp) 3A11-Q.r1p1 $r 55 Canc Sldawa fa,-kiacerl4 Io Curb 321317311 S!= 1 0 AD 11-5 C4r1rrgle 13r+wewely(UN) 3213.4401 SY NO 11.9 8arrleF Free Ramp-Type M-t 3213,4603 EA 9 11.14 Barrier Free Ramp.Type M-3 3213,0545 EA a 11.11 Bafr,ar Free lamp, Type P-2 3213.0511:7 EA II-12 Cork Curt and Oulter�6'� 32 illll 101 LF 20541 IG13 Corti,Rol Vva11 wdh Sldwualk, FacrF 32U.121100 FAF 11{2 COFrc ROI.VVE0 W1 III �1Id611r4Ik,SldOwglk 3232.0141 SF ]Qi 1145 TOOT Sid FTS VVga-RVV 1 1H)A K32Q204SF d r S II 1!9 9"Qonc Valley 34tkar,i a�ldantia4 371&1[301 5Y Vs UWW PaV.6M@H1!"klklg and Sib*a M-1 4"SLI]Pvml Marking HAS(VV) 3217.0441 LF 444w 111.2 A"SLID Pwn11 Ma*119 HAS(Y) 3217-M2. LF V%5 111-3 B"SLE}PYrnh MarklnG H (4V) 3217-WAl V LM 111-4 r SL.D P.Yml Marking HAS(Y3217.0 42 LF 1]d Ili S 17"51-VFvmt fu comp HAE;WM aW.1D301 LF 1b4 111,5 18"SLD Pvmt MarMng HAE{Iaj 32T7.13401 I Lj-, (ail III-T 24"SLD Pwmt Marking HAE(VV) 3217.460 I LF Jh7 I1l•6 Lana Logerld Arrow 3217.14012 r--A, y 1 III-4 Lana Legend DBL AFfow 3211,1053 F,!A + I11-10 Lane Legend Only 3217 1(I0J EA n III-i1 Lane I.e rrd BII€a 3217-104TH EA la ciT1'rir rrixl rorciol Til 51'5 WN sl FKCVPN rW9130CiJMPKT9 n r Y MISS UF.i'1 r,x}V•Fou i r-11W r1rw111J UL{Ur:i UO dr 6d911 al 1.1_144!t Al-111i 71 Z!Ulf 41 1! AIF l$1.1 Yid 11KghNK W-hlwmk -%&inhuu J.th Addondurrr Nv A Pgge 5 of 12 I'll 42 0 Illi F 1'RSocz.11 NU5.2 nr1 SECTION 00 4243 PRQF0SA1.F0RM UNIT PRICE BID' Bidder's Application 1"Wa firm bAd?LjMtI11FL 81.61We.9 JRNrPI.aul lirdl'iel hall SpfedfSCLk lnn IJuII*r W4 No. 17tgeeip118n lh>jLFrlra }]LTi Valub SZ.,Kup4a"L" QclaF,rky 111.12 r.urm Legend Sfuarilbw 3217,1047 EA W III.13 Lagena#Handicap 3217,9999 EA. I —Ili.14 JREFLRalmidM9rkarTYl•C 32172102 EA 20 III-15 IxEFL Ralsod Markef f},'Pl:- -A 132T r.2to3 I rtA 1 144 Unil IV•Sepal ImW&Arnerttn — — W-1 FL;mL5kliit1s1s11 Ereu Sery Ndu5tal 2865,4311 1 1 EA I IV-2 2"CONDT PVC SCH OU(T) 2605.W15 LF 43u IV-& T"CONDT PVC'SCH 130(T} 2645-31325 LF asp tV4 4"CONDT PVC SCH 60(T) 21305-9033 LF IV-5 3-$Iect 51gnnI ljeai�Assrrtdl4r U41 1[IQ 1 EA � IV-7 5-$8ct^olgrllnl Hung ALombEy 3441 1443 I E-A , 1V-;5 mped%5nor Hood-Rsambiy(gaunt dQwn) 3441 TQT T EA i7 1V;9 Audlble.Pedealnan Puehbu ton Stal:a2n 5441.1031 EA H IV•10 inxtall HEIU Syslam EXT Maunted 3441.1212 EA liv-11 FqufnIsWrns4aIJ Hybrld OoWc1lofl Syslem '3441 1215. EA d IV-42 FIJrnlshtlnarall Hyhrld Dlmkeatlnn Cablo. 3441 1217 LF lV-13 Furnit4dlnstall Modal 722 PreemVdlori Gobaclor 34+41-1229 CA a 4V-14 r-HrMuh11rIstell Pr ematiarE rfHbre 3441 1224 LF 7th IV-15 41C 14 AVVG MuI11,CoriduGlar Ca41e 344 r.1310 Ls= aaa IV-16 SfC 14 AVVGMulti•CondumrCable 3441 13T 1 LF irlu IV-47 71C 14 AM Mu1f1-Canduclor Cab5a 3441.1312 LF 2414 lV49 2LYC T4 A4VG Mu141-CimLdtittor Cable .3441 1315 LF 300 4V-t9 :UC 14 kM1'G MrA-ConducLor Cahlb '7441 13n LF 1070 C �— I-2-4� No 8 1'r1ra1leled Elea Condf 3441 14QO LF 10 IV-71 NO rnaufAlad b eaGvrldr 3441 1409 LF k', IV-22 NO o Bam CIS Gandv °dd 4 1414 LF 5-111 IV-23 Ground Box Type Q,wlApaon :i4q 0-k6173 EA r. IV-24 Furnr&Mnaia41 10'• 44'Ped Pole A mrnb4y 3441.1603 EAa IV25 Fumisholrlssaq Type.41 Sagnal Pale 3441,11111 EA 1 Nmlsharl olall TypEN+43 SWai Pale 3441,1613 EAS L rV-27 Furniah11ns10 Type 45 SigTlat Pole 3441 11315 FA I IV-28 FumishlInslnlr Ma61 Arm 16'•36' 3441 1623 EA I IV•213 Furnlshilnslall MsBt Arm 44'-46' 3441 1(524 EA 1 IV•30 FurnishIlmi3JI Mast Arm G2'•Bb' 344 t.1526 E4 1 iV-11 FY 1 94mill Fcujndaiton ;41Ai.1701 r-A 4 IV-32 TY 3 tilgrial Foundalion 3441,1703 CA a IV-33 TY 4 51gne1 F15unda4lon 3441.1704 EA I fV-3�4 TY S Slgnal Fuundatlon 3441 1765 EA k IV-35 q+oriaf Cablwl.Found lion-352i f.l3SU 3441 1715 EA I IV-30 Furnlsbikistsll ATC Signal Controller 3441.1725 EA ] I IV-37 FurnlehjIm3tell 352i Conrraller Cablriol Assambly ?44 T 1711 EA1 1V-�6 Dispose of Full TrurAc SIgma1 34A T.2002 LS IV-3g F+amishnnolall LED L4titlhg Flxturof 137 watt ATl92 Co m1 Hopol 3441,34,r�1 FA s IV-44 ruird.h mial3 Alun Silin Mwii Arne M041n1 34JI I.4 1 EA 4 PV-41 Furni-Moslall C`Jamp ijn sign ciLIPPOd ?,4164 FA } 4V•42 PowderCoal&g.Pole and MA 16'-.36 3-341.1(107 EA 4 IV4 a Powder Coat Sig Pole and MA 40'-48' 3341 1902 EA IL IV-44 PtWKJR r Coat Sig Pole acid MA 52'-94' 33 41.1963 EA II IV-45 PV%Vdef,C00t Pad Porgy 13341 1944 1 EA 1 4 I 4TFTr3j FUIlTMhEIrML 5T,1N17APr)cvwhrY'TT%,gm-r, Ir,lTr+wnorz`trir:Ta mvcra]FrrrNomous 1L+IMAfri+sll511I3111:11 CQ'IIMOP'13 11 11110.11 n„11}7 11111,11 OR 3113 11Wrvr.+ lWa+lHglg rd&udL6-?.a1M Addart�um Np 4 Page 6 of 12 uu11do h11}I%LH414d I P3pr]pfS 5ECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application 4'�gI�1 linin ru5srnral I�u [ildeL,er"s i'ro1nMu1 I+i,R1Irm Spvci11mijun INk1kol' Rid tiu. ilcseripUuu S0011Lin Nu. MO&Moa QLAidly. UuN Yt1co 4]Ld Vnluc UrW V• Lamircaping and LID. V•1 f one Si€lewalks;4")(Irlte,�ior CO3r) 9999 17014 SY �IH1 V•2 C.Oa afe PovEmvnt Marking ror Intersectlal(Color 1) 9999.0005 SY 443 V-a CoAIcSafa Pavam+irll A1arkag for Irllefsestlan tC41nr 2) 9999.0001 SY ]q V-4 P!arL4inu Sad M1.ora[4 CY NB V-5 $fld 3262 0102 SY LEO V 8 Tree(65 GAL) &293,4143 EA .I.4 X1.7 A`13ancii 999$.470}02 EA 11 V•0 SlLrubs 311,1 Ornamanlal Gram" GAL) N95ff-0003 EA 7rI V.9 Trash Receplacle 6999.470Q4 FA V-f4) Rock jB995.QOQ6 EA la V-fit River Fuc%AggregaW $898,0006' SF rsl� V-17 Irrigation 431M.1307 LS I V•13 apsall 3291-4100 EY rn V•14 I Swrding,H}&cjrnulch 3292.13400 SY 400 UFff V1-I llumir1Qan Vi-1 Gtowtitl Lox wllh Apm Ty!A p524 X4]42 EA 0 E-F McWmd LW,c Svc&Con millar,Pad, i 241244} iOOA OS B-9019" EA I Vr-3 2"CONOT PVG ETCH 80(T) 2605-3015 Fr VI.4 3"CQNQT PVC SCH 80(Ti H05.3025 FT Ns V1•5 #6 Imulated Gnd Conductor 3441 t44S F-T )(183 1V--6 Muminallarl Aasy, Renry Pats 8 Lumin9are x441.3425 EA 37 V4-7 IICmwe 4LED FYXIUMA M3M, ratLrrn 4a4-135VY 3451-32411 F_A 10 VEI Ty 7.�4'•k 5' 3JI41.3 47?, 37 4-A U-GT Ouadprex Alum Uec Canrlurlar 3441 9401 FT 3liHs Ur,II VI I -Oreiriage .V11-1 24"RCP 3341-0206 LF ]711 1111-2 2t"RCP 3341.0201 LF h4 Vtl-9 24?'Rwoessnd Intel 3-449.WD3 EA I 1!11-4 'Rsaassad li lel 334$,d6U4 CA L VII-5 74"frayed Headwall, 1 pio(TXDOT rH-FW-0) 33+581043 LA 4 Yil•� HytlrndymmylirS raror{GinntmhCD�J0204 or 51orrnrepme 9999-1)008 Eq I OSP 250} V11-7 Medium Slang Riprap,groLded 31137.4105 1 SY _111 1 VII-S 1V"-rMnrh{]rale WIC1 faEa 33+4 ,3403 LF Su I L.In OF r,M'I'VnR I I I srMNR)*Rnl'at 5'rltr. tir[FwirrrrlFlrn7orWOW1inT�NT% tiFro'rRarrrrWRf1m$ 1ge11L41P+K.1J1115411JI1 Oil 4Ioa-Oy-011_119i47_m11FT_nll011A4]�[]4L]H 14'er IkLwmk,W*ndw7rA.k1+ [dd urlt oto Ppgb 7 aF 12 UUi'-a] 11110 1116LNUSAL i'vun-1',dF SE"ON 0442.43 p PROIOSAL FORM +y �y UNIT PENCE IIID Bidder's Application Jh*0i 11.1)1 111.51L riMikM Rldd A E'rupuaaJ 131J1.61 t[tel4 IpR c ficdkmk I r1411 Ut iikd 14 >3er ipfiuo Upit PFlka 6fd Ys1ur �g1.'4'1b1Y No. hleaillre iJsILLlL7.[3' Unit VIn-Utlritlrls�' VIN-1 WaEer Me-ler Box Ad�ntmenl 99 9 01309 EA Al VM-2 1'Wal*r Smrvlob, Mt1 lar Rarmemecilan 33T2.2001 EA 17 V[lli-3 FlrnFfy'dranI 3Al2.D001 EA I VIII-4 0"PVC Wale+ Mpe 3311.4101 LF 'n V111-5 f]"PUG WaIeF PlpE�r 3611.6241 LF !.0 VI11d3 12"FVG VMorFdpe 3311 9441 LF I N;1 11111-17 fi'Gote Varve 3312.3002 Ell I VIII-H 9-Gnta Valve 33123003 EA Vm-a 12-sale valve 33f3.=5 FA , Vllr-19 Ductile Iron Malar FIIIYr1g�u 33H-M)l TON 3 VIII-11 Gnrlmaorion to Exbting 4"-12'WgIeT Mairk 3317.0117 CA i} VIII.12 Terrlpt3rofy A.sphWt Pavir�g Rispair 3 01,9409 LF �iJik Vj11-t3 G'Wkfa Aspftall Pvmt Repair, Resldrmfiml aMl.0113: LF 211 V10-14 5'VMt§Asphall Pvmr Roper,A~rtrtlal 3201.4123. LF qfl VIII-15 5akunige Fka Wydtarrt 0241.1510 EA Y Vrrl-in rTemnug$sLalvs 9"V b;ter VAY, 3 4 +41.tZl* EA- a V111,17 Remaua&SaNgge J4"Watur Vakua 0241.131)1) LA I VIII'i8 Remove&Salvage 10'Wale-rValve 0741 1304 EA I VI11.19 Explumory Excavation of Exralinp Utifitms 33Q5.0143 EA 7 11J11 2f] Imputed EflnbailmanURa1 k lf,Acceptable Backllll 3346. Q0 CY m Vill-2T T'rorl[Ji sahi lyFr_I}11M LF CM UIII-v ManWls AdkLFslr"N, df 3W-101M ESA B V411 Y& 7"4^{�Ikar arw a,ryTatur Rwarwi llvn 3312.2201 EA 4 v�rrr z+i 4"Gonduii QVC H 40(T)(ruluee ATi3T sslnd>.FII) 213015.aQa LF 6131)1) 1161 Suiemurp Regie Iud Unit I 'General Dn1I 11 Paving ImpraverrierFts klnt III-PaueMent MarAft-and Signoge Unit rV-.Signal Ilrlprawemeltla t rnll V-Landscaping anal 1_I D Umil VI-9lium1matlarl Unll VII-Dralrragis 11r11I Vill-Uk111Jes Tows!Elneo EIRI vrr-Y 61Pr171LT WrlRtIF k rAN11 q Ilrs UINUM if.711ri WITIF11'ATPH 1XVC1lhIL'V n 4TFY PICORCT MkY rMRL} f.ma ItnirnF'1YL:I1F'IL 404111x1,'#k4l x1;,4 41-F3,4Q 11 J7 UUa?II illi 3;11.QM Ihy�nd W1) l%dHlk -$&Hd111n a,%lt AMerldufn NJ:a 4.p®ge 9 o1 12 'IQ 1193 C141)PPr1P4s& pwj or SECPON 00 42 43 PROPOSAL FQF?M UNIT PENCE BID Bidder's Application Prtu]eel hem laft"iaLlusi flidde{s Pnqlodul Bi rm[ttm SpCdFICurilm UP14of Bid llascrlpi[on ye<tWfL Ho. rADIyuur L)UNulli klnli F4ict Bid Varnc Addhin Ah"mate AW A-I S IVWIa Avg IMFH autembnts [8olka,ari t1'i Mr Lamm) UhIt A Ra06ejwi Mackirrg W4 Sigriii e} -Al-1 Elirelrlata Ex.?4&u Mrk&Vrks(4") 329 _4109 LF ��oa AJ-2 Eliminate Ex.Pav Mrk$Mrks 124") 320 InIQ1 Lr Iso Ai-3 Pavernerlt 6a61tor 411 3,2$8(1143 LF luo u Aho Pawernerlt areal@r 9" 3283 0163 LF 139; A65 F 9 YL men t aeziar 24" 3293.()t03 LF 10 Ar•6 4"SLD Pvmt Marking HAS(VWJ 3217.Ot}W LF dd00 A[-7 4"SLD Pwirit Markmg HAS(Y1 3217. LF ifiU3r AI-H P"MD PyFnt M;PrRLng HAS JvV) 3217.4.201 4F 1057 AI-9 JP SLD Pvmt Marklrlg HAS(Y� 3217.02,62 LF _435 M-0 $4"SLID Pvmt Marking HAE{Vvl 8217.0501 LF i0 AW1 Lane Legend ATrow 3217.1002 EA S Al-12 itaile Legend Only 3217.1004 EA ] AI-13 11-4119 Logorod 51cl3 3317.10[5& EA +F At-14 Lame Lnua d StlaFrow 3217 T4a� EA 7 AI-15 R M kai5eil harper TY I-r- 32 7.2102 EA IIx Al-16 RFFLftalseaMarkerTYl1-A•A NlT.2103 EA 74 AI..77 Fag Sear(G.1 GAr.SY-) 9999.9014 OAL iila Taral Addik1w Aliernalr Iild A I Tm.91 Bh1111uae Ilial 001y} T'owl.Md[Rnir IJI4I+ 514 AHernalc All FIND OFSP.C7'S N I J I I 1),1ii,limI q,wnI rl,5uU{'{?%STIIbMk%PMr9Care'»rfnXLrAif--M cYLv4R{Illi.['r'kt,.uhloa F.,, P.. <d3111,1113u CdJLAN.tHI4,ll,�_W,r:4.1_M4.1.17 11;412-90 3,E.4_Clrrrnili—il4i Add"wm No 4 Page 0 W 1 S I'FT{'If►�SP F.C'ITTFC'AT1C}h#5 13131C E n` I SECTION 99 99 011 SPECIAL SPECft~ICATI0NS 3 4 9999.0001 Color-Safe Pavelncut Marldog 5 Pgvinew will be juade of the onif price bid per sgiore' rtl(SY) crud shall beall 6 labov, ruafcr•raFls, e.quilmnout, foo/s, wird ;nc'Fdeatuals neves riq Ire a-ed h and Insfeill CW010 saj 7 C 010r PrrveMenf r fur 10egw, fr+' crlrlawveil equerl. wiflihi the projeef l ndis. .4111 voo-k-shall be pe+f forrsred �# Irr rrfrcor'�frrrrce �vr`tfr rrre�rrrff�clrr�•er�'s r�ecor�trrterrdfrlif�rrs. 'cr€tic�r��' ,�'hezll pr'c�lrcrx� cr 3'x�' r��e�e'�ulr e}� 9 each V0101.ftw crpPrWVal by Me 01vne1- prior to applying the ('nlor--soj'e Pavement Alarkings to /he 1t1 �r�{uprtscrll��ruc�r#�erii srrrree, Ii 12 9999.0002 4 Beach 13 Payment iviil be made al the i(vil price brdperr earb (L•rt) and shod be firll compensarion fear all labor, 14 m dwrials, a gWpinew, co ls, and infidertralN necesserry ra rural! 4' beach completes irr places wird h7 15 dccovdimce ivlth fandsc:rrpe w-rhiternfre pifrrxx, elsterlls, .�pevIflrafiwls. and .501161 to flee 16 onga'r?eev fire :wippe r ling reports and dato. and delerlleel strop drmvirrgs 17 a ' e#r<rh . cr ltrec�l,lrr ,vurt, Is 19 9999"0003 Shnibs and Ornamental Gnissefs (1 Gal) 20 Pa}amv will be ineide fit the 1fnii pr"tc.'e bier pea'each-(EA) onct shall be fidl carnpenvarion oe'rill bihor. 21 watoi-ioly, egvipme:M, rrrols, card ineidewcdl n8cessaly to flowi h and in.voli Shmibs acrd(]ennine,nted 2' Grasser (f gal) at flThe iviehirl Nie modtfled spec 32 23 93 43 "Trees and Shnibs"we regulred,for Mr's item. 24 Z5 9999,0004 Trash Receptacle 26 Payinerrf Ivill be(nude al Urea rfrrit pr'ice? bid}.rer•each (EA) and shall be fifll co?upensaflonf m. aN labor. 27 murevials, equipment. roofT, and incidewa)s necesseaiy #o_irrrrlsh and insfoll Trash Rerepacles in 28 accordance: with the- c ontr acr plfarrs and d6vaiis. S'rOnal fey dw engineee. the frr�+�r�fr7cir+r er 's 29 sPeCOeallonx, SuPprjo'1ing vepurfx and dura. oriel defailed shop dr'aMap of T'rc'M Pecepfacles for 0 la -eopproval, 31 32 9!)99.9005 Bike Rack 33 Yf{wien? will he rrrcrde-e-V the kwi#price}bid per eKewh (EA) anclAral!befall r_cinpenscrdorr_fbo,cell icfher•, 34 nPalevials, egvipunerrt. l,gala, and incridemfaLs iiecesseu,-Y#(j fiir'� ish wail inwall i3 a Rewk In 0eree 'dance 35 Ivilh the Cofflo"rico pifa�.x awl dviall.�. � ulinfl fix the e"ineep the rriu�ri�acfirr�er�"� filrec�flearfons, 36 vfj;Pvr7i0g lr}ac)j'!s cfin c101a, and clerfr 10rf,�� op(lr'u+v..'rrgs of hike Mcksfo7 Prerrpproval. 37 39 39 40 41 CI I'Y OF J:0R'I %V0J TJ SEX POR] RTS TFRBAN VTLI.AUr.PHA'�F.? IM MM PLM VNTs' STANDARD CONSTERUC'TION SPECIFECATTON 17O Uh LNTS CITY PMEe_'T NO.gff7{FS ReAwd Nowarrthcr:?,21;1) Aefdondurn Ifo_4 Page 1F of 12 Q9 99 ilo-2 POW 2 ora 1 9999.01)06 River Rack Aggregate 2 Payment 11411 be made cal rhe unO price bb1dper squar'ef nor (FT)and shall.befiell comperrsofionfor all 3 lrlsrm, waferfahl , 4eluilar,rew. frrvls, rrrrcl Incidentals rieeessaiy to furnigh and install Rlww voc k 4 Aggr•r}gaft, to location shawrl an pl nE. Provide !#li"er• Rork Aggregate 4" to 6" (washM river eock'). 5 rl ll fim Lf shah e.yee�e�mul,fi'oxrr the aggr'egare i uifl rrr a orae-epar rer'hic h (1I4") Wermice Rarer'�2vck b Aggregaie sfralf be composed a}'earth-4oued srrxoolb romnOed r'oc'k,T. Tire rrrrrrer'ial ,�hcrlf he. cue af 7 a{gonic and inarganir debris and frosh. Proulde a srrfuple.-of rhe Rhw+ ,-Rock Aggregare vdtable to R provide vnv,squar,c yzovl of c'ri v(.rggs for appfrbW 10 9999.00071rrigstion I I Pgvinerrf )vill be made at Nie anit price hid per Imup sum (L Y) rand shall he frill c'nmpensarionfor ail 12 labor, frur erials, equipmem, JOU16, arrcf ira4?ideo0lells 0gevimsar'y.10 frrrrrish arrcf insfall ix'rigcrfrarr systen? 13 in aecordahve ivrll; theplrrxxs and details. 1� 15 9999A008 Hydrodyoamlc Sep AVEL10r I 16 Pray+xnew fipill be made! at the imi( price.bld peg' each (EA) {fydi.-orl}watnic. Set-c7rafor fur'rpislred and 17 Wslulled and Acrll he f llJ for all labor", i"werials, equipment. fools, and fucr'dr_im7ls 18 neresscrry to install the Hjvhro,?Yncrmic.• Sepamfor" It: crcvorduefrx, will? the rrfrrrrarfacirrr�s 19 rec'owmendur.lon. Conlrm,ior ,s/!vY provide -Ulter the Contech 's moele( I),S'3020-6-C of. 2() Siormcopror-',s model 0$1?250. 21 2 9999.UOOY Water Neter Box A(Ijustment 2.3 Pqy Ment wdl be an r:rt the fwit prie hrrlpet - (FA) andahall he hP jur[r{f labor. 24 rrrate rads, eqrripmerrr, roofs, efIld illCkferrta).N rlUces3'VY ro eidjUS? MU f_'ViNlfrrg hater noer box fr} 25. proposedgrades. 26 27. 9999.0010 Fog SeAI 4�5 {'a rareW 11411 he tirade car the unit price bid per GAL (C'x4) rind shall be fidl rrrrarpcvl, adwi,for all 29 labor, xrratei,01.F: egrripmunt, foals, and ior•Idenfat7 nec ,3~sury 11) lnss 011 a Frig Seal_iur the parols 30 show a In the pltans-or as dlveeted bY The owner, 31 32 9999,9011 lWailbox (Brfeik) 33 Pei-wnew will be ou ole Irl (he-urulpriee:hfrl free each (EA) andshall be,f}r{l ccrr�rf xrscriforrfhr rill Warp 34 rrmole4al4s, ec]uipinent, fools, and Irrcldenrals necessmy t,o relacote rr adbns (brick) to lQcaffort 'rhown 35rrr.pf�rrrs_ rtarfr rrccrrslrrrfl rr{frrcir rkr'ezxeet d fireisfirrg carrcfiliorrx nl'flrc r�rarif brx (far Ili , 36 37 9999.11012 Himdrall (Ty E) 3N Papneut will he made at,the.imil price Bial per' Une.rrfi-aril (LF) and.5ha l be.f idl compe€rsaf Iork frrr all 39 lubt>r, rrrmrials, eqa+lac menf. tools, acrd incidentalfr neeessrrr;v to inslall Handrail (Ty L•).Wrhe lrx-af on 40 shown on pians, Work shall lir perYbrxrred in aceor'dance }+jiff+ 7yDOT Strandaref Speciftwiry? lrem 41 450 Rail, CITY W- FORT WOR TFI SIX POINT%1)101AN VII,J.AE3E[sliA'E 2 JMPROVEMENT-� STANDARD CON STxucTION SFEClrlcnTION i30CUMkiNTS C[TY r RGJECT NO.04?L15 Ra05A Ncovemkc 221,-.ID 1) Addendum No. 4 Ilage T 1 Qf 12 9.9 99 Do -.3 SPECIAL.$PECIHCATlCaM F"agc 3 of'3 I 1 9999.0013 Handi-ail (Ty Q) 2 Pgpn8nt-will he made,it the lcaarl price fur#pew ff aerrx,iool (LPA and shall be f di compensaflo x poi'all 3 la on 11rale)'als. cYpelprrwent. fools, irild invidewals are ssal to h7slall Ha ndredl (4' B.) rat the location 4 Am rxal I)luaas: Work ,shall he perfcal•aaaed raa eiccorrfance with 7'xDOT Slandarr'd SSpecifiealioll Pe. 5 45o Rain. 6 7 9999.0014 Contrete S1dewaIks (4").(bieq ral olm-) 9 PeA V1a 011 I Vill be Made r11 rhe.'urrir price b iif per•.sy vare je and(SY) eind:'half be full compensalion far all + lahcr, iwlericrfs, ovv)pmew, rrxal.s. aw! invi fewals 110cessal ni 1-011,xYowel intep-ed co(w. c'0+'rcreve 10 sidewalk it: compliance ►viler the lype and locivion shuivn in the plan drtcsmiont.ti'_ (.erraca•sle sldelva(k I 1 sl+rill he in fampfiance avith the 00, of For? Worth standard spe)c1ficafirony and hiNfedled poi 12 manufaaefure)- +' Cor711i1er1ifCaricalr+r, ProL4de ej c'*p)j of'1f1ow 1i1ctr11r +crtaa ca'raaVMICfl`afaas ru the 01)'bef�]rZ- 13 producing marex•lal fiat'irlt arporaarion-into ?he work_ 14. Conlrrii'ror small jae clan faxfirag pikinr.'rrxslsyWhetic iron oxides ul a loracling cif+5 pemeid nr' 11rro-e lit+ 1-5 weight of toraf c'cinon1ffratis waler'ial in the nli.v and roofxrwhig to 4STAY C97 p � d srlaapfes foa allrov �of the1b. o111'cctc xaircJsc 17 C',111� 18 kfaii?faha !arra• cfraracter'lsilc•s fax ,oloi-M com7r'cte regaling ra ralcatrhing flnish. flse rhe starve source. 19 61'and. type, (Ind e.-Wor oJ'pca'a.&and cearrla='11r, ,suppfewerawy ce111ruti1iews materials, aggregWOS, Arad 10 cadwLmpesfi�r coiared cnncrele dwoughorlr r1wproject. Use const'ant ceinent confect. suplalearantaq 2.1 cemendtiorrs lnute-vit.af rontent, and avurcllcFer�x�rrrrtiexus' mater'kafs 1'ulfei to mainkdn con'Tisfeaft color, 22 Fia al.%h r1deity eut-Ing ceainr al id conforming to A S" ATC)315. type I- 21 P1'erdury} e"Ov.-rinenfiI, colorf conerere in fill clalalc• vcaa<f Merainerils, the 06w111 rant allviv a k�arr+crlir a'+.r in flee rrarrolaarts, fiI!Xgs, OF .srrrla'CC c1f 1110fC'17r11,�' with Mei 4veeprion of 111inw- coc�jtl.SfNle�lfs of 25 wartr1'and via--entr ainiog agent. Wei,cflu nges a•eyquim wix r•e�gpp vvcd.. 26 .ScrhM1110 plcac'eaileni In n11`nt aikw a posw a ro roplef di), W c'orrAtions, wind rind dl sew, &c' or'e 27 appwtr e11r ialg rilrapolrarrl {kr a1ek�pfcic'e r_frlcil{ r c.cra rc'rxxre� f 'rrrrr. ,x110 ir', a1'fi'ca i fcarl}+1' fb1r'eY care 2� frimcra.+t „vrtilir� dmlraa111'.+', 29 Cc;ver 01'ratherivise Proreer rre6crrenf conc'rele Ivaar'h,f+valu eh•sc�ofururiorr a ndLypillage sMile pAwing and 1Q rra,irag cofered concrete. Re'rllcry. and replace dfsr olared c_o1r wele as dii eefed bi, Me cior of 31 r.wnfl'cloor;x' evP1201se, 32 Pswlecl taalored coerereteft6aaa pr'einali a's dry6ig and excessive cald or hof fen7pra'rrfur'cs by pa'ompt4v 33 appi.)07g curringcornpwind, Da rac+f allrravplastic Mvedirg Irj ewile in roof ar.l with C-oh.,wedc,'oherpte 34 P1'f,?t1-r7the cvaf()l'ecf['clrrr*rer�t_fx`urlt cfcl►1 age jDea nal permir cwnw'rrur-W(ur kr, is ar mareried Sfor'cage on 35 colwed concrete_ Exclude-lbot f1'ra fc,l+vin colored concr•etefixr at leasir 24 hours cater Place naew, 36 37 999#.0015 Fence(Relocate) 38 Pcryariant will be wade at last} unit p4ee bId pep- f incur'Joor (f.F) of Fence inslrrlMd egad shad he,flall 39 corrlperrsorron for oft labor, rnlareriafs, eq ulpnierv, fools, and incielewafs necess(7ry r(a r'e)RCare al? 40 existing fernve at fhc focrlh'or1 s'f1OWn on plasm C'orrtmcio1' Mali watch or' eyeeecl The erdsling �1 r'�r+elrffcrll,x cif lheF f�}x1� : 42 End Section i CITY W. FORT WORTI I Ltk MINIS UH9AIN VILA43R FUME 3 INORWHMlPN'N STANDARD CONSTRUC110N SPI;CIF1CA1 ION IX)CUMEKIS CFTY PROJECT NO.007W RcwisLA Nkn%caFhcr 22,lil1.1 Addendum No. 4 gape TP of 12 I OO l l l3-1 Q INVI'T'ATION TO BIDDERS 3 Pagel of 3 1 SECTION 00 1113 F 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of SIX POINTS URBAN VILLAGE PHASE II will be received by 6 the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST, Thursday, June 21, 2018,and bids will be opened publicly and read aloud 13 at 2:00 PM CST in the Council Chambers. 14 15 16 GENERAL DESCRIPTION OF WORK t 17 The major work will consist of the(approximate) following: 18 Reconstructing a portion of Race St.from Oakhurst Seenic Dr" to Grace Ave. (0.24 Miles) and 19 restripe Sylvania Ave.from Virginia Ct. to Belknap St. which consist of the following lvork 20 (approximate).- 21 approximate):21 Removing 3600 SY of concrete pavement/sidewalks 22 Removing 3680 SY of asphalt pavement 23 Install 1290 SY of 8"flexible base 24 Install 1160 SY of concrete pavement(6"-8 25 Install 2850 IF of curb 26 Install 17 ADA compliant curb ramps 27 Install 185 LF of 24"drilled shaft for 37 light poles 28 Install 37 EA decorative illumination assemblies,pole, and luminaires 29 Install 17630 LF of pavement markings 30 Install 44 trees 31 Install 711 shrubs and ornamental grasses 32 Install I EA irrigation system 33 Install 2670 SY of concrete sidewalk 34 Install 1270 SY of integral colored concrete pavement 35 Install 1 Complete Traffic Signal at Race St. And Sylvania Ave. Intersection 36 Install 137 LF of Storm Drain pipe (21"RCP and 24"RCP) 37 Install 2 EA Curb Inlets 38 Install 20 LF of 6"water pipe 39 Install 250 IF of 8"water pipe 40 Install 180 LF of 12"water pipe 41 42 43 PREQUALIFICATION 44 The improvements included in this project must be performed by a contractor who is pre- 45 qualified by the City at the time of bid opening. The procedures for qualification and pre- 46 qualification are outlined in the Section 00 21 13 INSTRUCTIONS TO BIDDERS. 47 48 49 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSC'APE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised December 23,2015 1� 1 001113-2 INVITATION TO BIDDERS Page 2 of 1 DOCUMENT EXAMINATION AND PROCUREMENTS 2 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 3 of Fort Worth's Purchasing Division website at http:..-.. ..x.fortworth ov.orgrlpurchasing,'and 4 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 5 Contract Documents may be downloaded, viewed„ and printed by interested contractors and/or 6 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 7 Parties Form 1295 and the form must be submitted to the Project Manager before the 8 contract will be presented to the City Council. The form can be obtained at 9 httys://www.ethics.state.tx.us/tee/1295-Info.htm . 10 11 Copies of the Bidding and Contract Documents may be purchased from Freese and Nichols, Inc. 12 located at: 13 4055 International Plaza 14 Suite 200 15 Fort Worth, Texas, 16 17 The cost of Bidding and Contract Documents is: 18 Set of Bidding and Contract Documents with full size drawings: $300.00 19 Set of Bidding and Contract Documents with half size (if available) drawings: x'150.00 20 21 22 PREBID CONFERENCE 23 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 24 BIDDERS at the following location, date, and time: 25 DATE: May 24, 201 t 26 TIME: 10:00,4M 27 PLACE: 200 Texas St. 28 Fort Worth, Texas 76102 29 LOCATION: Conference Room 270 -Located on second floor of'City Hall 30 31 32 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 33 City reserves the right to waive irregularities and to accept or reject bids. 34 35 36 FUNDING 37 Any Cure ruui awarded under this INVITATION TO BIDDERS i, expected to be funded from 38 revenues generated from :014 city bonds. 39 40 41 INQUIRIES 42 All inquiries relative to this procurement should be addressed to the following: 43 Attn: Wilma Smith, P.E., City of Fort Worth 44 Email: Wilma.Sm ith(j�fortworthtexas.gov 45 Phone: 817.392.8785 46 AND/OR 47 Attn: Dustin Blaylock, P.E., Freese and Nichols, Inc. 48 Email: DFB&Freese.com 49 Phone: 817.735.7437 50 CITY OF FORT WORTH SIX POINTS URBAN F11 LA GF STREF,TSU PE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCU1vii FNfS CITY PROJECT NO.00705 Revised November 17,2016 00 11 13-3 INVITATION TO BIDDERS Page 3 of 3 1 2 ADVERTISEMENT DATES ' 3 May 10, 2018 4 May 17, 2018 5 6 END OF SECTION r f i 4{e 1 lCITY OF PORT WORTH SI.X POINTS URBAN I71 I fGE STREETSCAPE PIDISEIt IMPROVE1 1ENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITI'PROJECT NO.00705 Revised November 17,2016 h 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 i 2 INSTRUCTIONS TO BIDDERS 3 Defined Terms 4 5 l.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm,partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. - 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. = 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving Requirements document located at; 40 https://projeetpoint.buzzsaw.com/fortworthgov/Resources/02%20- i 41 %20Construction%o2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 42 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ l 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 https://projectvoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving ' 48 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT W ORI'I I SIX POINTS URBAN VILLAGE STREET.SCAPE PHASE 111,11PROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ'ECTNO.00705 Revised November 17,2016 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 l 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 htt sill roiect oint.buzzsaw.com/fortworth ov/Resources/02%20- 4 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%20and%2 5 OSanitary%20Sewer%20Contractor%2OPregualification%2OProgram/WSS%20pre 6 qual%20requirements.doc?public 7 8 9 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within to seven (7) calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s) for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information, if requested, may be grounds 26 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 4. Examination of Bidding and Contract Documents, Other Related Data,and Site 32 33 4.1.Before submitting a Bid, each Bidder shall: 34 35 4.1.1. Examine and carefully study the Contract Documents and other related data 36 identified in the Bidding Documents (including "technical data"referred to in 37 Paragraph 4.2. below). No information given by City or any representative of the 38 City other than that contained in the Contract Documents and officially 39 promulgated addenda thereto, shall be binding upon the City. 40 41 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 42 site conditions that may affect cost, progress,performance or furnishing of the 43 Work. 44 45 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 46 progress, performance or furnishing of the Work. 47 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE 11 IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 00705 Revised November 17,2016 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 I 4.1.4.It is the policy of the Company to assure that applicants are employed, and that 2 employees are treated during employment, without regard to their race,religion, 3 sex, color or national origin, age or disability. Such action shall include: ' 4 employment, upgrading, demotion, or transfer; recruitment or recruitment 5 advertising; layoff or termination;rates of pay or other forms of compensation; and 6 selection for training, including apprenticeship, and/or on-the-job-training. 7 8 4.1.5.Study all: (i) reports of explorations and tests of subsurface conditions at or 9 contiguous to the Site and all drawings of physical conditions relating to existing 10 surface or subsurface structures at the Site (except Underground Facilities) that 11 have been identified in the Contract Documents as containing reliable "technical 12 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, r 13 at the Site that have been identified in the Contract Documents as containing S 14 reliable "technical data." 15 16 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 17 the information which the City will furnish. All additional information and data 18 which the City will supply after promulgation of the formal Contract Documents 19 shall be issued in the form of written addenda and shall become part of the Contract 20 Documents just as though such addenda were actually written into the original 21 Contract Documents.No information given by the City other than that contained in 22 the Contract Documents and officially promulgated addenda thereto, shall be 23 binding upon the City. 24 1 25 4.1.7. Perform independent research, investigations,tests, borings, and such other means 26 as may be necessary to gain a complete Icnowledge of the conditions which will be 27 encountered during the construction of the project. On request, City may provide 28 each Bidder access to the site to conduct such examinations, investigations, 29 explorations, tests and studies as each Bidder deems necessary for submission of a 30 Bid. Bidder must fill all holes and clean up and restore the site to its former 31 conditions upon completion of such explorations, investigations,tests and studies. 32 33 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 34 cost of doing the Work, time required for its completion, and obtain all information 35 required to make a proposal.Bidders shall rely exclusively and solely upon their 36 own estimates, investigation, research, tests, explorations, and other data which are 37 necessary for full and complete information upon which the proposal is to be based. 38 It is understood that the submission of a proposal is prima-facie evidence that the 39 Bidder has made the investigation, examinations and tests herein required. Claims i 40 for additional compensation due to variations between conditions actually 41 encountered in construction and as indicated in the Contract Documents will not be 42 allowed. 43 44 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 45 between the Contract Documents and such other related documents. The Contractor 46 shall not take advantage of any gross error or omission in the Contract Documents, 47 and the City shall be permitted to make such corrections or interpretations as may 48 be deemed necessary for fulfillment of the intent of the Contract Documents. 49 CITY OF FORT WORTFI SIX POINTS URBAN VILLAGE STREETSCAPE PHrISF.It IMPROVEXIENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of- 2 3 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 4 the site which have been utilized by City in preparation of the Contract Documents. 5 The logs of Soil Borings, if any, on the plans are for general information only. 6 Neither the City nor the Engineer guarantee that the data shown is representative of 7 conditions which actually exist. 8 9 4.2.2. those drawings of physical conditions in or relating to existing surface and 10 subsurface structures (except Underground facilities)which are at or contiguous to 11 the site that have been utilized by City in preparation of the Contract Documents. 12 13 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 14 on request. Those reports and drawings may not be part of the Contract 15 Documents, but the "technical data" contained therein upon which Bidder is entitled 16 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 17 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 18 responsible for any interpretation or conclusion drawn from any "technical data" or 19 any other data, interpretations, opinions or information. 20 21 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 22 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 23 exception the Bid is premised upon performing and furnishing the Work required by the 24 Contract Documents and applying the specific means, methods, techniques, sequences or 25 procedures of construction(if any)that may be shown or indicated or expressly required 26 by the Contract Documents, (iii)that Bidder has given City written notice of all 27 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 28 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 29 etc.,have not been resolved through the interpretations by City as described in 30 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 31 and convey understanding of all terms and conditions for performing and furnishing the 32 Work. 33 34 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,Polychlorinated 35 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 36 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 37 Documents, 38 39 5. Availability of Lands for Work,Etc. 40 41 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 42 access thereto and other Iands designated for use by Contractor in performing the Work 43 are identified in the Contract Documents. All additional lands and access thereto 44 required for temporary construction facilities, construction equipment or storage of 45 materials and equipment to be incorporated in the Work are to be obtained and paid for 46 by Contractor. Easements for permanent structures or permanent changes in existing 47 facilities are to be obtained and paid for by City unless otherwise provided in the 48 Contract Documents. 49 CITY OF FORT WORTH SIXPOINTS URBA1V f ILLAGE STREETSCAPEPHASE11IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.00705 Revised November 17,2016 i - 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way, easements, and/or permits, and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 4 11 12 6. Interpretations and Addenda 13 14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 f 22 Address questions to: 23 24 City of Fort Worth 25 200 Texas Street 26 Fort Worth, TX 76102 ' 27 Attn: Wilma Smith, P.E, Transportation and Public Works 28 Email: Wilma.Smith@forhvorthtexas.gov 29 Phone: 817.392.8785 30 31 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 32 City. 33 34 6.3.Addenda or clarifications may be posted via Buzzsaw at 35 https:Hl2roiectpoitit.buzzsaw.com/client/fortworthgov/lnfrastructure%2OProjects/02653%20- 36 %20S ix%2OPoints%2OUrban%2O Village%2OStreetscape%2OProject/Bid%o2ODocuments%2 37 OPackage/Addenda. 38 39 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 40 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 41 Project. Bidders are encouraged to attend and participate in the conference. City will E 42 transmit to all prospective Bidders of record such Addenda as City considers necessary 43 in response to questions arising at the conference. Oral statements may not be relied 44 upon and will not be binding or legally effective. 45 46 47 48 49 CITY OF FORT WORTH SIX POLVTS UR8,1N FILLtIGE STREET.SCAPE PHASE 11 IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPI?OJECTNO,00705 Revised November 17,2016 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7. Bid Security 2 3 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 4 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 5 the requirements of Paragraphs 5.01 of the General Conditions. 6 7 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 8 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 9 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 10 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 11 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 12 other Bidders whom City believes to have a reasonable chance of receiving the award 13 will be retained by City until final contract execution. 14 15 8. Contract Times 16 The number of days within which, or the dates by which,Milestones are to be achieved in . 17 accordance with the General Requirements and the Work is to be completed and ready for 18 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 19 attached Bid Form. 20 21 9. Liquidated Damages 22 Provisions for liquidated damages are set forth in the Agreement. 23 24 10. Substitute and "Or-Equal" items 25 The Contract, if awarded, will be on the basis of materials and equipment described in the 26 Bidding Documents without consideration of possible substitute or "or-equal" items. 27 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or 11or- 28 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 29 City, application for such acceptance will not be considered by City until after the Effective 30 Date of the Agreement. The procedure for submission of any such application by Contractor 31 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 32 Conditions and is supplemented in Section 0125 00 of the General Requirements. 33 34 11. Subcontractors,Suppliers and Others 35 36 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 37 12-2011 (as amended),the City has goals for the participation of minority business 38 and/or small business enterprises in City contracts. A copy of the Ordinance can be 39 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 40 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 41 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 42 Venture Form as appropriate. The Forms including documentation must be received 43 by the City no later than 2:00 P.M. CST, on the second business days after the bid 44 opening date. The Bidder shall obtain a receipt from the City as evidence the 45 documentation was received. Failure to comply shall render the bid as non- 46 responsive. 47 48 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 49 or organization against whom Contractor has reasonable objection. 50 CITY OF FORT WOWFI I SIX POINTS URBAN VILLAGF STREET.SCAPE PHASE IL IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJFCT NO. 00705 Revised November 17,2016 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 12. Bid Form 2 3 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 4 obtained from the City. 5 i 6 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 7 signed in ink. Erasures or alterations shall be initiated in ink by the person signing 8 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 9 price item listed therein. In the case of optional alternatives, the words "No Bid," 10 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 11 written in ink in both words and numerals, for which the Bidder proposes to do the 12 work contemplated or furnish materials required. All prices shall be written legibly. 13 In case of discrepancy between price in written words and the price in written 14 numerals, the price in written words shall govern. I5 16 12.3. Bids by corporations shall be executed in the corporate name by the president or a 17 vice-president or other corporate officer accompanied by evidence of authority to 18 sign. The corporate seal shall be affixed. The corporate address and state of 19 incorporation shall be shown below the signature. I 20 21 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 22 partner, whose title must appear under the signature accompanied by evidence of 23 authority to sign. The official address of the partnership shall be shown below the 24 signature. 25 26 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 27 member and accompanied by evidence of authority to sign. The state of formation of 28 the firm and the official address of the firm shall be shown. 1 29 30 12.6. Bids by individuals shall show the Bidder's name and official address. 31 32 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 33 indicated on the Bid Form. The official address of the joint venture shall be shown. 34 35 12.8. All names shall be typed or printed in ink below the signature. 36 37 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 38 which shall be filled in on the Bid Form. 39 40 12.10. Postal and e-mail addresses and telephone number for communications regarding the 41 Bid shall be shown. 42 43 12.1 l. Evidence of authority to conduct business as a Nonresident Bidder in the state of 44 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance i 45 to State Law Non Resident Bidder. 46 CITY OF FORT WORTH SIXPOINTS URBAN I7LLAGE STREETSCAPE PHASE!I fX[PROVEfVENTS J STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 13. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 3 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 4 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 5 envelope, marked with the City Project Number, Project title, the name and address of 6 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 7 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 8 envelope with the notation "BID ENCLOSED" on the face of it. 9 10 14. Modification and Withdrawal of Bids 11 12 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 13 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 14 must be made in writing by an appropriate document duly executed in the manner 15 that a Bid must be executed and delivered to the place where Bids are to be submitted 16 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 17 are opened and publicly read aloud, the Bids for which a withdrawal request has been 18 properly filed may, at the option of the City, be returned unopened. 19 20 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 21 time set for the closing of Bid receipt. 22 23 15. Opening of Bids 24 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 25 abstract of the amounts of the base Bids and major alternates (if any)will be made available 26 to Bidders after the opening of Bids. 27 28 16. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award 30 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 31 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 32 33 17. Evaluation of Bids and Award of Contract 34 35 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 36 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 37 and to reject the Bid of any Bidder if City believes that it would not be in the best 38 interest of the Project to make an award to that Bidder, whether because the Bid is 39 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 40 meet any other pertinent standard or criteria established by City. City also reserves 41 the right to waive informalities not involving price, contract time or changes in the 42 Work with the Successful Bidder. Discrepancies between the multiplication of units 43 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 44 between the indicated sum of any column of figures and the correct sum thereof will 45 be resolved in favor of the correct sum. Discrepancies between words and figures 46 will be resolved in favor of the words. 47 CfTY OF FORT WORTH SIX POINTS URBAN VILLAGE STREET.SCAPE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.00705 Revised November 17,2016 i } 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 11 1 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 2 among the Bidders,Bidder is an interested party to any litigation against City, 3 City or Bidder may have a claim against the other or be engaged in litigation, 4 Bidder is in arrears on any existing contract or has defaulted on a previous 5 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 6 Bidder has uncompleted work which in the judgment of the City will prevent or 7 hinder the prompt completion of additional work if awarded. 8 1 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 10 other persons and organizations proposed for those portions of the Work as to which 11 the identity of Subcontractors, Suppliers, and other persons and organizations must 12 be submitted as provided in the Contract Documents or upon the request of the City. 13 City also may consider the operating costs,maintenance requirements,performance 14 data and guarantees of major items of materials and equipment proposed for 15 incorporation in the Work when such data is required to be submitted prior to the 16 Notice of Award. 17 18 17.3. City may conduct such investigations as City deems necessary to assist in the 19 evaluation of any Bid and to establish the responsibility, qualifications, and financial 20 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 21 organizations to perfonn and furnish the Work in accordance with the Contract 22 Documents to City's satisfaction within the prescribed time. 23 24 17.4. Contractor shall perform with his own organization, work of a value not less than 25 35% of the value embraced on the Contract, unless otherwise approved by the City. 26 ' 27 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 28 responsive Bidder whose evaluation by City indicates that the award will be in the 29 best interests of the City. 30 31 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award y 32 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than ' 33 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 34 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a a 35 comparable contract in the state in which the nonresident's principal place of 36 business is Iocated. 37 38 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 39 to be awarded, City will award the Contract within 90 days after the day of the Bid 40 opening unless extended in writing. No other act of City or others will constitute 41 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by i 42 the City. 43 44 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. S 45 ' 46 18. Prison Produced Materials 47 48 18.1. The use of convict-produced materials is strictly prohibited on this project. 49 j CITY OF FORT WORTH .SIX POINTS URBAhr VILLAGE STREETSCAPE PHASE II LUPROVEAfF1VTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November"17,2016 00 21 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 19. Signing of Agreement 2 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 3 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 4 Contractor shall sign and deliver the required number of counterparts of the Agreement to 5 City with the required Bonds, Certificates of Insurance, and all other required documentation. 6 City shall thereafter deliver one fully signed counterpart to Contractor. 7 8 9 END OF SECTION CITY OF FORT WORTII SIX POINTS URBAN VILLAGE STREETSCAPE PHASE II IMPRO MVIENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO. 00705 Revised November 17,2016 00 35 13 BID FORM Page 14 of 14 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT I Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may ! also be downloaded from the website links provided below. hLtp://www.ethics.state.tx.ustforms/CIQ.pdf http://www.ethics.state.b(.us/formsICIS.pdf 1 0 CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: The Fain Group, Inc. By: Larry az'er 1616 N. Sylvania Signature: Fort Worth, Texas 76111 Tit President I END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Form Revised 20120327 00 41 00_00 43 1300 42 43_00 43 3700 45 12_00 35 13—Bid Proposal Workbook—addendum 4 r fF 1 00 41 00 BIO FORM Page 1 of 3 f SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division f 200 Texas Street City of Fort Worth,Texas 76102 s FOR: Six Points Urban Village Streetscape Phase II Improvements Oakhurst Scenic Dr.to Grace Ave. City Project No.: 2653 7 Units/Sections: Unit I -General Unit II-Paving Improvements ' Unit ill-Pavement Marking and Signage y Unit IV-Signal Improvements Unit V-Landscaping and LID Unit VI -Illumination Unit VII - Drainage Unit VIII- Utilities Unit A-1 (Pavement Marking and Signage)on Sylvania Ave. i 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 r included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents f for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the-terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. r ! 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. F 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. practice""corrupt "means the offering,p p g, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. j 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 ' Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal workbook_addendurn 4 f 00 41 00 BID FORM Page 2 of 3 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 F 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. 3. Prequalifrcation The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: F a. Electrical b. Water c. Paving I 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 240 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid f=orm, 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 I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Form Revised 20150821 00 41 00_00 43 1300 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook—addendum 4 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 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. Evaluation of Alternate Bid Items Base Bid $ 2,177,320.25 Base Bid +Alternate Bid"Al" $ 2,208,428.25 1 M 7. Bid Submittal This Bid is submitted on June,21, 2018 by the entity named below. i Respectfully IReceipt is acknowledged of the —� following Addenda: Initial By: Addendum No. 1: (Signature) Addendum No_2: Addendum No. 3: Larry Frazier Addendum No.4: (Printed Name) Title: President Company: The Fain Group, Inc. Corporate Seal: Address: 1616 N. Sylvania Fort Worth,TX ` 76111 State of Incorporation: Texas i Email: IfrazierPfaindp.com i Phone: 817-927-4388 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook—addendum 4 00 42 43 BID PROPOSAL Page I or7 r SECTION 00 42 43 PROPOSALFORM UNIT PRICE BI® Bidder's Application 1 Project Item Information Biddees Proposal Bidlist Item Specification Unit of Bid No. Description Unit Price Bid Value Section No. Measure Quantity Base Bid:Race Street Improvements Oakhurst Scenic to Grace Ave.) Unl1 I•General I-1 Remove Sidewalk 10241.0100 SY 1920 $26.00 $49,920.00 1-2 Remove Step 0241.0200 SF 56 $29.00 $1,624.00 1-3 Remove Concrete Drive 0241.0401 SF 4910 $2.75 $13,502.50 1 1-4 Remove Wall-44' 0241.0600 LF 116 $51.00 $5,916.00 I-5 Remove Curb and Gutter 0241.1300 LF 2185 $8.00 $17,480.00 i 1-6 Remove Cone Pvmt 10241.1000 SY 10701 $25.00 $26,750.00 1-7 Remove Asphalt Pvmt 0241.1100 SY 1 1000 $9.00 $9,000.00 1 1-8 2"Surface Milling 0241.1506 SY 2680 $5.25 $14,070.00 1-9 Barricades,Signs and Traffic Handling 3110.0101 MON 6 $3,100.00 $18,600.00 1-10 Mobilization and Demobilization(10%) 0170.0100 LS 1 $937,000.00 $937,000.00 IA 9 SWPPP z 1 acre 13125.0101 LS 1 $5,400.00 $5,400.00 1-12 iSite Clearing 3110.0909 LS 1 $13,000.00 $13,000.00 1-13 Construction Staking 0170.0101 LS 1 $18,000.00 $18,000.00 1-14 Mailbox(Brick) 9999.0011 EA 2 $1,500.00 $3,000.00 1-15 Handrail(Ty E) 9999.0012 LF 58 $110.00 $6,380.00 1-96 Handrail(Ty B) 9999.0013 LF 27 $102.001 $2,754.00 1-17 Fence(Relocate) 9999.0015 LF 42 $57,001 $2,394.00 1-18 1 Embankment by Plan 13124.0101 Cy 400 $32.001 $12,800.00 t7rtill II Paving InlprovemenN II 1 8"Flexible Base,Type D,GR-1 3211.0313 SY 1290 $18.00 $20,640.00 I 11-2 2"Asphalt Pvmt Type D 3212.0302 TON 240 $195.00 $46,800.00 II-3 4"Asphalt Base Type B 3212.0501 TON 180 $185.00 $33,300.00 11-4 6"Cone Pvmt 3213.0101 SY 190 $48.00 $9,120.00 II-5 8"Cone Pvmt(Color) 3213.0103 SY 1150 $99.00 $113,850.00 11-6 Cone Sidewalks(Steps) 3213.0301 SF 56 $21.00 $1,176.00 11-7 4"Cone Sidewalk,Adjacent to Curb 3213.0311 SF 1 18300 $8.00 $146,400.00 II-8 Concrete Driveway(61) 3213.0401 SY 610 $50.00 $30,500.00 j II-9 Barrier Free Ramp,Type M-1 3213.0503 EA 9 $1,750.00 $15,750.00 i II-10 Barrier Free Ramp,Type M-3 3213.0505 EA 4 $1,900.00 $7,600.00 II-11 Barrier Free Ramp,Type P-2 3213.0507 EA 4 $1,800.00 $7,200.00 11-12 Cone Curb and Gutter(6") 3296.0101 LF 2850 $22.00 $62,700.00 ' II-13 Cone Ret Wall with Sidewalk,Face 3232.0100 SF 812 $42.00 $34,104.00 II-14 Cone Ret Wall with Sidewalk,Sidewalk 3232.0101 SF 3018 $11.00 $33,198.00 I1-15 TxDOT Std Ret Wall-RW 1 (H)A 3232.0204 SF 415 $70.001 $29,050.00 t IIA6 9"Cone Valley Gutter,Residential 3216.0301 SY 95 $85.001 $8,075.00 41n11111 Pavement Marking and SJDn ge 111-1 4"SLD Pvmt Marking HAS(W) 3217.0001 LF 6408 $1.25 $8,010.00 III-2 4"SLD Pvmt Marking HAS(Y) 3217.0002 LF 8665 $1.25 $10,831.25 III-3 8"SLD Pvmt Marking HAS(W) 3217.0201 LF 1095 $2.50 $2,737.50 111-4 8"SLD Pvmt Marking HAS(Y) 3217.0202 LF 334 $2.50 $835.00 III-5 12"SLD Pvmt Marking HAE(W) 3217.0301 LF 360 $5.00 $1,800.00 III-6 18"SLD Pvmt Marking HAE(W) 3217.0401 LF 675 $7.001 $4,725.00 111-7 24"SLD Pvmt Marking HAE(W) 3217.0501 LF 767 $10.00 $7,670.00 111-8 Lane Legend Arrow 3217.1002 EA 24 $185.00 $4,440.00 III-9 Lane Legend DBL Arrow 3217.1003 EA 2 $250.00 $500.0 111-10 Lane Legend Only 3217.1004 EA 6 $185.00 $1,110.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Form Revised 20120120 W41 00_00 43 13 0042 43 00 43 37_00 45 12_00 35 13_Bid Proposal Workbook addmdun,4 i 00 42 43 BID PROPOSAL Page 2 of 7 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BI® Bidder's Application Project Item Information Bidders Proposal I Bidlist Item Description Specification Unita Bid No. A Section No. Measure Quantity Unit Price Sid Value III-11 Lane Legend Bike 13217.1006 EA 16 $440.00 $7,040A0 I 1 z I 1 1 s i i i f 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Form Revised 20120120 00 41 00_00 43 13 00 42 43_00 43 37 00 45 12_00 35 13 Bid Proposal Workbook_addendum 4 i 00 42 43 BID PROPOSAL Page 3 of 7 r I SECTION 00 42 43 PROPOSAL FORM UNIT PRIG BI® Bidder's AppliGation Project Item Information Bidders Proposal Bidlist Item Description Specification Unit of Bid No. p Section No. Measure Quantity Unit Price Bid Value , III-12 Lane Legend Sharrow 3217.1407 EA 14 $525.00 $7,350.00 III-13 Legend Handicap 3217.9999 EA 1 $440.00 $440.00 III-14 1REFL Raised Marker TY I-C 3217.2102 EA 20 $5.00 $100.00 Ili-15 IREFL Raised Marker TY II-A-A 3217.2103 1 EA 144 $5,001 $720.00 E VIA 1V•SWIM Improvvrnerlts IVA Furnishlinstall Elec Sery Pedestal 2605.0111 EA 1 $5,800.0ol $5,800.00 IV-2 2"CONDT PVC SCH 80(T) 2605.3015 LF 120 $12.00 $1,440.00 IV-3 3"CONDT PVC SCH 80(T) 2605.3025 LF 480 $22.00 $10,560.00 IV-4 4"CONDT PVC SCH 80(T) 2605.3033 LF 30 $25.00 $750.00 IV-5 3-Sect Signal Head Assmbly 3441.1001 EA 8 $1,200.00 $9,600.00 IV-7 5-Sect Signal Head Assmbly 3441.1043 EA 2 $1,500.00 $3,000.00 IV-8 Ped Signal Head Assmbly(count down) 3441.1011 EA 8 $950.00 $7,600.00 1 IV-9 Audible Pedestrian Pushbutton Station 3441.1031 EA 8 $1,500.00 $12,000.00 IVA 0 Install BBU System EXT Mounted 3441.1212 EA 1 $9,000.00 $9,000.00 IV-11 Furnish/Install Hybrid Detection System 3441.1215 FA 4 $8,500.00 $34,000.00 + IV-12 Furnish/Install Hybrid Detection Cable 3441.1217 LF 530 $3.25 $1,722.50 IV-13 Furnish/Install Model 722 Preemption Detector 3441.1226 EA 4 $2,000.00 $8,000.00 IV-14 Furnishllnstall Preemption Cable 3441.1224 LF 460 $1.25 $575.00 ? IV-15 4/C 14 AWG Multi-Conductor Cable 3441.1310 LF 640 $1.65 $1,056.00 IV-16 5/C 14 AWG Multi-Conductor Cable 3441.1311 LF 300 $1.75 $525.00 IV-17 7/C 14 AWG Multi-Conductor Cable 3441.1312 LF 240 $2.00 $480.00 IVA 8 20/C 14 AWG Multi-Conducfor Cable 3441.1315 LF 300 $5.00 $1,500.00 i IV-19 31C 14 AWG Multi-Conductor Cable 3441.1322 LF 1020 $1.50 $1,605.00 1 IV-20 NO 6 Insulated Elec Condr 3441.1408 LF 300 $1.75 $525.00 IV-217 NO 8 Insulated Elec Condr 3441.1409 LF 820 $1.50 $1,230.00 I IV-22 NO 8 Bare Elec Condr 3441.1414 LF 540 $1.50 $810.00 1 1V-23 Ground Box Type D,w/Apron 3441.1503 EA 6 $900.00 $5,400.00 IV-24 Furnishllnstall 10'-14'Ped Pole Assmbly 3441.1603 EA 4 $1,200.00 $4,800.00 IV-25 Furnishllnstall Type 41 Signal Pale 3441.1611 EA 1 $4,800.00 $4,800.00 IV-26 Furnish/Install Type 43 Signal Pole 3441.1613 EA 1 $5,600.00 $5,600.00 IV-27 Furnish/Install Type 45 Signal Pale 3441.1615 EA I $7,200.00 $7,200.00 IV-28 Fumish/install Mast Arm 16'-36' 3441.1623 EA l $2,500.00 $2,500.00 IV-29 Furnish/Install Mast Arm 40'-48' 3441.1624 EA 1 $3,200.00 $3,200.00 IV-30 Furnish/Install Mast Arm 52'-60' 3441.1625 EA 1 $4,500.00 $4,500.00 1 IV-31 ITY 1 Signal Foundation 3441.1701 EA 4 $1,200.00 $4,800.00 IV-32 TY 3 Signal Foundation 3441.1703 EA 2 $3,000.00 $6,000.00 IV-33 TY 4 Signal Foundation 3441.1704 EA 1 $4,000.00 $4,000.00 IV-34 TY 5 Signal Foundation 3441.1705 EA 1 $4,700.00 $4,700.00 IV-35 Signal Cabinet f=oundation-352i&BBU 3441.1715 EA 1 $4,000.00 $4,000.00 IV-36 Furnish/Install ATC Signal Controller 3441.1725 EA 1 $5,000.00 $5,000.00 i 1V-37 Furnish/Install 352i Controller Cabinet Assembly 3441.1741 EA t $18,500.00 $18,500.00 IV-38 Dispose of Full Traffic Signal 3441.2002 LS l $3,000.00 $3,000.00 IV-39 Furnishllnstall LED Lighting Fixture(137 wattATB2 Cobra Head) 3441.3051 EA 3 $700.00 $2,100.00 IV-40 Furnish/Install Alum Sign Mast Arm Mount 3441.4001 FA 4 $600.00 $2,400.00 IV-41 Furnish/Install Clamp on Sign Support 9999.0104 EA 3 $1,650.00 $4,950.00 ' IV-42 Powder Coal Sig Pole and MA 16'-36' 3341.1901 EA r 1 $1,200.00 $1,200.00 IV-43 Powder Coat Sig Pole and MA 40'-48' 3341.1902 EA t $9,800.00 $1,800.00 IV-44 Powder Coat Sig Pale and MA 52'-60' 3341.1903 EA 1 $2,200.00 $2,200.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 ' form Reused 20120120 00 4100_00 43 13_00 42 43 00 43 37_00 45[2_00 35 13-Bid Proposal Workbook_eddendum 4 7 i 00 42 43 BID PROPOSAL Page 4 of 7 7 I SECTION 00 42 43 PROPOSAL FORK! UNIT PRICE BI® Bidder's Application i Project Item Information Bidders Proposal I Bidlist Item Specification Unit of Bid No. Description Unit Price Bid Value Section No. Measure Quantity 1V-45 Powder Coat Ped Pole 13341.1904 EA 4 $500.00 $2,000.00 { i 1 { k i is ri 1 T I s CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Fom,Revised 20120120 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13_13id Proposal Workbook addendum 4 i U1142 43 WD PROPOSAL Page 5 of 7 `7 1 SECTION 00 42 43 PROPOSALFORM fi UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No Description Unit Price Bid Value Section No. Measure Quantity Unci V Larrdscaping and LID i V-1 Conc Sidewalks(4")(Integral Color) 9999.0014 SY 300 $80.00 $24,000.00 V-2 ColorSafe Pavement Marking for intersection(Color 1) 9999.0001 SY 163 $85.00 $13,855.00 i V-3 ColorSafe Pavement Marking for Intersection(Color 2) 9999.0001 SY 20 $85.00 $1,700.00 V-4 Planting Soil 3291.0100 CY 205 $75.00 $15;375.00 V-5 Sod 13292.0100 SY 1000 $4.25 $4,250.00 V-6 Tree(65 GAL) 3293.0103 EA 44 $840.00 $36,960.00 V-7 4'Bench 9999.0002 EA 13 $2,500.00 $32,500.00 V-8 Shrubs and Ornamental Grasses(1 GAL) 9999.0003 EA 711 $17.00 $12,087.00 V-9 Trash Receptacle 9999.0004 EA 4 $1,700.00 $6,800.00 V-10 Bike Rack 9999.0005 EA 10 $800.00 $8,000.00 V-11 River Rock Aggregate 9999.0006 SF 1511 $10.00 $15,110.00 V-12 Irrigation 9999.0007 LS 1 $58,000.00 $58,000.00 V-13 Topsoil 3291.0100 Cy 60 $42.00 $2,520.00 V-14 Seeding,Hydromulch 3292.0400 SY __pool_ $0.75 $300.00 UnH VI I11umfn;311on I VIA Ground Box with Apron Ty A 10624.6002 EA 8 $720.0 $5,760.00 VI-2 Metered Elec Svc&Controller,Ped, 1201240 100A 0628.6018 EA 1 $7,500.00 $7,500.00 VI-3 2"CONDT PVC SCH 80(T) 2605.3015 FT 3910 $12.00 $46,920.00 t VI-4 3"CONDT PVC SCH 80(T) 2605.3025 FT 85 $22.00 $1,870.00 F Vi-5 #6 Insulated Gnd Conductor 3441.1408 FT 3685 $1.50 $5,527.50 1 VI-6 Illumination Assy,Berry Pole&Luminaire 3441.3025 EA 37 $6,300.001 $233,100.00 VI-7 Remove I ED Fixture&Mast,return to CoFW 3441.3201 EA 10 $250.001 $2,500.00 VI-8 Foundation Ty 7,24"x 5' 3441.3202 EA 37 $1,100.001 $40,700.00 VI-9 6-6-6 Quadplex Alum Elec Conductor 3441.3401 FT 3685 $2.001 $7,370.00 Unit V11-Dr11PBge I V11-1 24"RCP 3341.0205 LF 270 $54.00 $14,580.00 VII-2 21"RCP 3341.0201 LF 31 $140.00 $4,340.00 Vil-3 20'Recessed Inlet 3349.6003 EA 1 $5,500.00 $5,500.00 VII-4 30'Recessed Inlet 3349.6004 EA 1 $6,500.00 $6,500.00 VII-5 24"Flared Headwall,1 pipe(TXDOT CH-FW-O) 3349.1003 EA 1 $1,400.00 $1,400.00 VII-6 Hydrodynamic Separator(Conlech CDS3020-6-C or Stormceptor 9999 0008 EA 1 OSR 250) $36,000.001 $36,000.00 VII-7 Medium Stone Riprap,grouted 13137.0105 1 SY 20 $91.00 $1,820.00 ! VII-8 12"Trench Drain wlGrate 13346.3003 1 LF 1 50 $290.001 $14,500.00 1 i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Form Revised 20120120 Im 4100 00 43 13_00 42 43 00 43 37_00 45 12_00 35 13_Bid Proposal Workhook_addendum 4 i 00 42 43 BID PROPOSAL Page 6 of 7 i I SECTION 00 42 43 PROPOSALFORM UNIT PRICE BI® Bidder's Application { Project Item Llforination Bidder's Proposal Bidlist Item Specification Unit of Bid No Description Unit Price Bid Value Section No. I Measure Quantity lJnll VIII -Utilltzes VIII-1 Water Meter Box Adjustment 9999.0049 EA 8 $665.00 $5,320.00 VIII-2 1"Water Service,Meter Reconnection 3312.2001 EA 17 $1,890.00 $32,930.00 VIII-3 Fire Hydrant 3312.0001 EA 1 $3,500.00 $3,500.00 VIII-4 6"PVC Water Pipe 3311.0161 LF 20 $62.00 $1,240.00 VIII-5 8"PVC Water Pipe 3311.0241 LF 250 $68.00 $17,000.00 VIII-6 12"PVC Water Pipe 3311.0449 LF 186 $82.00 $14,760.00 VIII-7 6"Gate Valve 3312.3002 EA 1 $1,800.00 $1,800.00 t VIII-8 8"Gate Valve 3312,3003 EA 5 2,000.00 $10,000.00 VIII-9 12"Gate Valve 3312.3005 EA 2 3,150.00 $6,300.00 Vlll-10 Ductile Iran Water Fittings 3311.0001 TON 3 4,450.00 $13,350.00 1 VIII-11 Connection to Existing 4"-12"Water Main 3312.0117EA 6 3,800.00 $22,800.00 i VIII-12 Temporary Asphalt Paving Repair 3201.0400 LF 390 35.00 $13,650.00 VIII-13 6'Wide Asphalt Pvmt Repair,Residential 3201.0113 LF 20 35.00 $700.00 VIII-14 6'Wide Asphalt Pvmt Repair,Arterial 3201.0123 LF 90 84.04 $7,200.00 VIII-15 Salvage Fire Hydrant 0241.1510 EA 1 1,000.00 $1,004.44 VIII-16 Remove&Salvage 6"Water Valve 0241.1302 EA 3 630.04 $1,890.00 VIII-17 Remove&Salvage 8"Water Valve 0241.1303 EA 3 700.001 $2,100.00 VIII-18 Remove&Salvage 10"Water Valve 0241.1304 EA 1 754.40 $750.00 i Vlli-19 Exploratory Excavation of Existing Utilities 3305.0103 EA 7 250.00 $1,750.00 y VIII-20 Imported Embedment[Backfill,Acceptable Backfill 3305.0206 CY 30 88.00 $2,640.00 VIII-21 Trench Safety 3305.0109 LF 430 3.50 $1,505.00 j VIII-22 Manhole Adjustment,Major 3305.0146 EA 6 2,500.00 $15,000.00 VIII-23 2"Water Service,Meter Reconnection 3312.2201 EA 4 1,450.00 $5,800.00 VIII-24 4"Conduit PVC SCH 40(T)(Future AT&T conduit) 12605-30 1 LF 6000 16.00 $96,000.00 Bid Summary Base Bid Unit I-General $357,590.50 Unit II-Paving Improvements $599,463.00 Unit III-Pavement Marking and Signage $58,308.75 Unit IV-Signal Improvements $216,428.50 Unit V-Landscaping and LID $231,457.00 Unit VI-Illumination $351,247.50 Unit VII-Drainage $84,640.00 i Unit VIII-Utilities $278,185.00 Total Base Bid $2,177,320.25 I i CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 i Fo-Revised 20120120 00 4100 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook addendum 4 i 7i ? 00 42 43 BID PROPOSAL Page 7 of 7 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BI® Bidder's Application Project Item Infonnation Bidder's Proposal Bidlist Item Description Specification unit of Bid No. p Section No. measure Quantity Unit Price Bid Value Additive Alternate Bid A-1 Sylvania Ave Improvements(Belknap to McLemore) UpIIAl (PAMient MRrking end-Slgrlage) AI-1 Eliminate Ex.Pav Mrk&Mrks(4") 3293.0103 LF 2700 $1.50 $4,050.00 AI-2 Eliminate Ex.Pav Mrk&Mrks(24") 3293.0103 LF 180 $7.50 $1,350.00 ' AI-3 Pavement Sealer 4" 3293.0103 LF 10000 $0.06 $600.00 AI-4 Pavement Sealer 8" 3293.0103 LF 1392 $1.50 $2,088.00 AI-5 Pavement Sealer 24" 3293.0103 LF 30 $12.00 $360.00 AI-6 4"SLD Pvmt Marking HAS(VV) 3217.0001 LF 4400 $1.00 _$4,400.00 AI-7 4"SLD Pvmt Marking HAS(Y) 3217.0002 LF 5600 $1.00 $5,600.00 AI-8 8"SLD Pvmt Marking HAS(W) 3217.0201 LF 1057 $2.00 $2,114.00 Ai-9 8"SLD Pvmt Marking HAS m 3217.0202 LF 335 $2.00 $670.00 AI-10 24"SLD Pvmt Marking HAE(VV) 3217.0501 LF 30 $10.00 $300.00 AI-11 Lane Legend Arrow 3217.1002 EA 5 $170.00 $850.00 AI-12 Lane Legend Only 3217.1004 EA 3 $250.00 $750.00 i AI-13 Lane Legend Bike 3217.1006 EA 9 $362.00 $3,258.00 ' All 14 Lane Legend Sharrow 3217.1007 EA 7 $222.00 $1,. ..... AI-15 4.00 REFL Raised Marker TY I-C 3217.2102 EA 19 $19.00 $361.00 AI-16 REFL Raised Marker TY 11-A-A 3217.2103 EA 74 $12.00 $888.00 AI 17 Fog Seal(0.1 GALISY) 9999.0010 GAL 5001 $3.83 $1,915.00 Total Additive Alternate Bid Al $31,108.00 Total Bid(Base Bid Only) $2,177,320.25 Total Bid(Base Bid+Bid Alternate At) $2,208,428.25 END OF SECTION S T ] 'I CITY OF FORT woRTll STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.OD705 Form Revised 20120120 0041 W_004313_004243_004337_004512_003513_Bid Proposal workbook_addendum4 j • 00 43 13 BID BOND Page 1 of 1 SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS: That we, The Fain Group, Inc. hereinafter called the Principal, and (Surety Name) West'field Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the t Surety, are held and firmly bound unto the City of Fort Worth, hereinafter called the Obligee, In the aum of Two Wrilf;cn Five Hundred T'tiousand and Moll OQs ($2,500,000.00 ), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Six Points Urban Village Streetscape Phase 11 Improvements Oakhurst Scenic Dr.to Grace Ave. NOW, THEREFORE, if the Oblfgee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal andlor Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidders Total Bid Amount. i SIGNED this 7.tb day of June 2018. By: The Fain Group, Inc (Signatur nd Title of Principal) *By: Weaffield Ins'IM- 11 t✓om 1 Johnny Moss, A rney-in-F ( ig tore of Attorney-of-Fact} *Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION k I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO,00705 Form Revised 20110627 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook i 1 P�tiIfER#AND ISSUED PRIOR TQ 04103/18, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220012 14 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint TONY FIERRO, JOHNNY MOSS,JAY JORDAN, MISTIE BECK,JEREMY BARNETT, JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON,JACK NOTTINGHAM,JOINTLY OR SEVERALLY of ROCKWALL and State or TX Its true and lawful Attorneys)-€n-Fact,with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bands, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE,OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate sea[ of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved,that the President,any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Aftorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact- may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's [!ability thereunder, and any such instruments so executed by any such Attorney-In-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved,that the signature of any such designated person and the sea[ of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February S,2000). In Witness Whereof WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 03rd day of APRIL A.D.,2018 . ,pJ111bry„ 4U 111Ibp Corporate �ONrr• °�uA 'nom' ,,'„ rl,�, ,naaruggp� WESTFIELD INSURANCE COMPANY Seals 1 ........ !' y .•``�PN.....4L1 ,, „r' IIdS�f 'F 'o..•• F �:•'' •;5' •-ti?y'' WESTFIELD NATIONAL INSURANCE COMPANY Affixed 44 .a7r . % ;c O: '•G ` .+•. OHIO FARMERS INSURANCE COMPANY SEAL 4 . ••.. ..•' i . ..•' i JCS Y�/�K! State of Ohio Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 03rd day of APRIL A.D.,2018 ,before me personally came Dennis P. Baus to me known,who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY,the companies described in and which executed the above Instrument;that he knows the seals of said Companies;that the seals affixed to said Instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Nola vial ,,gI1111NHy,,,1 Seal ;MAL Via, Affixed �il111� 9= • David A. Kotnik,Attorney at Law, Notary Public State of Ohio :%P My Commission Does Not Expire(Sec. 947.03 Ohio Revised Code) County of Medina ss.: '^,q �P .r.T Q F „,1.111....• 1,Frank A.Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and Foregoing is a true and correct copy of a Power of Attorney, executed by sold Companies,which is still in fuil force and effect; and furthermore,the resolutions of the Boards of Directors, set out In the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of "� /) A-D., .J.}EJC. NI.1111A1 !V ~I""r•. +`",ONf4E rl''% ,•,•,I.0+ar„,�N, Mo = .+ . SEAL �r 'G►� r� Q � ' � v�''• `m- �: secretary ,'•.y:.,,,�+fir ;o :,1848. Frank A. Carrina, Secretary DPOAC2 (combined) (06-02) Important Notice STATE OF TEXAS COMPLAINT PROCEDURES To obtain information or make a complain You may call Westfield Insurance Company, Ohio Farmers Insurance Company, and/or Westfield National Insurance Company's toll-free telephone number for information or to make a complaint at: 1(330)887-0101 r You may also write to Westfield Insurance Company, Ohio Farmers Insurance Company, and/or Westfield National Insurance Company at: Attn: Bond Claims One Park Circle f P O Box 5001 I Westfield Center, Ohio 44251-5001 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 Or you may write to the Texas Department of Insurance at: Texas Department of Insurance P O Box 149104 Austin, TX 78714-9104 Fax # 1-512-475-1771_ Attach this notice to your Bond. This notice is for information only and does not become a part or a condition of the attached document. It is given to comply with Government Code Section 2253.048 and Property Code Section 53.202, effective September 1, 2001 l I 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 12 of 14 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of :31rlle Hnfe or Sl ank , our principal place of business, are required to be %. Hare percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State I•lare ur 131arIk , 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. 17 BIDDER: The Fain Group, Inc. By: arry Frazier Ir 1616 N. Sylvania (Signature) Fort Worth,Texas 76111 Title: President Date: �44-/m END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook—addendum 4 0045 It - [ BIDDERS PRE QUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 ` 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on I3 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter,Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 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. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms r 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 t 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH VXPOINTS URBAN VILLAGE STRLETSCAPL'PHASE-II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITI'PROJECTNO.00705 Revised November 17,2016 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 4 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion, or(2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital= current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) in the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None" or"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 SIX POINTS URBAN VILLAGE STRE TSC'APE PHASE 11IfMPROVEMENT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPR.OJECT NO 00705 Revised November 17,2016 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 I I CITY OF FORT WORTII 51X POINTS URH,4N i7LL,1GF-STRFF_T,SC,4PE PH,ISF 11IMPR0VF,HFNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJFCT A'O. 00705 Revised November 17,2016 00 45 12 BID FORM Page 13 of 14 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Electrical Bean Electrical 3/1212019 Water The Fain Group, Inc. 4/30/2019 E Paving The Fain Group, Inc. 9/1/2019 #REF! Company N.11ne IAL-1- or s�rNr The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: The Fain Group, Inc. : Larry Frazier 1616 N. Sylvania (Signature) Fort Worth, Texas 76111 Title: President I Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Form Revised 20120120 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook—addendum 4 i 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page l of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 00705. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: i 10 11 The Fain Group, Inc. By: Larry Frazier I2 Company 4Please Print) 13 14 1616 N. Sylvania Signature: 15 Address 16 17 Forth Worth, TX 76111 Title: President 18 City/State/Zip (Please Print) 19 r 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME, the undersigned authority, on this day personally appeared 26 :-�`�wl1�?.tL+- , known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of —W i, Fat h Io toy yl(,. for the purposes and 29 consideration therein expressedand i to he capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 t� �► ,�✓1 , 2016?. t 33 f 34 35 j 36 Notary Public ij n ort e State of Texas 37 38 END OF SECTION PERLA BANDA NOTARY PUBLIC•STATE OF TEARS 5 101 131568goo 39 "woFi`` COA'pl-EXP,05-15-2022 .I CITY OF FORT WORTH )LI POINTS URBAN l7LLAGESTREETSCA PEPH4SEHLWPROT Er4lENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITFPROJ17CT NO, 00705 Revised November 17,2016 �0 00454D-1 Minority Business Enterprise Specifications I Page 1 of 3 1 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 i 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 25%of the total bid value of the contract (Base bid applies to Parks 14 and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must 17 submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS ' 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MSE subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 24 3. Good Faith Effort documentation, or; 25 4. Prime Waiver documentation. s 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the fallowing times 29 allocated, in order for the entire bid to be considered responsive to the specifications. Tl-ie Offeror shall 30 deliver the MBE documentation lar person to the appropriate ernptoyee of the ptifchasing cllvislon and 31 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentatlon In 32 the time aIlocated. A faxed-andf or emailed copy will not be accepted. 33 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNO.00705 Revised November 17,2016 J 004540-2 Minority Business Enterprise Specifications i Page 2 of 3 1 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City goal is met or exceeded: business day after the bid opening date, exclusive of the bid i opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization Form, if business day after the bid opening date, exclusive of the bid } participation is less than stated goal: opening date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization Form, if no business day after the bid opening date, exclusive of the bid MBE participation: opening date. 4. Prime Contractor Waiver Form, if received no later than 2:00 p.m., on the second City you will perform all business day after the bid opening date, exclusive of the bid contracting/supplier work: opening date, 1 E t CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE I!IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 I 004540-3 1 Minority Business Enterprise Specifications Page 3 of 3 t 1 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City exceeded. business day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN 3 THF nin RFINf; rnKicjnFRFr1 Tn SPFriri 'OTICINC 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING $ 5 DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN 6 i 7 Any Questions, Please Contact The M/WBE Office at(817) 212-2674. 8 END OF SECTION 9 10 11 1 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE It IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 005243-1 Agreement Page 1 of 7 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on October 16. 2018 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and The Fain Group, Inc., authorized to do business in Texas, acting by and through its 6 duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part 14 is generally described as follows: 15 Six Points Urban Village Streetscape Phase 11 16 City Project No. 00705 17 Article 3. CONTRACT PRICE i 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount, in current funds, of two million two hundred eight thousand four 20 hundred twenty-eight dollars and twenty-five cents ($2,208,425.25). 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 240 days after the date when the 24 Contract Time commences to run, as provided in Paragraph 2.03 of the General 25 Conditions, plus any extension thereof allowed in accordance with Article 12 of the 26 General Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, 29 and to achieve Final Acceptance of the Work and City will suffer financial loss if the 30 Work is not completed within the time(s) specified in Paragraph 4.1 above. The CITY OF FORT WORTH SIX POINTS URBAN VILLAGE PHASE I!STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised 11.15.17 005243-2 Agreement Page 2 of 7 31 Contractor also recognizes the delays, expense and difficulties involved in proving in a 32 legal proceeding, the actual loss suffered by the City if the Work is not completed on 33 time. Accordingly, instead of requiring any such proof, Contractor agrees that as 34 liquidated damages for delay (but not as a penalty), Contractor shall pay City one 35 thousand two hundred and fifty Dollars and,zero cents ($1250.00) for each day that 36 expires after the time specified in Paragraph 4.1 for Final Acceptance until the City 37 issues the Final Letter of Acceptance. 38 Article S. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 2. Attachments to this Agreement: 44 a. Bid Form 45 1) Proposal Farm 46 2) Vendor Compliance to State Law Non-Resident Bidder 47 3) Prequalification Statement 48 4) State and Federal documents (project specific) 49 b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Form(s) 51 d. Payment Bond 52 e. Performance Bond 53 f. Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker's Compensation Affidavit 56 i. MBE and/or SBE Utilization Form 57 3. General Conditions. 58 4. Supplementary Conditions. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE PHASE It STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised 11.15.17 005243-3 Agreement Page 3 of 7 59 5. Specifications specifically made a part of the Contract Documents by attachment 60 or, if not attached, as incorporated by reference and described in the Table of 61 Contents of the Project's Contract Documents. 62 6. Drawings, 63 7. Addenda. 64 8. Documentation submitted by Contractor prior to Notice of Award. 65 9. The following which may be delivered or issued after the Effective Date of the 66 Agreement and, if issued, become an incorporated part of the Contract 67 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 1.2 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 by 77 the contractor, its officers, agents, employees, subcontractors, licenses or invitees under 78 this contract. This indemnification provision is specifically intended to operate and be 79 effective even if it is alleged or proven that all or some of the damages being.sought 80 were caused in whole or in part, by any act omission or negligence of the cit . This 81 indemnity provision is intended to include, without limitation, indemnity for costs, 82 expenses and legal fees incurred by the city in defending against such claims and causes 83 of actions. 84 85 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 86 the city, its officers, servants and employees, from and against any and all loss, damage 87 or destruction of property of the city, arising out of, or alleged to arise out of, the work 88 and services to be performed by the contractor, its officers, agents, employees, 89 subcontractors, licensees or invitees under this contract. This indemnification provision 90 is specifically intended to operate and be effective even if it is alleged or proven that all CITY OF FORT WORTH SIX POINTS URBAN VILLAGE PHASE N STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised 11.15.17 005243-4 Agreement Page 4 of 7 91 or some of the damages being sought were.caused, in whole or in„part, by any act, 92 omission or negligence of the city. 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. 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. 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 CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the State of 111 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement if signed by someone 115 other than the duly authorized signatory of the Contractor. 116 117 7.7 Prohibition On Contracts With Companies Boycotting Israel. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE PHASE 11 STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.0070S Revised 11,15,17 r 005243-5 Agreement Page 5 of 7 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or 120 services unless the contract contains a written verification from the company that it: (1) 121 does not boycott Israel; and (2)will not boycott Israel during the term of the contract. 122 The terms "boycott Israel" and "company" shall have the meanings ascribed to those 123 terms in Section 808.001 of the Texas Government Code. By signing this contract, 124 Contractor certifies that Contractor's signature provides written verification to the City 125 that Contractor. (1) does not boycott Israel, and (2) will not boycott Israel during the 126 term of the contract. 127 128 7.8 Immigration Nationality Act. 129 Contractor shall verify the identity and employment eligibility of its employees who E 130 perform work under this Agreement, including completing the Employment Eligibility 131 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 132 all 1-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shall adhere to all Federal and State laws as well 134 as establish appropriate procedures and controls so that no services will be performed by 135 any Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY 137 PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY 138 CONTRACTOR, CONTRACTOR'S EMPLOYEES,SUBCONTRACTORS,AGENTS, OR LICENSEES. 139 City, upon written notice to Contractor, shall have the right to immediately terminate this 140 Agreement for violations of this provision by Contractor. 141 142 7.9 No Third-Party Beneficiaries. 143 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 144 and there are no third-party beneficiaries. 145 146 7.10 No Cause of Action Against Engineer. 147 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or 148 their sureties, shall maintain no direct action against the Engineer, its officers, employees, 149 and subcontractors, for any claim arising out of, in connection with, or resulting from the 150 engineering services performed. Only the City will be the beneficiary of any undertaking by CITY OF FORT WORTH SIX POINTS URBAN VILLAGE PHASE It STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised 11.15.17 005243-6 Agreement Page 6 of 7 151 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 152 whether as on-site representatives or otherwise, do not make the Engineer or its 153 personnel in any way responsible for those duties that belong to the City and/or the City's 154 construction contractors or other entities, and do not relieve the construction contractors 155 or any other entity of their obligations, duties, and responsibilities, including, but not 156 limited to, all construction methods, means, techniques, sequences, and procedures 157 necessary for coordinating and completing all portions of the construction work in 158 accordance with the Contract Documents and any health or safety precautions required 159 by such construction work. The Engineer and its personnel have no authority to exercise 160 any control over any construction contractor or other entity or their employees in 161 connection with their work or any health or safety precautions. 162 163 SIGNATURE PAGE TO FOLLOW 164 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE PHASE II STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised 11.15,17 I 005243-7 Agreement Page 7 of 7 165 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective 166 as of the date subscribed by the City's designated Assistant City Manager("Effective Date"). Contractor: The Fain Group, Inc. City of Fort Worth By: / Susan Alanis By: Assistant City Manager ( nature) r Date: s Attest: ' (Printed Name) City Secretary i Title: (Seal) Address: 1616 N.Sylvania Ave. City/State/Zip: Fort Worth,TX, 76111 M&C C-28903 Date: 10/16(2018 Date: Form 1295 No. 2018-393176 City of Fort Worth: Approved as to Form and Legality: Contract Compliance Manager: By signing, I acknowledge that I am the person Douglas W. Black responsible for the monitoring and Assistant City Attorney administration of this contract, including ensuring all performance and reporting requirements. Wilma Smith, P.E. City Protect Manager �PP RECOM EN ED: r Steve Cooke INTERIM DIRECTOR, Transportation and Public Works 167 168 FFICIAL RECORD CM OF FORT WORTH SIX POINTS URBAN VILL4GE PHA E I STREETSCAPE IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYcEY0 05 Revised 11.15.17 FT. WORTH,TX ooszzs•1 PERFORMANCE BOND Page 1 of 3 1 1 SECTION 00 6113 2 PERFORMANCE BOND #001017H 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § i 7 i 8 That we, The Fain Group, Inc. known as 9 "Principal" herein and Westfield Insurance Comlgny a corporate i 10 surety(sureties, if more than one)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 Texas, known as"City" herein, in the 13 penal sum of, two million two hundred eight thousand four hundred twenty-eight and 25/100 14 Dollars ($2,208,428,25), lawful money of the United States,to be paid In Fort Worth,Tarrant 15 County, Texas for the payment of which sum well and truly to be made, we bind ourselves,our 16 heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these 17 presents. 18 WHEREAS, the Principal has entered Into a certain written contract with the City 19 awarded the 161h day of October, 2018, which Contract is hereby referred to and made a part 20 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 21 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 22 as provided for in said Contract designated as SIX POINTS URBAN VILLAGE STREETSCAPE PHASE 23 11 IMPROVEMENTS, City Project No. 00705 24 NOW,'THEREFORE,the condition of this obligation is such that if the said Principal shall 25 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully .l 26 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 CITY OF FORT WORTH SIX POINTS URBAN VILLAG£STREETSCAP£PHASE//IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROIECTNO.00705 Revised November 17,2016 j, P aas�13-z i PERFORMANCE BOND Page 2 of 3 F 1 extension of the Contract that may be granted on the part of the City,then this obligation shall 2 be and become null and void,otherwise to remain in full force and effect. 3 PROVIDED FURTHER,that If any legal action be filed on this Bond, venue shall lie in 4 Tarrant County,Texas or the United States District Court for-the Northern District of Texas, Fort 5 Worth Division. I 6 This bond is made and executed in compliance with the provisions of Chapter 2253 of 7 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 8 accordance with the provisions of said statue. 9 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this i 10 Instrument by duly authorized agents and officers on this the 7th- day of Nowtuber i 11 2018 12 PRINCIPAL: 1 144 The Fain Group, Inc. - � -- 15 16 17 BY: 18 gna# 19 A 20 21 rine' al) 22 Address- 1616 N.,Syivania 23 Fort Worth TK 76111 24 C-- 25 26 Witn ss s Principal SU RETY: We rel suran an ATTEST: BY CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE I/IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 i 006113-3 I PERFORMANCE BONA Page 3 of 3 i Signature i NIA johrtny Moss. Attorney-,in-Fact (Surety)Secretary Name and Title Address: 2255 Ridge Rd.,Ste 333 Rockwall,TX 75087 Witness as to Surety _ T Muni Ralaah,Bond Account Manager Telephone Number; 972-772-7.220 . 2 1 3 4 5 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 6 from the by-laws showing that this person has authority to sign such obligation, if 7 Surety's physical address is different from its mailing address, both must be provided. 8 The date of the bond shall not be prior to the date the Contract is awarded. 9 CITY OF FORT WORTH 51X POINTS TURBAN VILLAGESTREETSCAPE PHASE 111MPROVEMEN7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS OTY PROJECT NO.00705 Revised November 17,2016 I 00 6114.1 PAYMENT BOND f Page 1 of R f SECTION 00 61. 14 2 PAYMENT BON❑ #001017H 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS. 6 COUNTY OF TARRANT § a 7 That we, The l=ain Group, Inc. known as 8 "Principal" herein, and Westfield Insuralnce Com.12any a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth,a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" 12 herein, in the penal sum of two million two hundred.ei ht thousand four hundred twenty-eight 13 and 25 100 Dollars ($ 2,208,428,25), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents; 17 WHEREAS, principal has entered into a certain written Contract with City, awarded the 18 16th day of October, 2018, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract 21 and designated as SIX POINTS URBAN VILLAGE STREETSCAPE PHASE 11 IMPROVEMENTS, City 22 Project No. 00705, ' 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall 24 pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of 25 the Texas Government Code, as amended) in the prosecution of the Work under the Contract, 26 then this obligation shall be and become null and void; otherwise to remain in full force and 27 effect. CITY OF FORT WORTH SIX POINTS URBAN V14L.AGESTREETSCAPE PHASE Il IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS OrYPROJECT NO,00705 Revised November 17,2016 r i 0063.,14-2 PAYMENTBOND Page 2 of 4 1 1 This bond is made and executed in compliance With the provisions of Chapter 2253 of 2 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance With the provisions of said statute, 4 i 3 CITY OF FORT WORTH SIX POINTS UPPAN VILLA6E STREETSCAPE PHASE 11 IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 i 00 6114-3 I a PAYMENT BOND Page 3 of 4 I 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 7th day of 3 _November —12018 i 4 PRINCIPAL: The Fain Group, Inc. ATTEST: BY, igna e GRt W U a � i Xrinal)S retary Address: 1616 N.Sylvania Ave Fort Worth TX 76111 Witness as a rind al SURETY: Westfield-1-ns ATTEST: BY Sig ture NIA _Johnny Moss, Attorney-in-Fact i + (Surety)Secretary Name and Title Address: 2255 Ridge Rd., Ste 333 _Rockwall, TX 75087 Witness as to Surety i Muni Rabah,Bond Account Manager Telephone Number: 972-772-7220 5 CITY OF FORT WORTH SIX POINTS URBAN VILLAGESTREETSCAPE PHASE 11 IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROI£CT NO.00705 Revised November 17,2016 i 006114-4 PAYMENT BOND Page 4 of 4 Note; If signed by an officer of the Surety, there must be on file a certified extract from the 2 address is different from its mailing address, both must be provided. 3 4 The date of the bond shall not be prior to the date the Contract is awarded. 5 END OF SECTION 6 i I r E I CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE II IMPROVEMENTS STAN DARO CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNO.00705 Revised November 17,2016 1 f 006119-1 MAINTENANCE BOND Page 3 of 4 1 SECTION 00 6119 2 MAINTENANCE BOND 4001017H 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we . The Fain Group, Ince _ known as"Principal' herein 8 and Westfield Insurance Com.12any a corporate surety(sureties, if more 9 than one) duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more),are held and firmly bound unto the City of Fort Worth,a municipal 11 corporation created pursuant to the laws of the State of Texas, known as"City" herein, in the 12 sum of two million two hundred eight thousand four hundred twenty-eight and 25/100 Dollars 13 ($2,208,428.25), lawful money of the United States, to be paid in Fort Worth,Tarrant County, 14 Texas, for payment of which sum well and truly be made unto the City and its successors,we 15 bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and 16 severally,firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded 19 the 16tH day of October, 2018. ,which Contract is hereby referred to and a made part hereof for 20 all purposes as if fully set forth herein,to furnish all materials, equipment labor and other 21 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 22 a duly authorized Change Order(collectively herein, the "Work") as provided for in said contract 23 and designated as SIX POINTS URBAN VILLAGE STREETSCAPE PHASE 1I IMPROVEMENTS, City 24 Project No, 00705; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans,specifications and Contract Documents that the Work is and will r CITY OF FORT WORTH SIX POINTS URBAN V1LLAGESTREETSCAPE PHASE 111MPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT NQ.00705 Revised November 17,2016 • aos219-x MAINTENANCE BOND Page 2 of 4 r remain free from defects in materials or workmanship for and during the period of two(2)years 2 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 3 4 WHEREAS, Principal binds itself-to repair or reconstruct the Work in whole or in part upon 5 receiving notice from the City of the need therefor at any time within the Maintenance Period. 6 7 NOW THEREFORE,the condition of this obligation is such that if Principal shall remedy 8 any defective Work,for which timely notice was provided by City,to a completion satisfactory 9 to the City,then this obligation shall become null and void; otherwise to remain in full force and 10 effect. 1 11 12 PROVIDED, HOWEVER, If Principal shall fail so to repair or reconstruct any timely a 13 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 14 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal '. 15 and the Surety under this Maintenance bond; and 16 s 17 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 18 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 19 Worth Division;and 20 21 PROVIDED FURTHER,that this obligation shall be continuous in nature and successive t 22 recoveries may be had hereon for successive breaches. 23 24 25 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE It IMPROVEA4 NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2o16 i 0061.19-3 Y MAINTENANCE BOND Page 3 of 4 i 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 7th day of November 3 2018 PRINCIPAL: 5 The Fain Group, Inc. 5 6 7 I 8 BY: 9 itl-. 10 ATTEST: L 11 12 "(Pri 1pa ecret l 13 Address: 1616 N.Sylvania Ave 14 Fort_Worth.,,,..,,....._..,.... _—, ,TX 76111 15 16 ' 17 Witness a Cipal SURETY: !/ ---West )an k ATTEST: Y: 4 Si ature i NLA jobnny Moss Attorney- -Fact (Surety) Secretary Name and Title i s Address: 2255 Ridge Rd. Ste 333 _ Rockwall,TX 75087 IWitnes as to Surety Muni Rabah,Bond Account Manager i Telephone Number: 972-772-7220 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STRFETSWE PHASE IIIMPROVI=M!_NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ory PROJECT NO,00705 Revised November 17,2016 i 006119-4 MAINTENANCE BOND Page 4 of 4 i I *Note: If signed by an officer of the Surety Company, there must be on fife a certified extract 2 from the by-laws showing that this person has authority to sign such obligation. if 3 Surety's physical address is different from its mailing address, both must be provided. 4 The date of the bond shall not be prior to the date the Contract is awarded. ' 5 a i F 4 CITY OF FORT WORTH SIX POINTS URBAN 1/1"GE STREETSC4PE PHASE II lMIPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.OO70S Revised November 17,2016 f THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THUS SAME POWER#AND ISSUED PRIOR TO 04103118, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220012 14 € Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Arlen by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having Its principal office in Westfield Center, Medina County,Ohio, do by these j presents make,constitute and appoint TONY FIERRO,JOHNNY MOSS, JAY JORDAN, MISTIE BECK, JEREMY BARNETT,JADE PORTER, ROBERT G. KANUTH, JARRETT WILLSON,JACK NOTTINGHAM,JOINTLY OR SEVERALLY J of ROCKWALL and State of TX Its true and lawful Attorneys)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of 1 suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-In-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved,that the President,any Senior Executive, any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: r The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and # deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' "Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8,2000). In Witness Whereof WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 03rd day of APRIL A.D.,2018 . Corporate s*'"....M u..,y,, np,111A.•••., ,..w..nw dSYri�1� ,,.•'"ANO � '� "''�, WESTFIELD INSURANCE COMPANY Seals f,-..••••• '%$ s ;•`a�.• NSG•r a �•,� WESTFIELD NATIONAL INSURANCE'COMPANY Affixed ..oa.�' O� ,-p: .p: �--+��'••.�+' OHIO FARMERS INSURANCE COMPANY SEAL p� 'tslirfic= �s =cn .rn "�• a j State of Ohio "` *'""" * """" Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 03rd day of APRIL A.D.,2018 , before me personally came Dennis P. Baus to me known,who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE r COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY,the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial „N111141" Seal S Affixed • David A. Kotnik, Attorney at Law, Notary Public I State of Ohio NX v My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.: t 1, Frank A.Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS i INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of A.D., -��'• ,I,,, ONACIR3 af•.. .:�' .�•� q�1,......,�/v,'•,,- rF' /z�i. "E. , i�� � SEAL �rrt` =�'� ��o V�� �r,.a,,,� =b• Secretary'&'tti•+� � `S 7�7". �,18 ® : = Frank A. Carrino, Secretary % il/1H..... BPOAC2 (combined)(06-02) A�" CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYI'Y) 11/05/2018 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. 1 IMPORTANT- If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Donna Walker NAME: K&S Insurance Agency PJcO No Ext): (972)771-4071 FAIL No, (972)771.4695 2255 Ridge Road,Ste.333 E-MAIL dwalker@kandsins.com ADDRESS: P.O.BOX 277 INSURERtS)AFFORDING COVERAGE NAIC N Rockwall TX 75087 INSURERA: Cincinnati Insurance Companies 10677 INSURED INSURER B: Texas Mutual Insurance Co. 22945 The Fain Group,Inc. INSURER C: Travelers Prop Cas Co of Amer 25674 P.O.Box 750 INSURER D: Cincinnati Insurance Companies 10677 INSURER E: Ft Worth TX 76101 INSDRERF: COVERAGES CERTIFICATE NUMBER: 18-19 Master Rvsd 2-12-18 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ !LTR INSD WVD POLICY NUMBER MMA)DfYYYY MM7DDNYYY LIMITS TYPE OF INSURANCE X COMMERCIAL GENERAL LIABILITYEACH OCCURRENCE $ 1,000,000 CLAIMS-MADE 19 OCCUR PREMISES Ea Occure nce $ 500,000 MED EXP(Any one person) $ 10,000 A EPPOO60286 02101/2018 02/01/2019 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY� PRO- ❑LOC PRODUCTS-COMPIOPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY i COMBINED SINGLE LIMIT $ 1,000,000 Ea accident XANYAUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED EBA0060286 02/01/2018 02/01/2019 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIREDv NON-OWNED PROPERTY DAMAGE $ 7 AUTOS ONLY X AUTOS ONLY Per accident $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAB CLAIMS-MADE EPP0060286 02/01/2018 02/0112019 AGGREGATE $ 5,000,000 DED I X RETENTION$ 0 $ WORKERS COMPENSATION X SPER TATUTE FORH AND EMPLOYERS'LIABILITY ANY PROPRiETOR1PARTNERIFXECUTIVE YIN E.L.EACH ACCIDENT $ 1,000,000 B OFFICERIMEMBER EXCLUDED? ❑ NIA TSF0001220220 02101/2018 02/01/2019 (Mandatory in NH) F,L,OISF-ASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C:Excess Liability C: Excess of$5 Mil $3,000,000 OD D:Contractors Equipment ZUPS1M81594/EPPOO60286 02/01/2018 02/01/2019 D: Leased/Rented $250,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES( 101,Additional Remarks Schedure,may be attached if more space is required) Re:Six Points Urban Village Streetscape Phase II City Project No.00705 f Please see attached for additional information. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE F THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Throckmorton AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016!03) The ACORD name and logo are registered marks of ACORD COMM ENTSIREMARKS GENERAL LIABILITY Automatic Additional Insured - Any person or organization whom you're required to add as such by reason of a written contract or agreement. Primary & Non-Contributory where required by a written contract between the named insured and any person or organization that requires such status. Blanket Waiver of Subrogation as required by written contract between the named insured and any person or organization that requires such status. *Additional Insured, Primary/Non-contributory wording & Waiver of Subrogation form #GA233 02/07 applies to the General Liability policy. AUTOMOBILE LIABILITY r Additional Insured by Contract - Any person or organization that you are required by a written contract to name as additional insured. Blanket Waiver of Subrogation - We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" arising out of the operation of a covered "auto" when you have assumed liability for such "bodily injury" or "property damage" under an "insured contract", provided the "bodily injury" or "property damage" occurs subsequent to the execution of the "insured contract". Expanded Coverage Plus Endorsement AA288 -1/16 (Blanket Waiver of Subrogation, Additional Insured by Contract, Primary Non-Contributory wording, Coverage for Certain Operations in connection with Railroads) applies to the Auto Liability policy. WORKERS COMPENSATION Blanket Waiver of Subrogation as required by written contract between the named insured and any person or organization that requires such status. *Waiver of Subrogation form #WC420304B applies to the Workers Compensation policy. UMBRELLA Waiver of Subrogation and Additional Insured form #US101 UM 12/04 applies to the Umbrella policy. *ALWAYS REFER TO THE ATTACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS & EXCLUSIONS. t E OFREMARK COPYRIGHT 2000, AMS SERVICES INC. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS' COMMERCIAL GENERAL LIABILITY BROADENED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Endorsement-Table of Contents: Coverage: Begins on Page: 1. Employee Benefit Liability Coverage ..................................................................................................2 2. Unintentional Fallure to Disclose Hazards..........................................................................................7 3. Damage to Premises Rented to You...................................................................................................8 : 4. Supplementary Payments ...................................................................................................................9 S. Medical Payments.................................................................. _._--.-----... . .....................................9 . .. . ...... 6. Voluntary Property Damage (Coverage a.)and Care, Custody or Control Liability Coverage(Coverage b.)........................... .... -------------•.........................---............. .9 E 7. 180 Day Coverage for Newly Formed or Acquired Organizations..................................................10 8. Waiver of Subrogation ........... .. . .. . .....................................................................10 8. Automatic Additional Insured-Specified Relationships: ....................................................... ........10 • Managers or Lessors of Premises; o Lessor of Leased Equipment; Vendors; • State or Political Subdivisions-Permits Relating to Promises; • State or Political Subdivisions-Permits;and Contractors'Operations 10. Broadened Contractual Liability-Work Within 50'of Railroad Property.........................................14 11. Property Damage to Borrowed Equipment.......................................................................................14 12. Employees as Insureds-Specified Health Care Services: ..... .....................................................14 • Nurses; Emergency Medical Technicians;and • Paramedics 13. Broadened Notice of Occurrence......................................................................................................14 B. Limits of Insurance. The Commercial General Liability Llmlts of Insurance apply to the insurance provided by this endorse- ment,except as provided below: 1. Employee Benefit Liability Coverage Each Employee Limit: $ 1,000,000 Aggregate Limit: $ 3,000,000 Deductible: $ 1,000 3. Damage to Premises Rented to You The lesser of: a. The Each Occurrence Limit shown In the Declarations;or b. $500,000 unless otherwise stated$ ' 4. Supplementary Payments a. Bail bonds: $ 1,000 b. Loss of earnings: $ 350 5. Medical Payments Medical Expense limit: $ 10,000 Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with Its permission. Page 1 of 115 i 6. Voluntary Property Damage(Cbverage a.) and Care,Custody or Control Liability Coverage (Coverage b.) Limits of Insurance(Each dccurronce) Coverage a.$1,000 Coverage b.$6,000 unless otherwise stated $ Deductibles(Each Occurrence) Coverage a.$250 Coverage b.$260 unless otherwise stated $ COVERAGE PREMIUM BASIS RATE ADVANCE PREMIUM a) Area For Limits in Excess b) Payroll ( xcess of (For Limits in Excess of (c) Gross Sales $5,000} $5,000) (d) Units e Other b. Care, Custody $ or Control TOTAL ANNUAL PREMIUM 11. Property Damage to Borrowed Equipment Each Occurrence Limit: $ 10,000 Deductible: $ 250 C. Coverages: have used up the ap- t. Employee Benefit Liability Coverage plicable limit of insur- ance in the payment of a. The following is added to SECTION I 'judgments or settle- - COVERAGES: Employee Benefit ments. Liability Coverage. No other obligation or liabil- (1) Insuring Agreement ity to pay sums or perform acts or services is covered (a) We will pay those sums that unless explicitly provided for the insured becomes legally under Supplementary Pay- obligated to pay as dam- ments_ ages caused by any act, er- ror or omission of the in- (b) This insurance applies to sured, or of any other per- damages only if the act, or- son for whose acts the in- ror or omission, is rilIf- sured Is legally liable, to gently committed in tha which this insurance ap- "administration" of your plies. We will have the right "employee benefit pro- and duty to defend the fn- gram";and sured against any "suit" 1) Occurs during the pol- seeking those damages. icy period;or However, we will have no duty to defend against any 2) Occurredprior to the "suit" seeking damages to effective date of this which this insurance does endorsement provided: not apply. We may, at our discretion, investigate any a) You did not have report of an act, error or knowledge of a omission and settle any claim or "su€t" on claim or "suit" that may re- or before the ef- sult. But: fective date of this endorsement. 1) The amount we will pay for damages is limited You will be as described in SEC- deemed to have TION III - LIMITS OF knowledge of a INSURANCE;and claim or "su€t" when any 2) Our 6ht and duty to "authorized repre- defen ends when we sentative"; Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 2 of 15 I i) Reports all, or formance of investment any part,of the vehicles;or act, error or omission to us 3) Advice given to any or an other person with res act to insurer; y that person's decision .: to participate or not to ii) Receives a participate in any plan written or ver- included in the 'em- bal demand or ployee benefit pro- claim for dam- gram". ages because of the act, er- (f) Workers' Compensation ror or omis- and Similar taws sion;and Any claim arising out of b) There Is no other your failure to comply with applicable insur- the mandatory provisions of ante. any workers'compensation, unemployment compensa- (2) Exclusions tion insurance, social secu- rity or disability benefits law This insurance does not apply to: or any similar law. (a) Bodily Injury, Property (g) ERISA Damage or Personal and Damages for which any in- Advertising Injury sured is liable because of " liability imposed on a flduci- Bodily injury", "property ary by the Employee Re- damage" or 'personal and tirement Income Security advertising injury". Act of 1974, as now or (b) Dishonest, Fraudulent, hereafter amended, or by Criminal or Malicious Act any similar federal, state or local laws. Damages arising out of any intentional, dishonest, (h) Available Benefits fraudulent, criminal or mall- Any claim for benefits to the clous act, error or omission, extent that such benefits committed by any insured, are available, with reason- including the willful or rack- able effort and cooperation less violation of any statute. of the insured, from the ap- (c) Failure to Perform a Con- plicable funds accrued or tract other collectible insurance. Damages arising out of fail- (i) Taxes,Fines or Penalties ure of performance of con- Taxes, fines or penalties, tract by any insurer. including those imposed (d) Insufficiency of Funds under the Internal Revenue Code or any similar state or Damages arising out of an local law. insufficiency of funds to 0) Employment-Related meet any obligations under EmpEmplices any plan included in the "employee benefit pro- Any liability arising out of gram... any: (e) Inadequacy of Perform- (1) Refusal to employ; ante of Investment / Ad- vice Given With Respect (2) Termination of em- to Participation ployment; Any claim based upon: (3) coercion, demotion, evaluation, reassign- 1) Failure of any invest- ment, discipline, defa- ment to perform; mation, harassment, 2) Errors in providing in- humiliation, discrimina- formation on past per- tion or other employ- Includes copyrighted material of Insurance GA 233 02 07 Services Office,Inc.,with its permission. Page 3 of 116 ment-related practices, (e) A trust, you are an insured. acts or omissions;or Your trustees are also in- (4) Consequential liability sureds, but only with re- as a result of ( (1), 2) or spect to their duties as (3)above. trustees_ (2) Each of the following is also an This exclusion applies insured: whether the insured may be held liable as an employer (a) Each of your "employees" or in any other capacity and who is or was authorized to to any obligation to share administer your "employee damages with or repay benefit program". someone else who must pay damages because of (b) Any persons, organizations the Injury. or "employees" having proper temporary authon- (3) Supplementary Payments zation to administer your SECTION I - COVERAGES, "employee benefit program" SUPPLEMENTARY PAY if you die, but only until your MENTS - COVERAGES A AND legal representative is ap- B also apply to this Coverage. painted. b. Who is an Insured (c) Your legal representative if you die, but only with re- As respects Employee Benefit Liabil- spect to duties as such. ity Coverage, SECTION If - WHO IS That representative will AN INSURED is deleted in its en- have all your rights and du- tirsty and replaced by the following: ties under this Coverage Part. (1). If you are designated in the Declarations as: (3) Any organization you newly ac- quire or.form, other than a part- (a) An individual, you and your norship, joint venture or limited spouse are insureds, but liability company, and over only with respect to the which you maintain ownership conduct of a business of or majority interest, will qualify which you are the sole as a Named Insured if no other owner. similar insurance applies to that p j von- age underon.this provision: coer- (b) A 'partnership or ' tore, you are an insured. Your members, your part- (a) Is afforded only until the ners, and their spouses are 180th day after you acquire also insureds but only with or form the organization or respect to the conduct of the end of the policy period, your business. whichever Is earlier;and (c) A limited liability company, (b) Does not apply to any act, you are an insured. Your error or omission that was members are also insureds, committed before you ac- but only with respect to the quired or formed the or- conduct of your business. ganization. Your managers are in- sureds, C.but only with re- spect to their duties as your As respects Employee Benefit Liabil- managers, Ity Coverage, SECTION III - LIMITS (d) An organization other than OF INSURANCE Is deleted in its en- a partnership, joint venture tirety and replaced by the following: or limited liability company, (1) The Limits of Insurance shown you are an insured. Your in Section B. Limits of Insur- ance, 1. Employee Benefit Li- rectors are insureds, but ability Coverage and the rules only with respect to their below fix the most we will pay duties as your officers or di- regardless of the number of: rectors. Your stockholders are also Insureds, but only (a) Insureds; with respect to their liability as stockholders. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 4 of 15 s (b) Claims made or "suits" (b) The deductible amount brought; stated in the Declarations applies to all damages (c) Persons or organizations sustained by any one "em- making claims or bringing ployee", including such "suits'; „employee's" dependents (d) Acts,errors or omissions;or and beneficiaries, because of all acts, errors or omis- (e) Benefits included in your sions to which this insur- "employee benefit pro- ance applies. gram". (c) The terms of this insurance, (2) The Aggregate Limit shown in including those with respect Section B. Limits of Insurance, to; 1. Employee Benefit liability Coverage of this endorsement 7) Our right and duty to Is the most we will pay for all defend the insured damages because of acts, er- rors or omissionsnegligently seeking those dam- committed in the "administra- ages;and tion" of your "employee benefit 2) Your duties, and the program • duties of any other In- (3) Subject to the limit described in volved. insured, in the (2) above, the Each Employee event of an act, error or LLimit shown in Section B. limits omission,or claim, of Insurance, 1. Employee apply irrespective of the Benefit Liability Coverage of application of the deductible this endorsement is the most we amount. will pay for all damages sus- _ tained by any one "employee", (d) We may.pay any part or all including damages sustained by of the deductible amount to such "employee's" dependents effect settlement of any and beneficiaries,as a result of: claim or "suit" and, upon a An act,error or notification of the action O taken, you shall promptly (b) A series of related acts, er- reimburse us for such part rors or omissions, regard- of the deductible amount as less of the amount of time we have paid. that lapses between such d. Additional Conditions acts,errors or omissions, negligently committed in the As respects Employee Benefit Li- "a ministration" of your "em- COMMERCIAL CoveraGENERALO LIASIL- ployee benefit program", ITY CONDITIONS is amended as However, the amount paid un- follows; der this endorsement shall not (1) Item 2. Duties in the Event of exceed, and will be subject to Occurrence, Offense, Claim or the limits and restrictions that Suit is deleted in its entirety and apply to the payment of benefits replaced by the following; in any plan included in the em- ployee benefit program". 2. Duties In the Event of an Act, Error or (4) Deductible Amount Omission,or Claim or Suit a Our obligation to a dam- a. You must see to it that we are not!- (a) g pay Pied as soon as practicable of an act, ages on behalf of the in- error or omission which may result in sured applies only to the a claim. To the extent possible, no- amount of damages in ex- We should include: cess of the deductible amount stated in the Decla- (1) .What the act, error or omission rations as applicable to was and when it occurred;and Each Employee, The limits of insurance shall not be (2) The names and addresses of reduced by the amount of anyone who may suffer dam- this deductible. ages as a result of the act, error oromission. Includes copyrighted material of Insurance GA 233 02 07 Services Office,Inc.,with its permission. Page 5 of 16 l b. If a claim is made or"suit" is brought b. Method of Sharing s against any insured,you must: If all of the other insur- (1) Immediately record the specifics ante permits contribu- of the claim or "suit" and the tion by equal shares, date received;and we will follow this a method also. Under (2) Notify as as soon as practicable. this approach each in- You must see to it that we receive -surer contributes a ual written notice of the claim or"suit" as amounts until it has soon as practicable. paid its applicable limit 'of insurance or none of c. You and any other involved insured the loss remains, must: whichever comes first. (1) Immediately send us copies of If any of the other in- any demands, notices, sum- surance does not per- monses or legal papers re- mit contribution by ceived in connection with the equal shares, we will claim or"suit"; contribute by limits. (2) Authorize us to obtain records Under this method,each insurer's share is and other information; based on the ratio of its (3) Cooperate with us in the investi- Applicable le limit total in- gation or settlement of the claim curable limits t insu- or defense against the "suit"; plicance of all insurers. and (A) Assist us, upon our request, in C. No Coverage the enforcement of any right This insurance shall not against any person or organiza- tion which may be liable to the which the insured is insured because of an act, error entitled to recovery un- or omission to which this insur- der any other insur- ance may also apply. ance in force previous d. No insured will, except at that in- to the effective date of sured's own cost, voluntarily make a this Coverage Part. payment, assume any obligation, or e. Additional Definitions incur any expense without our con- sent. As respects Employee Benefit Li- abflity Coverage, SECTION V - (2) Item S. Other Insurance is de- DEFINITIONS is amended as fol- feted in its entirety and replaced lows: by the following: (1) The following definitions are 5. Otherinsurance added: If other valid and collectible 1. "Administration"means: insurance is avallable to the insured for a loss we cover a. Providing information to under this Coverage Part, "employees", including our obligations are limited their dependents and as follows: beneficiaries, with re- spect to eligibility for or a, Primary Insurance scope of "employee This insurance is pri- benefit programs'; mary except when c. b. Interpreting the "em- below applies. If this ployee benefit pro- Insurance is primary, grams., our obligations are not affected unless any of c. Handling records in the other insurance is connection with the also primary. Then,we "employee benefit pro- will share with all that grams';or other insurance by the d, Effecting, g method described in b. g, continuin or below. terminating any "am- ployee's" participation Includes copyrighted material of Insurance GA 233 02 07 Services Office,Inc.,with its permission. Dago 6 of 15 in any benefit included benefits, workers' com- in the "employee bene- pensatlon and disability fit program". benefits;and However, "administration" d, Vacation plans, Includ- does not include: Ing buy and sell pro- :---grams;-,-grams;-.:leave of ab- a. Handling payroll de- sence programs, in- ductions;or cluding military, mater- b. The failure to effect or nity, family, and civil maintain any insurance leave; tuition assis- or adequate limits of tante plans; transpor- coverage of Insurance, tation and health club including but not limited subsidies. to unemployment in- (2) The following definitions are surance, social security deleted in their entirety and re- benefits, workers' com- placed by the-following; pensatlon and disability benefits. 21. "Suit" means a civil pro- ceeding- In which money 2. "Cafeteria plans" means damages because of an pplan authorized by applica- act, error or omission to ble law to allow "employ- which this insurance applies ees" to elect to pay for cer- are alleged. "Suit"includes: tain benefits with pre-tax dollars. a. An arbitration pro- 3. "Employee benefit pro- ceeding in which such 1 grams" means a program damages are claimed providing some or all of the and to which the in-. following benefits to "em- sured must submit ordoes submit with our ployees", whether provided consent; through a cafeteria plan or otherwise: b. Any other alternative a. Group (lie insurance; dispute resolution pro- group in which such group accident or damages are claimed health insurance; den- and to which the In- tal, vision and hearing sured submits with our plans; and flexible consent;or spending accounts; provided that no one c. An appeal of a civil other than an "em- proceeding. ployee" may subscribe to such benefits and A. "Employee" means a per- such benefits are made son actively employed, for- generally available to merly employed, on leave those "employees"who of absence or disabled, or satisfy the plan's eligi- retired. "Employee" in- bility requirements; oludes a "leased worker". b. Profit sharing "Employee" does not In- employee plans, elude a"temporary worker". employee savings plans, employee stock 2. Unintentional Failure to Disclose Haz- . ownership plans, pen- anis sion plans and stock SECTION IV-COMMERCIAL GENERAL subscription plans, LIABILITY CONDITIONS, 7. Represen- provided that no one tations is hereby amended by the addl- other than an "em- tion of the following; ployee" may subscribe to such benefits and . Based on our dependence upon your such benefits are made representations as to existing hazards, if generally available to unintentionally you should fail to disclose all "employees" who all such hazards at the inception date of are eligible under the your policy, we will not reject coverage plan for such benefits; under this Coverage Part based solely on c. Unemployment insur- such failure. ante, social security Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 7 of 15 i 3. Damage to Premises Rented to You e} Settling, cracking, a. The last Subparagraph of Paragraph shrinking or ex- 2. SECTION I - COVERAGES, pansion;or COVERAGE A. - BODILY INJURY f) Nesting or infests- _ AND PROPERTY DAMAGE, 2. LI- tion, or discharge { •ABILITY Exclusions is hereby de- or release of feted and replaced by the following: waste products or Exclusions c,through q.do not apply secretions, by in- to damage by fire, explosion, light- sects, birds, ro- nin , smoke or soot to premises dents or other while rented to you or temporarily animals. occupied by you with permission of (b) Loss caused directly or indi- the owner. rectly by any of the follow- b. The insurance provided under SEC- ing: TION I - COVERAGES, COVERAGE 1) Earthquake, volcanic A. BODILY INJURY AND PROP- eruption, landslide or ERTY DAMAGE LIABILITY applies any other earth move- to "property damage" arising out of merit, water damage to premises that are both rented to and occupied by you. a 2) Water that backs up or k overflows from a I (1) As respects Water Damage Le- sewer,drain or sump; s al Liability, as provided in Paragraph 3.b.above: 3). Water under the The exclusions under SECTIONround surface press- Ing on, or flowing or I - COVERAGES, COVERAGE seeping through: A. BODILY INJURY AND PROPERTY DAMAGE LIABIL- a) Foundations, ITY,2. Exclusions, other than L walls, floors or War and the Nuclear Energy paved surfaces; Liability Exclusion, are deleted b) Basements, and the following are added: whether paved or This insurance does not apply not;or to: c) Doors,windows or (a) "Property damage"; other openings. 1) Assumed in any con- (c) Loss caused by or resulting tract;or from water that teaks or flows from plumbing, heat- ing,or air conditioning, or fire suiting from any of the protection systems caused following: by or resulting from freez- a) Wear and tear, ing, unless: b) Rust, corrosion, 1) You did your best to fungus, decay, maintain heat in the deterioration, hid- building or structure;or den or latent de- 2) You drained the fact or any quality equipment and shut off In property that the water supply if the causes it to dam- heat was not main- age or destroy it- tamed.' self; C) Smog; (d) Lass to or damage to: _ d} Mechanical 1) Plumbing, heating, air conditioning, fire pro- breakdown in- taction systems, or eluding rupture or other equipment or ap- bursting caused pliances;or by centrifugal force; 2) The interior of any building or structure, or to personal property in the building or structure Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 8 of 15 caused by-or resulting 5. Medical Payments from rain, snow, sleet The Medical Expense Limit of An or ice, whether driven P Y One by wind or not. Person -as stated in the Declarations is amended to the limit shown in Section B. c. Limit of Insurance Limits of Insurance, 5. Medical Pay- The Damage to Premises Rented to 'ments of this endorsement. You Limit as shown in the Declara- 6. Voluntary Property Damage and Care, tions is amended as follows: Custody or Control Liability Coverage (2) Paragraph 6. of SECTION III - a. Voluntary Property Damage Cov- LIMITS OF INSURANCE is erage hereby deleted and replaced by the following: We will pay for"property damage" to property of others arising out of op- 6. Subject to 5. above, the erations incidental to the insured's Damage to Premises business when: Rented to You Limit is the most we will pay under (1) Damage is caused by the in- COVERAGE A. BODILY sured;or INJURY AND PROPERTY DAMAGE LIABILITY, for (2) Damage occurs while in the irt- damages because of saved s possession. "property damage" to With your consent, we will make premises while rented to these payments regardless of fault. you or temporarily occupied y you with permission of b. Care, Custody or Control Liability the owner, arising out of Coverage any one 'occurrence" to SECTION I - COVERAGES, COV- which this insuranoe ap- ERAGE A. BODILY INJURY AND plies. PROPERTY DAMAGE LIABILITY,2. (3) The amount we will pay is Ifm- Exclusions,J. Damage to Propertyy, ited as described in Section B. Subparagraphs (3), (4) and (5) da Limits of Insurance, 3. Dam- not apply to "property damage" to age to Premises Rented to the property of others described You of this endorsement, therein. 4. Supplementary Payments With respect to the insurance provided by this section of the endorsement, the fol- Under SECTION I - COVERAGE, SUP- lowing additional provisions apply: PLEMENTARY PAYMENTS - COVER- AGES A AND B: a. The Limits of Insurance shown in the Declarations are replaced by the lim- a. Paragraph 2. is replaced by the fol- its designated in Section 13.Limits of lowing: Insurance, 6. Voluntary Property U to the limit shown in Section 13. Damage and Care, Custody or Limits of Insurance,4.a. Bail Bonds Control Liability Coverage of this of this endorsement for cost of ball endorsement with respect to cover- bonds required because of accidents age provided by' this endorsement. or traffic law violations arising out of These limits are Inclusive of and not the use of any vehicle to which the in addition to the limits being re- placed. The Limits of Insurance Bodily Injury lability Coverage an-lin shown in Section B. Limits of Insur these We do not have to furnish shown anco, 6. Voluntary Property Dam- these bonds` age and Care, Custody or Control b. paragraph 4. is replaced by the fol- Liability Coverage of this endorse- ,' lowing: ment fix the most we will pay in any one "occurrence" regardless of the All reasonable expenses incurred by number of: the insured at our request to assist us in the investigation or defense of (1) Insureds; the claim or "suit", Including actual (2) Claims made or "suits" brought; loss of earnings up to the limit shown or in Section B. Limits of Insurance, 4.b. Loss of Earnings of this en- (3) Persons or organizations mak- dorsement per day because of time Ing claims or bringing "suits". off from work. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 9 of 15 b. Deductible Clause 9. Automatic Additional Insured - Specf- (1) Our obligation to pay damages tied Relationships on your behalf applies only to a. The following is hereby added to the amount of damages for each SECTION If-WHO IS AN INSURED: `occurrence" which are in ex- cess--of :the-deductible amount (1) Any, person or organization de- stated in Section B. Limits of scribed In Paragraph 9.a.(2) Insurance, 6. Voluntary Prop- below(hereinafter referred to as erty Damage and Care, Cus- additional insured) whom you tody or Control Liablllty Cov- are required to add as an addi- erage of this endorsement. The tional insured under this Cover- limits of insurance will not be re- age fart by reason of: duced by the application of such (a) A written contract or deductible amount. agreement;or (2) Condition 2. Duties in the Event {b) An oral agreement or con- of Occurrence, Offense, Claim tract where a certificate of or Suit, applies to each claim or insurance showing that per- suit irrespective of the amount. son or oryanlzation as an (3) We may pay any part or all of additional insured has boon the deductible amount to effect issued, settlement of any claim or "suit" Ip an insured,provided: and, upon notification of the ac- tion taken, you shall promptly (a) The written or oral contract reimburse us for such part of the or agreement is.- deductible amount as has been j paid by us. 1) Currently In effect or becomes effective 7. 180 Day Coverage for Newly Formed or during the policy pe- Acquired Organizationsrind;and _ SECTION_ II - WHO IS AN INSURED is 2) Executed prior to an amended as follows: "occurrence"or offense ' Subparagraph a. of Paragraph 4. Is to which this insurance hereby deleted and replaced by the fol- would apply;and lowing: (b) They are not specifically a. Insurance under this provision is af- named as an additional in- forded only until the 180th day after cured under any other pro- : you acquire or form the organization vision of, or endorsement or the end of the policy period, added to, this Coverage whichever is earlier; Part. 8. Waiver of Subrogation (2) Only the following persons or organizations are additional in- SECTION IV-COMMERCIAL GENERAL sureds under this endorsement, LIABILITY CONDITIONS, 9. Transfer of and insurance coverage pro- Rights of Recovery Aggainst Others to vided to such additional in- Us is hereby amended by the addition of sureds is limited as provided the following: herein: We waive any right of recovery we may (a) The manager or lessor of a havb because of payments we make for premises leased to you with injury or damage arising out of your on- whom you have agreed per going operations or"your work" done un- Paragraph 9.a.(1) above to der a written contract requiring such provide Insurance, but only waiver with that person or organization with respect to liability aris- and included in the "products-completed ing out of the ownership, operations hazard". However, our rights maintenance or use of that may only be waived prior to the 'occur- part of a premises leased to rence giving rise to the injury or damage you, subject to the following for which we make payment under this additional exclusions: Coverage Part. The insured must do This insurance does not nothing after a loss to impair our rights. At our request,the insured will bring "suit" apply I to: or transfer those rights to us and help us 1) Any "occurrence" enforce those rights. which takes place after Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 10 of 15 1 you cease to be a ten- c) Any physical or ant in that premises. chemical change In the product 2) Structural alterations, made intentionally new construction or by the vendor; demolition operations performed by or on be- d) Repackaging, un- half of such additional lass unpacked insured. solely for the pur- (b) Any parson or organization of inspection,on demonstration, from which you lease testing, or the equipment with whom you substitution of have agreed per Paragraph parts under in- 9.a.(1) above to provide in- structions from the surance. Such person(s) or manufacturer, and organization(s) are insureds then repackaged so#ely with respect to their in the original liability arising out of the container; maintenance, operation or use ' you of equipment e) Any failure to leased tc you by such per- make such in- son(s) or organizations(s). spections, adjust- However, this insurance ments, tests or does not apply to any "oc- servicing as the currence"which takes place vendor has after the equipment lease agreed to make or expires. normally under- (c) Any person or organization takes to make in (referred to below as ven- the usual course (.rof business, in dor) with whom you have connection with agreed per Paragraph the distribution or 9.a.(1) above to provide in- sale of the prod- _ surance, but only with re- ucts; spect to "bodily injury" or _ "property damage" arising f) Demonstration, in- out of"your products"which staliation, servic- are distributed or sold in the ing or repair op- regular course of the von- erations, except dor's business, subject to such operations the following additional ex- performed at the _ clusions: vendor's premises 1 The insurance afforded t connection with the sale of the Vie vendor does not product; apply to; "Bodily injury" or g) Products which, a y 1 ry after distribution or "property damage" sale by you, have for which the ven- been labeled or dor is obligated to relabeled or used pay damages by as a container, reason of the as- part or ingredient sumption of liabil- of any other thing ity in a contract or or substance by or agreement. This for the vendor. exclusion does not apply to liability for 2) This insurance does damages that the not apply to any in- vendor would sured person or or- have in the ab- ganization: sence of the con- tract or agree- a) From whom you ment; have acquired such products, or b) Any express war- any ingredient, ranty unauthorized part or container, by you; entering into, ac- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 111 of 115 companying or 2} This insurance does containing such not apply to "bodily in- products;or jury", "property dam- la) When liability hage" or 'personal and eluded within the advertising injury" aris- ing out of operations performed for the state completed opera- tions hazard" has or political subdivision. been excluded (f) Any person or organization under this Cover- with which you have agreed age Part with re- per Paragraph 9.a.(1} spect to such above to provide Insurance, products, but only with respect to li- abili arising out of "your (d) Any state or political subdi- work performed for that agreed ion with which you have additional insured by you or agd per Paragraph on your behalf. A person or 9.a.(1) above to provide in- organization's status as an surance, subject to the fol- insured under this provision lowing additional provision: of this endorsement contin- This insurance applies only ues for only the period of with respect to the following time required by the written hazards for which the state contract or agreement, but or political subdivision has in no event beyond the ex- issued a permit in connec- piration date of this Cover- tion with premises you own, age Part. if there is no rent or control and to which written contract or agree- this insurance applies: ment, or If no period of time is required by the written- 1) The existence, mainte- contract or agreement, a nance, repair, con- person or organization's struction, erection, or status as an insured under removal of advertising this endorsement ends signs, awnings, cano- when your operations for pies, cellar entrances, that insured are completed. coal holes, driveways, manholes, marquees, (3) ) additional insurance ed vlded to an desig noted under Para hoist away openings, sidewalk vaults, street graph banners, or decora- (a) Subparagraphs (e) and (1) tions and similar oxpo- does not apply to "bodily sures;or injury"or"property damage" 2) The construction, exec- included within the "prod- (ion, or removal of ele- ucts-completed operations vators;or hazard"; 3) The ownership, maim (b) Subparagraphs (a), (b), (d), tenance, or use of any (e)and(f) does not apply to elevators covered by "bodily injury", "property this insurance. damage" or "personal and advertising injury" arising (e) Any state or political subdi- out of the We negligence vision with which you have or willful misconduct of the agreed per Paragraph additional Insured or their above to provide in- agents, "employees"or any surance, subject to the fol- other representative of the lowing provisions: additional Insured;or 1) This insurance applies (c) Subparagraph (f) does not only with respect to op- apply to "bodily injury", orations performed by "property damage" or "per- you or on your behalf sonal and advertising Injury" for which the state or arising out of: political subdivision has 1 Defects in desi n fur- issued a permit. } 9 niched by or on behalf Includes copyrighted material of Insurance GA 233 02 07 Services Office,Inc.,with its permission. Page 12 of 15 of the additional in- spects any other insurance sured;or policy issued to the addi- tional insured, and such 2) The rendering of, or other insurance policy shall failure to render, any be excess and/or noncon- professional architec- tributing, whichever applies, lural, engineering or with this insurance. surveying services, in- cluding: (b) Any insurance provided by this endorsement shall be a) The preparing, primary to other insurance approving or fail- available to the additional ing to prepare or insured except: approve maps, Shop drawings, 1) As otherwise provided opinions, reports, in SECTION IV - Surveys, field or- COMMERCIAL GEN- ders, change or- ERAL LIABILITY ders or drawings CONDITIONS,-5.Other and specifications; Insurance, b. Excess and Insurance;or b) Supervisory, In- 2) For any other valid and speotion, archi- collectible insurance tectural or engi- available to the addi- neering activities. tional insured as an 3) "Your work" for which a additional insured by attachment of an en- consolidated (wrap-up) -dorsement to another insurance program has insurance policy that is been provided by the written on an excess prfinecontractor-project basis. fn such case, manager or owner of the coverage provided the construction project under this endorse- in -which you are In- ment shall also be ex- volved. cess. b. Only with regard to Insurance pro- (2) Condition 11. Conformance to vided to an additional insured desig- Specific Written Contract or - natod under Paragraph 9.a.(2) Sub- Agreement is hereby added: paragraph (f) above, SECTION III - LIMITS OF NSURANCE is amended Ii. Conformance to Specific to include: Written Contract or The limits applicable to the additional Agreement insured are those specified in the With respect to additional written contract or agreement or in insureds described in Para- the Declarations of this Coverage graph 9.a.(2)(f)above only: Part,whichever are fess. If no limits are specified in the written contract If a written contract or or agreement,or If there Is no written agreement between you contract or agreement, the limits ap- and the additional insured plicable to the additional insured are specifies that coverage for those specified in the Declarations of the additional insured: this Coverage Fart. The limits of in- a. Be provided by the In- surance are inclusive of and not in surance Services Of- addition to the limits of insurance Tice additional insured shown in the Declarations, form number CG 20 10 c. SECTION IV - COMMERCIAL GEN- or CG .20 37 (where ERAL LIABILITY CONDITIONS is edition specified);or hereby amended as follows: b. Include coverage for (1) Condition 5. Other Insurance is completed operations; amended to include: or (a) Where required by a written c. Include coverage for contract or agreement, this "yourwork'; insurance is primary and / and where the limits or cov- or noncontributory as re- erage provided to the add[- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 13 of 15 tional insured is more re- 11. of this endorsement fix the strictive than was specifi- most we will pay in any one 'oc- cally required in that written currence" regardless of the contract or agreement, the number of: terms of Paragraphs 9.a.(3)(a), 9.a.(3)(b) or 9.b. (a) Insureds; Above, (b) Claims made or "suits" or any combination thereo€, shall be Interpreted Claims or as providing the limits or coverage required by the (c) Persons or organizations terms of the written contract making claims or bring or agreement, but only to suits . the extent that such limits or coverage is included within (2) Deductible Clause the terms of the Coverage Part to which this endorse- (a) Our obligation to pay dam- ment is attached, if, how- ages on your behalf applies ever, the written contract or only to the amount of dam- agreement specifies the In- ages for each "occurrence" surance Services Office which are in excess of the additional insured form Deductible amount stated in number CG 20 10 but does Section B. Limits of lnsur- not specify which edition, or ante, 111. of this endorse- specifies an edition that ment• The limits of insur- does not exist, Paragraphs ance will not be reduced by 9.a.(3)(a) and 9.a.(3)(b) of the application of such De- this endorsement shall not duc#ible amount. apply and Paragraph 9.b, of (b) Condition 2. Duties in the this endorsement shall ap- Event of Occurrence, Of- ply. fense, Claim or Suit, ap- 10. Broadened Contractual Liability -Work plies to each claim or "suit" Within 50'of Railroad Property irrespective of the amount. It is hereby agreed that Paragraph f,(1)of (c) We may pay any part or all Definition 12. "Insured contract" (SEC- of the deductible amount to I TION V-DEFINITIONS)is deleted. effect settlement of any claim or "suit" and, upon Ii. Property Damage to Borrowed Equip- notification' 'of the action meat taken,7 reimburse us forou ii such promptly t a. The following is hereby added to Ex- of the deductible amount as clusion j. Damage to Property of has been paid by us. Paragraph 2., Exclusions of SEC- TION I -COVERAGES, COVERAGE 12. Employees as Insureds - Specified A. BODILY INJURY AND PROP- Health Care Services ERTY DAMAGE LIABILITY: It is hereby agreed that Paragraph Paragraphs (3) and (4) of this exclu- 2.a.(1){d) of SECTION It - WHO 1S AN sion do not apply to tools or equip- INSUURED, does not apply to your "em- ment loaned to you, provided they ployeas"who provide professional health are not being used to perform opera- care services on your behalf as duly li- tions at the time of loss. censed: b. With respect to the insurance pro- a. Nurses; vided by this section of the en- b. Emergency Medical Technicians;or dorsement, the following additional g y provisions apply: c, Paramedics, (1) The Limits of insurance shown In the jurisdiction where an 'occurrence" In the Declarations are replaced or offense to which this insurance applies } by the limits designated in Sec- takes place. tion B. Limits of Insurance, 11. of this endorsement with respect 13. Broadened Notice of Occurrence to coverage provided bys arendorsement. These Ilmie this Paragraph a. of Condition 2. Duties in tthe Evnt of Occurrence, Offense inclusive of and not in addition Claim or Suit SECTION IV- COMME�R- Limits of Insurance shown in the limits being replaced. Thea CIAL GENERAL LIABILITY CONDI- Section B. Limits of Insurance, Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 14 of 15 r TIONS) is hereby deleted and replaced (2) The names and addresses of by thefollowing: any injured persons and wit- a. You must see to it that we are noti- fied as soon as practicable of an (3) The nature and location of any "occurrence" or an offense which injury or damage arising out of may result in a claim. To the extent the"occurrence"or offense_ possible,notice should include: This requirement applies only when (1) How, when and where the "oc- the "occurrence"or offense is known eurrence"or offense took place; to an"authorized representative". Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 15 of 15 1 TFT ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT 4 I This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORA GARAGE COVERAGE FORM Thls endorsement changes the policy effective on the inception date of the policy unless another gate is indi- cated below. Endorsement Effsotive: Poky Number, EDA 006 02 86 flamed Insured. THE FAIN GROUP INC. FAIN SERVICES LPI LD TEXAS INVESTMENTS LLC Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsernent, the provisions of the Coverage Fora apply unless modified by the endorsement. SECTION 11 - UAB(LrrY COVERAGE, A. Covet. : age, t. Who is an Inaured is arnended to include as an insured any person or otganizativn with wliloh you have agreed in a valid written contract to provide Insurance as is afforded by this policy. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been executed prior to the 'NAlly Injury"or"property damage". AA 411711105 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. i BLANKET WAIVER OF SUBROGATION - AUTO This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes tho policy effective on the inception date of the policy unless another date is indi- cated below, Endorsement Effective_ Policy Number: _ IEBA 006 02 96 Named Insured: THE FAIN GROUP INC, FAIN SERVICES LP, LD TgXAS INVESTMENTS LLC Oountersigned by: (Authorized Representative) Whh Xespoct to coverage* provided by this enderserniont, the Provisions of the Coverage Form apply unless modified by the endorsement. 1. Blanket Waiver of Subrogation of payments we make for "bodily Injury" or 'property damage"arising out of the operatlon SECTION IV - 8t1SINEB AUTO CONDI- of a cavered Wo" when you have assumed TUNS, A. Loss Conditions, 5. Transfer of liability for such "bodlJy injury" or "property High bs of Recovery Against Others to Us is damage" under an "insured contract", pro- amended by the addition of the following- Mod the "bodily Injury" or "property damage" We waive any right of recovery we may have occurs subsequent to the execution of the "in- against: any person or organizatlon because sured contract". AA 4172 09 09 i i Te. xasmutuai 1 Insurance Company WORKERS'COMPENSATION AND 'WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured Copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A.of the Information Wage, We have the right to recover our payments from anyone Jiable for an injury covered lay thls policy.We will not enforce our righl against the person or organize ion named In the Schedule, but 1hls 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 [his waiver from us. This endorsement shall not operate directly or indirectly to benefit anyotre not flamed in the Schedule. The premium for this endorsement is shown In the Schedule. r Schedule 1. ( specific Waiver Name of person or organization { X Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL 1 ERAS OPERATIONS 3. Premium: The prernium ctlargu for this endorserri orl I shall be 2.00 percent of the pre mivm developed on payroll In connection with work performed For the above parson(s)or orcdanixatlon(s)arising out of the operations described. 4. Advance Premium: INCLUDED, SEE INFORMATION PAGE. Trim endoreemeol otra%;e9 lice policy to which It is attached affmINe an rhe Irluptien date of tI re policy tmress v diA'ereni date is indicates!below. (The follvwiW`4It w--hiwig alatji e'need tea Completed only whail ihIr andorSernunt xs wuuod?'wbsequent to preparation or the policy.) I r fila flnd❑f sememl,eriediwe on 421411�017 at 12:01 in m.standard time,forms a part of.- Policy (:Policy No.0001220220 of Texas Mutual Insurance Company effective on 02101/2017 Issued to: THE FAIN CROUP INC Authorized Representative NCCI Carrier Code:29939 0113112017 PO Brix 12058,Austin,TX 78711-2058 1 Of 1 (800)859-5995 1 Fax(800)358-06501 texasmutual.com WC 42 03 04 B STANDARD GENERAL CONDITIONS 1 OF THE CONSTRUCTION CONTRACT i CITY OF FORT WORTH SIX POM TS UR HAV VILLA Gr STREE.TSCAPE PI[ASF-11 nfPROV VEIV S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CLTYPRO.IECT'VO.0070.5 Revised November I7,20I6 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page . Article 1 Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology...I...............................................................................................................................6 Article2 Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting................................:..............................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending,Reuse.............................................................................8 3.01 ' Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................l l Article 4---Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands................................................................................................. ..11 ............... 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ..:............ 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 Bands and Insurance;.Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 CITY OF FORT WORTH SIYPOINIS U9.8AN l 1X.1.AG=',STF:%'.iSGrt7? 'k'lLl.til'11.l v1I'R7VF;t�t'NT. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNO.r.00705 Revised November 17,2016 6.01 Supervision and Superintendence...............................................................................................19 i f r CITY OF FORT WORTH 51X POINTS I'FdR.9 V VI1.I,1 GE S7RFETSC APh:P11,1SE ll f.-VIPNC1Y'FMF_CJS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6,06 Concerning Subcontractors, Suppliers, and Others................................................. 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents................................................................. ................29 ..................................... 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work....................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ...............................................................................34 6.23 Right to Audit.........................................................................................................I....................34 6.24 Nondiscrimination........................... .. .. 35 ................................... ............. ........................................ Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8 City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders..............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 City's Observation Status During Construction 9.01 City's Project Manager ................................................................................................ ....37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed...........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH SEX POL VTS URBAN YT?_LAGE STR.FETSCAPE Nt ASI'it lM PRC YFAlls,NT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CI"ET FRO.IF CT N0 00705 Revised November 17,2016 s Article 10 Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work................................................ . ...........................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 1 I -Cost of the Work,Allowances;Unit Price Work;Plans Quantity Measurement......................41 1.1.01 Cost of the Work.............................. .......41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement....................................................................................................:.45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work ......48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 T 13.05 City May Stop the Work.......................:.....................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion........................:...........................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment......................... 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination..........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 CITY OF FORT WORTH S!-YPO OTS UR911%'V11_1.11 Gr STAFF.T.SCAP 'P11ASL:H IMPRO VFMEAT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C17-Y PRO.IF,CT V0.00705 Revised November 17,2016 16.41 Methods and Procedures......... . .................... .........................................................................61 CITY OF FORT WORTH SIX F0lV;S til?8,4N STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY 1=RG`.1E 7":xO.00705 Revised November 17,2016 Article17 Miscellaneous..............................................................................................................................62 17.01 Giving Notice....................................................................................................................... .......62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 C 17.04 Survival of Obligations........................................................:......................................................63 17.05 Headings......................................................................................................................................63 1 a 4 f E CITY OF FORT WORTH SIX P01,TS L7d.6A vYILLJGlz STRF1 TSCAPI:'PTIASE 11I.W;I ROb'EM177VT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPKOJI;CT.tiO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1--DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions .or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH SIXPO V2S UI?B.4V YTI,'.AGP STRIai ETSCA PHASE If 11113ROVLME TS' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT O.00703 Revised November 17,2016 i f 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager ---- The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. s 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement arc Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH SIV POINTS URBAN VILLAGE ST RPk 15C,4P1 PFI}SF_11 hV11RGVEDUF1FF.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITVPR0JJ-- 'T.V0.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. ' 35. Extra Work — Additional work made necessary by changes .or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. A 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH ST-VPO!NTS URBA7V V11-1-4 Gr-Si RAF EVCAPh PULS!,11 U11TR.oVJZV1 f.:N7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C ITY PI2OJ CT NO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection -- Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste--Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item –An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of 4ward—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 ProceedA written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans--See definition of Drawings. CITY OF FORT WORTH SIX POINTS(-'R84 V v,71AG2:STRCF'.TSCAPE'PHASEII IVIPROY i X11 TTS i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROVE CT VO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58, Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and casements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62, Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH SIX POINTS UI?BAIV V(I L,1 GE STRE'•Y!S£;A.PE PF!ISS'If 00 PR0Y EME'AT'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRGVECTNO.00705 Revised November 17,2016 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 1.023 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH ST-YPOIMIS URH41V V11 L,IGF'S772f'E.7:SC<9PF.'P71.,1SF 11 IAF PROP-1.::.911,7NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1 YPR0.1F_CT.V0.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2--PRELIMINARY MATTERS 2.01 Copies of Documents City shall finrnish 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 SIXP[?PM URBA N IM LA(;F STRE.1,7SC,IPI-, PTIASF IIIMPROI•bVENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIT}PROVx'CTNO_00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page S of 63 r 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to.run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable Schedules-are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what'is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably, may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor Shall," "in conformity with," "as Shown," or "as specified" are intentional 1n 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 SIV POINTS L'R94N Y71.,/AGF S7I?0-_75C AP1-'PI0SE 1I 1.1II'R0P E_41E,tiTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITKPRO.ITC3-.'4O.00705 Revised November 17,2016 00 7200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage .of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes,Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents,or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: I. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH 1 Y}POINTS'UR.R.9 t'Vfi_t,AG1_'STkP,3-_'?;S`CAr!i?fIC 11 PR..0 VEAlfCsNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIS'Y PROJECT NO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: ' 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH SIX PGI.'VTS I;J?R 4,V VIi PAGE STRh'FTSCAPE PTOSt:II GtiIPRo6'9" NT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data famished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. if there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH SIX POTS t i2h 4 V F11,1AG&S7R `E S'CAPE PHASJ'i 1>MPRCVE,v EN7S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C11T PRc J. ,CTNO,00705 Revised November 17,2016 00 72 00-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of cons aaiun to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in .work of the character provided for in the Contract Documents; CITY OF FORT WORTH STY POINTS L.lGh STREF Sc A.PF PLL ISI'LL L IPROVrME-NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRO.LFC 7-,V0 00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 5.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if 1. Contractor knew of the existence of such conditions at the time Contractor made a.final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City, or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. Indicated.1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH SLK POINTS tJRRAY VTLLAc:Z'S7RFE7 SC f1TT;'PH 9SL`11 n1PR01 El MEATS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYP?T JECYNO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 1.4 of 63 Work in connection therewith. (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full s cost for replacing such points plus 25% will. be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the ' Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH SIX POI V-FS ITRR8.4N 1T11-4 GE ST tEF7:SC APS Pr(:}SF I.1AVIR0 I'EMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPRO.JECT NO. 00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any.materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City(and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such 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 individuals or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH SIKPCJhV S UR.-AN M-1 Ai f%S i RF"C."T.5(it.7' "A N 9SI"11 IMP7?06'IsWNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.0070-5 Revised November 17,2016 007200-1 i GENERAL CONDITIONS Page 16 of 63 i ARTICLE 5—BONDS AND INSURANCE i 5.01 Licensed Sureties and Insurers i All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH SIX P0INT"S UR B,1 N VII fAGES TRF/,,TSC.4PE PII,ISI.;'11.LVIPR0VI::L1f NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJI-XT.V0.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF PORT WORTH SIX POINTS I7213AJV VfJJA GE STIZrETSC,4VE P114Sh i2 DJPRi3FCs.YICArfS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS err; 1'RoJhr CTNO.00M.5 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the - claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers'Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' s Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's ' performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. i B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations,, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH SIKPOI:NT5 URRA'V VILLA GESTRFETMIPF P11 ISIS IIIMPROY'F_MFVK5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no.exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions), C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH UX P[3/7 TS 6R.P4N P71 GIt STRI.,E7SC:APl,PIL3SE111iWiIR0PE-MEVTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYFRL?II;C7'.40.070.> Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 20 of 63 I B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on = behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5 J 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. I B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, - Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the.Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH SIX POI.VTS URBAV i7I LA GF STRF ETSCAPH'PIOSC.It I.LIPRO VEMEIVT5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJEC IVO 00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except.as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted-from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a-monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: 1f in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval. of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1., a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) .it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH SiX P0fjV.r'S URRAV VII IA GE S i R.F' ""C.SC 1.Yls"!.f"}:}S!_'If IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C.IT'.YPRJlh'CT_'dC..uj,'U.; Revised November 17,2016 00 72 00-1 GENERAL.CONDITIONS Page 22 of 63 2) it will reliably perform at least equally-well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and i 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does ' not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided, below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: r a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract - with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH Sf(POI_NeTS URB 4V WkI.iGE STRE E7-SCdPEPHAS.^I!LiYlPRoY'FiVII ws STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNO 00705 Revised November 17,2016 I 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage .Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2, C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use ofsubstituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH SIX POINTS URB_A,V'd '_f. ( ;ti SlRI:67,CAS' "PFf tSL'77&Y!I'Pp:"rs"6f��T;� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C17Y PRCJ.I1,.C7'Ao.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS - Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the t 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 famish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. ' Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future s 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 SIX POINTS(1?8,4 YTLIA UE STRr KTSCAPE PHASE H 1111JR0VF_'Mf_'.7v-"T_7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROIECT_VO 00705 Revised November 17,2016 00 72 00-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due'under the prevailing. wage rates, such amounts A being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH 11V POINTS 0R8f1IV VTLL14GF ST11?J-7,. ,7Ce1Pi,.P11 IST 11[11PROVFMIr NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C11 Y P,70,JI:CT NO.00705 Revised Novcmber 17,2016 007200-1 f. GENERAL CONDITIONS Page 26 of 63 r D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained, The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code: G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City - to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. - B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting-from CITY OF FORT WORTH 51X POINTS UR8AY VILLAGE STRF..FISCAPE.PITAS''111 WPRC:VE.WENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJWTNO 00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation.in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses, City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH VA'POINT.S UIM 4J`VTLLA(; S'IWE:TSClPE i'2/4SV 11TUPROY"FIM,NT5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1 TY PK().JL C;'1"f4°C7.(.10701 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 28 of 63 I 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. i C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on ' the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station ry Austin, TX 78711; or 2. bttp://www.wiiidow.state.tic.us/taxinfo►taxforms/93-fonms.html 6.12 Use of Site and Other 14reas s A. Limitation on Use of Site and Other Areas: t 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is f 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 SIX POINTS UR.RAY VT1 LA GE STRFFYSCAP.E YII.4SE II IMPRC3I'F'tb1ENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C'ITYPRalFC'T-VO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning. 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility docs not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, not for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH SIY POINTS I TRBAN VTO A GE STIt1:E TSi.AI,P.'PI',1SR i!A1PROY'ti:4-fr TS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIT: PR0.II:'C3'NO,00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. s 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH SIX POINTS i;RB4V VII[AGE STREJ TSCA PE PHASF.11 h1IPROV0WF VTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNO.W-05 Revised November I7,2016 007200-I GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH SI POI TTS UR.13.9:b VI fAC s S:Rf F'iJwAP�'f'FL�St'iI..T.rllC'�tOY slvll;NTE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C11T;PR(- 11C,'T'1V0 00705 Revised Novembar 17,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 7 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City s Review.• 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction {except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents} or to safety precautions or programs incident thereto..The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal..City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:. 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;.or CITY OF FORT WORTH SIXPOINTS LTBA Y YILL4GF STRP ETSCAPL'FII_JSE I!L3fPRO0 F,V EVTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO,00705 Revised November 17,2016 007200-I GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will,constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City, 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall famish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS MI)EMNIFICATIM PROVISION IS 5PECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH SIX POINTS i,Rf3,4.N YI1 t/I GE STR-E:"rSCAP6 PH,ISE:111"I"Rol"BI KNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRO.H..Cl-NO.00700 Revised November 17,2016 007200-1 s GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY„ ]TENDED TO_„12PERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT ffERE C"SED, .LE OR LN PART BY ANY ACT, NU SIO OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH SLK POI..N,TS IiRLIAV VILLAGE STREETSCAPE PHASE If ni IPROV-E 11VA-TS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PI OJI,.CT NO.007115 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. . ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work, provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and.results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH s1.�POIYTg U103AV YTIJ-AGE STRE:i-Sc,APP,Pr.IrrsI�Ir rlVPR0vF w,Vrs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJf'(;T V6G 007f)5 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1, the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. '• 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH SIXPOINTS I;RBAS"Y.'.LLAG'F STRF_F_'TSCAPL•;PILOSE H IILIPROVF_ME TS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPRWE-CTNO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents, B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < irlscrt name; here or his/her successor pursuant to written notification from the Director of < insert Ii1maging doparftn;nt here>. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed.Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH SIX POINTS IIf?RAN V11 LA STRE ETSCA PE PN,Sli 11 fall?R 0 1-hVhATS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRCUE CT,9. 0070.5 Revised November 17,2016 i 007200-1 GENERAL CONDITIONS Page 38 of 63 r 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written. recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be s memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH SIX POI TS LTRR-41V VY IAGIw STMEETSCAPE PILISS 11 LLIPNOb`EME.N75 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY FROJECT NO 00705 Revised November 17,2016 007200-I GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17, 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH Sl)(POINTS IJI111.4N YLE.1AG'E Sn;i,ET:CiIP'-PTIA.S_s 11 1171'R0VEi'KhNT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GITYPRJJS't:T ND.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 t 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the parry making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 4 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 S1k'POINTS URHAY VILL,!GI%STREP TSCIPF.PHAS,:TII1TIPROVLVENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TY"PRO.I:;CT.tiO 00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CTTYOFFORT WORTH VXP01N-S(J1?R4.7Vt�7ll.ftCf STRF'17SC'.#P: 1�111�1III,yiP�i(�1'F,M,4'NTS STANI)ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY"Y PROJECT NO.00705 Revi sed November 17,2016 007200-1 ' GENERAL CONDITIONS Page 42 o€63 r 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 j City and Contractor and shall deliver such bids to City, who will then determine,,which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly 'or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. £ The cost of utilities, fuel, and sanitary facilities at the Site: g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH SIX POINTS L'Rc7AX YII.I-I GE STRELY' C,,IPE PIIASE It I1vIPROb E.WE YK3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPRQIECT VO.00705 Reviscd November 17,2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals. (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.0LA.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractors Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CrrY OF FORT WORTH SiA"O,.VTT 1I1t.1lAN 1,71.1,ACii`:S'ITtI".ETS'C iFk'PJ1,1SP TI IMPkO EM ENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C17Y PRGYL,CTIVO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the '- foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functio-rally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if. 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra. Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH SIXPOINTS UI?I AN'VII L.9 GF STRFE SC.4P PH 3S1"It I.VPROI EMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PR0JFCT iV0.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. S. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an . adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased. or decreased by the amount involved in the change, and the 25% variance will apply to -the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans - quantity. CI'T'Y OF FORT WORTH SIX POINTS URB.4 N YI!_LA GH STREETSCil PE PH.DISE If INIPROV ir',VEA TS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (17Y PROJE;-2 O, (70705 Revised November 17,2016 00 72 00-1 GENERAL CONDITIONS Page 46 of 63 f E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. t B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of'the items involved (subject to the ' provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost 1 of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work, or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as a follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using.standard rental rates; F 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH SIXPoPUTS•URB.FV VT1.Is1GFS7RFFTSCAPF P UASFIfI411PR0VI-IfF.VTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs I1.0l.A.6, and 11.0l.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses,,or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH SIX PO,!.U.IS ORIS, N VR-14 GE S?'R- !°T'.S'[C«.k'P11ASE 8 1i11.PR0YEA1EjV S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPRO.IFICTNO.(X1705 Revised November 17,2016 00 72 00-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice ofDefects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH SIX POI. T4 6'.R&I V Y71 LAGE STREETS'CAPE PFLISF_11 LVIPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPI OJEC"T:tiO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment, I. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH SIX POINTS URS.-IN VII_I.AG"E 11 1.14PRCJI"Ei.VlfsNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C.ITYFi?Ofl-; "i N01 00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 7 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 i A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or = 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH SIX POINTS URRAV t_"JAGE STREFTSCAPE PII1Sf':IIMIPRM 1FMr,,M1-S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.0070.5 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other.obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perforin the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stared at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH SIX POINT'S URkA N V11/dPE Pf/9SE 11 illiPROY EiVf-V?: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ct7YPROJT C NC..! 00 0 Revised November 17,2.016 00 72 00-1 F GENERAL CONDITIONS Page 52 of 63 F S costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ` ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. ` 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be r satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an s 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 S]k'POLNTS U1?H4,N"vILLs1G1•:STREETSCAPi=PIL4SE 111. WHOtlLtIF_I K STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO 00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH SIXPOINIS URBAN �TI.f. iCiH'STKI_r'.'T)C.i7'h_'i'1!iSh"IC r�CPRl1r'�"eYIG 4'TS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRO.71,CTNO, 070.1 Revised November 17,2016 007200-I GENERAL.CONDITIONS i Page 54 of 63 1 e. City has actual knowledge of the occurrence of any of the events enumerated in a 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%). i D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or = c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. t 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than . the time of payment free and clear of all Liens. CITY OF FORT WORTH SLY 0,r..%T S Uk8r3h"VT1 L A GE STRFS1-SCAPE PTIASE 111lv11'RoV VIE-TS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJEC'T-VO.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, deter-nines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in. writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH SLfPOINTS URBAN VU LAGF_ -1"F ii I1tiIPROGT Yfiir4[t STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS i,Iff rkO,!EC7 NO/ 00705 Revised November 17,2016 00 72 00-1 GENERAL CONDITIONS Page 56 of 63 J 14.07 Final Payment A. Application for Payment: i 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for 3 final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; E b. consent of the surety, if any,to final payment; 3 c. a list of all pending or released Damage Claims against City that Contractor believes are S unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that.the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH SIX POINTS URH4..'v VI1.I,AG E STRE:4 7'.5C.1P1i PTfASE 111111PROI7-1A1EVT,S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIYYPROJECT NO,00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. if it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH SIV POINTS UR84N V0.I tC1�-STRELTSCAPF. PI!,;SE ff IMPRC)L"EXI NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROD!-,CT N,Cf 0070.5 Revised November 17,2016 i 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3, Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. ` 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's,right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not continence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH S1X PQWTS UR BAN V11.1 tlGE STRE s'7SCAP!''PHJ SI:If ffVPROV1;-ivfF,OPTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT,V0,00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the.site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such. claims, costs, lasses 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 15.02.5, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH Sf l f"1!NT'_5 i 1RB/IV Vl",A GE STRE°.TS e"APE P11,1S:."IC 111;-IR0? flicN7s STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CI YPROJECT NO.007115 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the = Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver-in the manner, at the times, and to the extent, if any, directed by the City: a, the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City.. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH S1X POINTS LRHAv VILIAGE ST1?Eh TSGAPF PHASE It IMPROV[DwrtiTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPR0.Tr"CT.V0.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1, completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and 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 SIXPOINTS UR8,41V VILLA;;b ST 1UXTS'CAPE PRASE i ITriP.ROb EM X S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C:i7"YPRO,11-c- No.00176.5 Revised November 17,2016 i 007200-t GENERAL CONDITIONS Page 62 of 63 1, elects in writing to invoke any other dispute resolution .process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH SIk POINTS URBAN YAIAG2:STREFTSCAPE PHASE II hVIPROP-W tiTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT O.00705 Revised November 17,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH SIX POINTS URBAN VRL4Gh S7'RE.h-TSC14 PE PIC9S'i II liViPRO 11"WENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY ROJECa NO.0070-5 . Revised November 17,2016 t 00 73 00- 1 SUPPLEMENTARY CONDITIONS Page 1 of 6 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement Iimits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of bands" 34 35 The following is a list of known outstanding right-of-way,and/or casements to be acquired, if any as of 36 May 9, 2018: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 3 Jesus Reyes 6/30/2018 4 Maria V. Lopez 6/30/2018 g Kulbhuahan Sood &Shashi Sood 6/30/2018 16 Morgan Roberts 6/30/2018 17 Hoppenstein Properties, Inc. 6/30/2018 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE 1I1WR0VEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUM-NTS CITYPROJECTNO.00705 Revised November 17,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 1 If Contractor considers the final easements provided to differ materially from the representations on the 2 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 3 notify City in writing associated with the differing easement line locations. 4 5 SC-4.01A.2,"Availability of Lands" 6 7 Utilities or obstructions to be removed,adjusted,and/or relocated 8 9 The following is list of utilities and/or obstructions that have not been removed,adjusted, and/or relocated 10 as of May 9, 2018: 11 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT City of Fort Worth 12"water line on Sylvania Ave at intersection 2018 by Contractor City of Fart Worth 8"water line at intersection of Sylvania and Race 2018 by Contractor Cat o Fort Worth 8"water line on Race Street near Oakhurst Scenic Dr. 2018 b Contractor Y f ......... ..... ..... y ......... 12 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 13 and do not bind the City. 14 15 SC-4.02A.,"Subsurface and Physical Conditions" 16 17 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 18 19 None 20 21 SC-4.06A.,"Hazardous Environmental Conditions at Site" 22 23 The following are reports and drawings of existing hazardous environmental conditions known to the City: 24 None 25 26 SC-5.03A.,"Certificates of Insurance" 27 28 The entities listed below are"additional insureds as their interest may appear" including their respective 29 officers,directors,agents and employees. 30 31 (1) City 32 (2) Consultant: Freese and Nichols, Inc. 33 (3) Other: Spooner and Associates 34 35 SC-5.04A.,"Contractor's Insurance" 36 37 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 38 coverages for not less than the following amounts or greater where required by laws and regulations: 39 40 5.04A. Workers'Compensation, under Paragraph GC-5.04A, 41 42 Statutory limits 43 Employer's liability 44 $100,000 each accident/occurrence 45 $100,000 Disease-each employee 46 $500,000 Disease-policy limit 47 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 00705 Revised November 17,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 SC-5.04B.,"Contractor's Insurance" 2 3 5.04B. Commercial General Liability,under Paragraph GC-5.0413. Contractor's Liability Insurance 4 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 5 minimum limits of- 6 7 $1,000,000 each occurrence 8 $2,000,000 aggregate limit 9 10 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 11 General Aggregate Limits apply separately to each job site. 12 13 The Commercial General Liability Insurance policies shall provide"X", "C",and"U"coverage's. 14 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 15 16 SC 5.04C., "Contractor's Insurance" 17 5.04C. Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance under 18 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 19 20 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 21 defined as autos owned, hired and non-owned. 22 23 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 24 least: 25 26 $250,000 Bodily Injury per person/ 27 $500,000 Bodily Injury per accident/ 28 $100,000 Property Damage 29 30 SC-5.04D.,"Contractor's Insurance" 31 32 The Contractor's construction activities will require its employees,agents,subcontractors,equipment, and 33 material deliveries to cross railroad properties and tracks owned by "None 34 35 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 36 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 37 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 38 Entry Agreement"with the particular railroad company or companies involved,and to this end the 39 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 40 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 41 to the Contractor's use of private and/or construction access roads crossing said railroad company's 42 properties. 43 44 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 45 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 46 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 47 occupy, or touch railroad property: 48 49 (1) General Aggregate: $NIA 50 51 (2) Each Occurrence: $N/r1 52 53 Required for this Contract X Not required for this Contract 54 55 With respect to the above outlined insurance requirements,the following shall govern: CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHA,5E f/IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO,00705 Revised November 17,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 2 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 3 the name of the railroad company. However, if more than one grade separation or at-grade 4 crossing is affected by the Project at entirely separate locations on the line or lines of the same 5 railroad company, separate coverage may be required,each in the amount stated above. 6 7 2. Where more than one railroad company is operating on the same right-of-way or where several 8 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 9 may be required to provide separate insurance policies in the name of each railroad company. 1a 11 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 12 railroad company's right-of-way at a location entirely separate from the grade separation or at- 13 grade crossing, insurance coverage for this work must be included in the policy covering the grade 14 separation. 15 16 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 17 ight-of17 way, all such other work may be covered in a single policy for that railroad, even though the work 18 may be at two or more separate locations. 19 20 No work or activities on a railroad company's property to be performed by the Contractor shall be 21 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 22 for each railroad company named,as required above. All such insurance must be approved by the City and 23 each affected Railroad Company prior to the Contractor's beginning work. 24 25 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 26 has been completed and the grade crossing, if any,is no longer used by the Contractor. In addition, 27 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 28 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 29 railroad company operating over tracks involved in the Project. 30 31 SC-6.04.,"Project Schedule" 32 33 Project schedule shall be tier 3 for the project. 34 35 SC-6.07.,"Wage Rates" 36 37 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 38 Appendixes: 39 WAGE RATE TABLE FOR CITY OF FORT WORTH PROJECT NUMBER 00705 40 41 SC-6.09.,"Permits and Utilities" 42 43 SC-6.09A.,"Contractor obtained permits and licenses" 44 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 45 .l. Street Use Permit 46 2. Texas Pollutant Discharge Elimination System(TPDES) General Construction Permit 47 48 SC-6.09B. "City obtained permits and licenses" 49 The following are known permits and/or licenses required by the Contract to be acquired by the City: 50 None 51 52 SC-6.09C. "Outstanding permits and licenses" 53 54 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of March 8, 55 )(JI CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PILOSE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised Noveinber 17,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 1 2 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None J 3 4 SC-6.24B.,"Title V.I,Civil Rights Act of 1964 as amended" 5 6 During the performance of this Contract,the Contractor,for itself,its assignees and successors in interest 7 (hereinafter referred to as the "Contractor")agrees as follows: 8 9 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 10 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, 11 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 12 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part 13 of this contract. 14 15 2. Nondiscrimination: The Contractor,with regard to the work performed by it during the contract,shall 16 not discriminate on the grounds of race,color, or national origin, in the selection and retention of 17 subcontractors, including procurements of materials and leases of equipment. The Contractor shall not 18 participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the 19 Regulations, including employment practices when the contract covers a program set forth in 20 Appendix B of the Regulations. 21 22 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment: In all 23 solicitations either by competitive bidding or negotiation made by the contractor for work to be 24 performed under a subcontract, including procurements of materials or leases of equipment,each 25 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 26 under this contract and the Regulations relative to nondiscrimination on the grounds of race, color,or 27 national origin. 28 29 4. Information and Reports: The Contractor shall provide all information and reports required by the 30 Regulations or directives issued pursuant thereto,and shall permit access to its books,records, 31 accounts,other sources of information and its facilities as may be determined by City or the Texas 32 Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders 33 and instructions. Where any information required of a contractor is in the exclusive possession of 34 another who fails or refuses to furnish this information the contractor shall so certify to the City,or the 35 Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to 36 obtain the information. 37 38 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 39 nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the 40 Texas Department of Transportation may determine to be appropriate, including,but not limited to: 41 42 a. withholding of payments to the Contractor under the Contract until the Contractor 43 complies,and/or : 44 b. cancellation,termination or suspension of the Contract, in whole or in part. 45 46 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs(1)through 47 (6)in every subcontract, including procurements of materials and leases of equipment,unless exempt 48 by the Regulations,or directives issued pursuant thereto.The Contractor shall take such action with 49 respect to any subcontract or procurement as City or the Texas Department of Transportation may 50 direct as a means of enforcing such provisions including sanctions for non-compliance:Provided, CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREET.SCAPE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO. 00705 Revised November 17,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 1 however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a 2 subcontractor or supplier as a result of such direction, the contractor may request City to enter into 3 such litigation to protect the interests of City,and, in addition,the contractor may request the United 4 States to enter into such litigation to protect the interests of the United States. 5 6 Additional Title VI requirements can be found in the Appendix. 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 of None v•ac 12 13 14 SC-8.01,"Communications to Contractor" 15 16 Coordination with Six Points Phase I Contractor(Contact to be provided upon contract award) 17 18 SC-9.01.,"City's Project Manager" 19 20 The City's Project Manager for this Contract is Wilma Snaith,or his/her successor pursuant to written 21 notification from the Director of Transportation and Public• Works. 22 23 SC-13.03C.,"Tests and Inspections" 24 25 26 27 SC-16.01C.1,"Methods and Procedures" 28 29 ni 30 31 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9-01-, "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE It IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT NO.00705 Revised November 17,2016 i 01 11 00-1 SUMMARY OF WORK Page I of 3 1 SECTION 01 1100 2 SUMMARY OF WORK 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily Iimited to: 10 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises a 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of.materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORTWORTH SLV POINTS URBAN[PILLAGE STREET.SCAPE PHASE II L111PR0 FEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.00705 Revised November 17,2016 011100-2 SUN MARY OF WORK Page 2 of 4 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. if the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 S. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH SLY POINTS URBAN VILLAGE STREET.SCAPE PHASE 111A4PR06EMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 01 1100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.14 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] I0 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 i CITY OF FORT WORTH lX POINTS URBAN 1"ILLAGE STREETSC APE PIL4SE IIIiVPR01'EWENTS _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJF.CT NO.00705 Revised November 17,2016 ' 01 25 00-1 SOBSTITUTION PROCEDURES Page I of 4 1 SECTION 0125 00 i 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item, 23 1.3 REFERENCES [NOT USED 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers,provided said products are "or-equals," as ? 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH SLYPOINT.S URBAN TILLAGE STREET.SCAPEPHASE 11IMPROVEMENTS STANDARD CONSTRUCTION SPECIFTCATION DOCUMENTS CITYPROJECTNO.00705 Revised November 17,2016 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH S1X P0£NTS URBAN VILLAGE STREET.SCAPE PHASE.11IMPROVEMF,NTS STANDARD CONS,rRUC'CION SPEVIFICATION DOCUMENTS CITYPROJECT NO. 00705 Revised November 17,2016 Of 2500-3 SUBSTITUTION PROCEDURES 1 Page 3 of 5 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original ' 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED[ 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE 11 IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJF_CT NO,00705 Revised November 17,2016 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH SIX POINTS URBAN FILLAGE STREETSCAPE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.00705 Revised November 17,2016 J 01 31 19-1 PRECONSTRUCTION MEETING Page l of 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1, None. 10 C. Related Specification Sections include, but are not necessarily limited to: 1 1 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 I. 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 SIX POINTS URBzIN VILLAGE STREETSCAPE PHASE If 111PRO6 EMFNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.OIJ705 Revised November 17,2016 01 31 19-2 PRLCONSTRUCfION MEETING Page 2 of 4 I e. Other City representatives 2 f Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 a. 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 cc. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH SUPOINTS URBAN VILLAGE STREk,TSCAPE PHASE 111MPR0VEA411NTS SI'ANDAKL)CONS'T'RUCTION SPECIFICATION DOCUMENTS CITYPRO.IECT NO. 00705 Revised November 17,2016 I 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] k 5 1.9 QUALITY ASSURANCE [NOT USEDI 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] S 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 r CITY OF FORT WORTH .SIX POINTS URBAN I7LLAGE STREETSCAPI"PHASE II IhIPROI'.ENIENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT Np.00705 Revised November 17,2016 r 013120-1 PROJECT MEETINGS + Page 1 of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification i 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 _General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORT11 SI,YPOINTS URBAN HLLAGE STREETSCAPE PHASE II LLIPROI'F„YIEiVT5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 00705 Revised November 17,2016 013120-2 PROJECT MEETINGS Page 2 of 4 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH SLYPOINTS URBAN 17LLAGE STREF_TWAPF PHASF 11IMPROVF,MF.NTS STANDARD CONSTRUCT10N SPECIFICATION DOCUMENTS C_ITYPROJECTNO.00705 Revised November 17,2016 r 1 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: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location = 9 a. The City will establish a meeting location. F 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 i CITY OF FORT WORTH WX POINTS URBAN VILLAGE STREETSCAPE PHASE11 BIPROVErL1ENTS STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT A'O.00705 Revised November 17,2016 01 32 16- 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 r 1 SECTION 01 32 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PARTI - 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: A 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4- Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5- Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations,high public visibility 36 I) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH SIX POINTS URBAN t ILLAGE STREETSC'APE PHASE 11I UPROf EMENTS _ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITFPROJECT NO.0070.1 Revised November 17,2016 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative- Concise narrative of the schedule including schedule 2 changes, expected delays,key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day,working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CPTY OF FORT WOR1'II SIXPOIhT.S URBAN VILLAGE STREET.SC4PE PHASF_ITTMPROVF'MF.NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 01 3216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 I I D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 2t days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 I) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date ` 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH SIX POINTS URB.IN VILLAGE STREE.TSCAPE PHASE 11 hVIPROd E311ENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO,00705 Revised November 17,2016 013216-4 CONSTRUCTION PROGRESS SCHEDI TLE Page 4 of 6 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 1.3 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH ,SIX POINT'S URBAN VILLAGE STREETSCAPE PHASE 11 IMPROVEMENTS STANDARD CONSTRUCI[ON SPECIFICATION DOCUMCNTS CITY PROJECT NO.00705 Revised November 17,2016 {113216-5 CONSTRUCTION PROGRESS SCREDUI.E Page 5 or 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CI'T'Y OF FORT WORTH UX POIXT.S URB11N IILL11GE STREETSC,4PE PH.ISE 11I bIPROI'F,LIENT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT w0.00705 Revised November 17,2016 f 01 32 33- l PRCCONSTRUCTION VIDEO Pagel of 3 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 19 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 SIX POINTS URBAN 6ILLAGE STREE7'SCRP11,'PHASE Il I,U PROV1111ENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITF'PRO.IEC'T NO.00705 Revised November 17,2016 033233-2 PRE CONSTRUCTION VIDEO Page 2 of 2 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FOR'3'WORTH SIX POINTS URBAN HLLAGE STREETSCAPE PHASE II IMPROi EMEJVT'S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNO.00705 Revised November 17,2016 0[3300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY ' 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 0 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 oGY POINTS URBAN F7LLAGE STREFTSCAPE PHASE U LVIPROI'ElUENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT NO. 00705 Revised November 17,2016 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 1.0 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission,B=3rd submission, C-4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria,materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 V2 inches x I 1 inches to 8 %2 inches x I linches. 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 I Table of Contents 44 e. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH SIXPOINTS URBAN TILLAGE STREETSCAPE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT N0, 00705 Revised November 17,2016 Of 3300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 f4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials I I S. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings lb 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 c. Custom templates 23 £ 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 Iimited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH WX POINTS URBAN VILLA STREETSCAPE PHASE 11 IMPROV EIVIENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 01 3300-4 S CBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 1.4 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1, Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH SIX POINTS UIi.BAN VII L.AGF.STRF.F.TSCAPE PHASE II IMPROV FAIF.NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT NO. 00705 Revised November 17,2016 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, F 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4, if the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code ] 44 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH SIX POINTS UIWAN VILLAGE"STREETSCAPF,P11ASE II IMPRO FFM 4"NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO:00705 Revised November 17,2016 01 3300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTEDIRESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 e) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FOR"f WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE If IMPROVFMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.00705 Revised November 17,2016 01 3300-7 SUBMITTALS Page 7 of 9 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. I3 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) forin provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information, 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 SIX POINTS URBAN VILLAGE STRE_ETSCA PE PHASE 11 R11PROFF/LENTS STANDARD CONSTRUCTION SPECIFICATION DOMALNTS CITF'PROJEC'T NO.00705 Revised November 17,2016 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE 11 IMPROV EMENTS STANC)ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT NO. 00705 Revised November 17,2016 013513-1 SPECIAL PROJECT PROCEDURES Page l of 8 I SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight, Etc. 12 f. Water Department Notification I3 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking is B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25 —Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT'WOK"1Tl SIXPOINTS URBAN VILLAGE STREETSC'APE PHASI,H L11,PROGEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO,00705 Revised November 17,2016 01 35 13-2 SPECIAL PROJECT PROCF.DURFS Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT wm:rIi SIX POIATTS URBAN VILLAGE STREET,SCAPE PHASE fl AlfPROVEMENT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJE CTNO. 00705 Revised November 17,2016 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of S 1 a. Notification shall be given to: 2 1) The power company (example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service,will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. ' 33 2) However, the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight, Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREF_T.SCAPE PHASE II INIPROVE.VENT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO,00705 Revised November 17,2016 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 I 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project, 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 1) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 1. Public Notification of Temporary Water Service interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCA PE PHASE II IMPROVEMENTS STANDAIU)CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 i 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 r 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project '. 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers (USAGE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 £ Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at Iocations approved by the City. CITY 01,FORT WORTH SIXPOINT.S URBAN{'ILLAGE STREETSCA PE PHASE H h11fPR 0 VEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 00705 Revised November t7,2016 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS INOT USED[ 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION INOT USE, 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 O.Johnson Safety,Subtitle A. Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a'FCEQ Air Permit 13 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE 11 IMPRO VEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 00705 Revised November 17,2016 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 9 i 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 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> _ 29 30 OR 31 32 Mr. [CITY INSPECTOR> AT C TELEPHONE NO.> 33 r 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH SIX POINTS URBAN IILLAGE STREETSCRPE PHASE 11 L11IPROVEHFNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITI'PROJECTNO, 00705 Revised November 17,2016 Of 35 13-8 SPECIAL,PROJECT PROCEDURES Page 8 Of 8 1 EXHIBIT B 2 FORT WORTH Da: DOE NO.XXXX ftoje"munw. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS,SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 - - - 4 CITY OF FORT WORTII SIX POINTS URBAN VII,1..AGF.STREFTSCAPE PHASE 11 hYIPROVEAlENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.00705 Revised November 17,2016 4 01 4523- I TESTING AND INSPECTION SERVICES Page I of 3 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY -• 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: i 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents, 29 2, Coordination 30 a. When testing is required to be performed by the City,notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FOR"r WORTH 51X POINTS URBAN VILLAGE STREF'T.SCfPE PHASE It IMPROT'F,MF.NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECTNO. 00705 Revised November 17,2016 014523-2 TESTING AND INSPECTION SLRVICES 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) I 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 Lard 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 I l Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED[ 24 1.11 FIELD [SITE[ CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH SLY POINTS URBAN VILLAGE STREETSCAPE PHASE H IMPR0VEA-LE NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page I of4 I SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division i General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STRF,FT.SCAI'F.PHASE II IMPROI'F.MENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJEC'T NO, 00705 Revised November 17,2016 01 5000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 l) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing y 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORfH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE 11 IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 00705 Revised November 17,2016 015000-3 TEMPORARY FACILITIES AND CONTROLS i Page 3 of 5 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] : 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 4 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREET.SCAPE PHASE 11111PROVEMF.NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTIVO. 00705 Revised November l7,2016 015000-4 TEMPORARY FACILrrIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF.FORT WOKIT( SIX POINTS URBAN VILLAGE STREETSCAPE PHASE H IMPRO t E IMAITS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 00705 Revised November 17,2016 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 I I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 I. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH SIX POINTS URBAN I'll[AGE STRF.F.TSCA PF_PHASE II IMPR06EMFNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT NO. 00705 i Revised November 17,2016 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 4 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to T 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STRE,ETSCAPE PHASEII IMPROFE1vlENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CfTY PROJECT NO.00705 Revised November 17,2016 1 01 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 t 1 s CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREE.T.SCAPE PHFISF IL hVIPRO EIVI NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 1 Revised November 17,2016 S 0[5713- I STORM WATER POLLUTION PREVENTION Page 1 of 3 I I 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 PIans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division I —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than I 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: NOT 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storin Management(iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan, CITY OF FORT WORTH SIX POINTS URBAN 17LI.AGF STREET,SCAPE PHASE H ILIPR06E,LIENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 00705 Revised November 17,2016 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of4 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. l to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division, (8 17) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) ,Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF PORT WORTH .SIX POINTS URBAN VILLAGE STRFF,TSCAMSS'PHASE 1111I1PROVEMENTS STANDARD CONSTRUCTION SPEVIFICATION DOCUMENTS CITYPRQIECTNO.00705 Revised November 17,2016 01 57 13-3 STORM WATER POLLUTION PREVENTION Pagc 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] F 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] t 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH SIX POLVTS URBAN VILLAGE STREETSCAPE PHASE It LUIPROIEUIF_NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 r 01 58 13-1 TEMPORARY PROJECT SIGNAGE Page 1 of3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL t 4 1.1 SUMMARY -. 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION 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 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria CITY OF FORT WORTH SIX POINTS URBAN FILLAGE STREETSCAI'EPIIASF.111X1PR0VF.WFNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.00705 Revised November 17,2016 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 4 1 1. Provide freestanding Project.Desigmation Sign in accordance with City's Standard 2 Details for project signs. 3 B. Materials 4 1. Sign 5 a. Constructed of/4-inch fir plywood, grade A-C (exterior) or better 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. General t4 1. Provide vertical installation at extents of project. 15 2. Relocate sign as needed,upon request of the City. 16 B. Mounting options 17 a. Skids 18 b. Posts 19 c. Barricade 20 3.5 REPAIR 1 RESTORATION [NOT USED[ 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED[ 23 3.8 SYSTEM STARTUP [NOT USED[ 24 3.9 ADJUSTING [NOT USED 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE 29 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 CITY OF FORT WORTH SIX POINTS URBAN I7LLAGE STREET.SCAPE PHASE 11IMPROYEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 01 5813-3 TEMPORARY PROJECT SIGNAGE k Page 3 of 3 { i [ Revision Log DATE NAME SUMMARY OF CHANGE I J 2 r z f 4 i CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPF.PHAV II IMPROb EIVIFIVTS STANDARD CONSTRUGRON SPECIFICATION DOCUMENTS CITY PROJECT NO. 00705 Revised November 17,2016 1 01 60 00- 1 PRODUCT REQUIREMENTS Page 1 of 3 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH SIX POINTS URBAN 67LLACE STREET.SCAPE PHASE H LYIPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITI'PROJF,CTNO,00705 Revised November 17,2016 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WOR'1'11 SIX POINT'S URBAN VILLAGE STREET.SCAPE PHASE It hiltPROVEIVENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT ASO.00705 Revised November 17,2010 r 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS t 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments I 1 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: f 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division I —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] - 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH SLY POINTS URBAN 67LLAGE STREET,SCRPE PHASE 111,14PROyEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 016600-2 PRODUCT STORAGE AN])i[ANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location, 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF PORT WORTH SIXPOINTS URBAN FULAGESTREETSCAPE PHASE HIMPROVEmb,NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT NO.00705 Revised November 17,2016 r 016600-3 PRODUCT STORAGE AND HANDLING RF,QUIREMENTS Page 3 of 5 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USE, 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 JOR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OIC FORT WORTH SIX POINTS URBAN PILLAGE STREETS'CAPE.PHASE It IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJEC'TNO. 00705 Revised November 17,2016 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE 11IMPROVEeLfENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.00705 Revised November 17,2016 E 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART ! - GENERAL 4 1.1 SUMMARY - 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents : 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be Made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects _ 45 a. Mobilization and Demobilization CITY OF FORT WORTH SIX POINTS URBAN TILLAGE STRE'E.TSCA.PE PHASE 11IMPROI"ElfENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 00705 Revised November 17,2016 01 7000-2 MOBILIZATION AND REMOMLIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division l General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization" in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CI'T'Y OF FOR1'WORTH SLX POINTS URBAN VILLAGE STREETSCAPE PHASE II IMPROVE MLNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 017000-3 MOBTLIZATION AND REMOBILIZATION Page 3 of 5 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents II b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement" will be paid for at the unit 14 price per each "Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section l.l.A.4.a) 34 2) Demobilization as described in Section 1.I.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE II hiltPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 l 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED[ 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH SLYPOINTS URBAN VILLAGE STREETSCAPE PHASE III.YIPR06EIVENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S CITY PROJECT NO. 00705 Revised November 17,2016 (17123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 01 7123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES t 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 1) 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 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. 27 3) Preparation and submittal of construction staking documentation in the 28 form 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. 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 Iump sum price bid for"As-Built Survey". 1 1 CITY OF FORTWORTH SIXPOINT.S URBAN VILLAGE STREETSC'APE PHASF It I,LIPROI'FX1FNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 iRevised February 14,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for"As-Built Survey" shall be made in partial payments prorated 2 by work completed compared to total work included in the lump sum item. 3 c. The price bid shall include,but not be limited to the following: 4 1) Field measurements and survey shots to identify location of completed 5 facilities. 6 2) Documentation and submittal of as-built survey data onto contractor redline 7 plans and digital survey files. 8 9 1.3 REFERENCES 10 A. Definitions 11 1. Construction Survey-The survey measurements made prior to or while 12 construction is in progress to control elevation, horizontal position, dimensions and 13 configuration of structures/improvements included in the Project Drawings. 14 2. As-built Survey—The measurements made after the construction of the 15 improvement features are complete to provide position coordinates for the features 16 of a project. 17 3. Construction Staking--The placement of stakes and markings to provide offsets 18 and elevations to cut and fill in order to locate on the ground the designed 19 structures/improvements included in the Project Drawings. Construction staking 20 shall include staking easements and/or right of way if indicated on the plans. 21 4. Survey"Field Checks"—Measurements made after construction staking is 22 completed and before construction work begins to ensure that structures marked on 23 the ground are accurately located per Project Drawings. 24 B. Technical References 25 1. City of Fort Worth Construction Staking Standards (available on City's Buzzsaw 26 website)—01 71 23.16.01 Attachment A—Survey Staking Standards 27 2. City of Fort Worth- Standard Survey Data Collector Library(fxl) files (available 28 on City's Buzzsaw website). 29 3. Texas Department of Transportation(TxDOT) Survey Manual, latest revision 30 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 31 Surveying in the State of Texas, Category 5 32 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. The Contractor's selection of a surveyor must comply with'Texas Government 35 Code 2254 (qualifications based selection) for this project. 36 1.5 SUBMITTALS 37 A. Submittals, if required, shall be in accordance with Section 0133 00. 38 B. All submittals shall be received and reviewed by the City prior to delivery of work. 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Field Quality Control Submittals 41 1. Documentation verifying accuracy of field engineering work, including coordinate 42 conversions if plans do not indicate grid or ground coordinates. CITY OF 1.OR`F WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE 17ItMPROVE11ENTS STANDARD CONSTRUCTION SPECIFICATION DOCUM-N I'S CITY PROJECT NO.00705 Revised February 14,2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3of8 1 2. Submit"Cut-Sheets" conforming to the standard template provided by the City 2 (refer to 01 71 23.16.01 --Attachment A Survey Staking Standards). 3 1.7 CLOSEOUT SUBMITTALS 4 B. As-built Redline Drawing Submittal 5 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 6 constructed improvements signed and sealed by Registered Professional Land 7 Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A 8 —Survey Staking Standards) . 9 2. Contractor shall submit the proposed as-built and completed redline drawing 10 submittal one (1) week prior to scheduling the project final inspection for City I l review and comment. Revisions, if necessary, shall be made to the as-built redline 12 drawings and resubmitted to the City prior to scheduling the construction final 13 inspection. 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] J 15 1.9 QUALITY ASSURANCE { 16 A. Construction Staking 17 1. Construction staking will be performed by the Contractor. 18 2. Coordination 19 a. Contact City's Project Representative at least one week in advance notifying 20 the City of when Construction Staking is scheduled. 21 b. It is the Contractor's responsibility to coordinate staking such that 22 construction activities are not delayed or negatively impacted. 23 3. General 24 a. Contractor is responsible for preserving and maintaining stakes. If City 25 surveyors are required to re-stake for any reason,the Contractor will be 26 responsible for costs to perform staking. if in the opinion of the City, a 27 sufficient number of stakes or markings have been lost, destroyed disturbed or 28 omitted that the contracted Work cannot take place then the Contractor will be 29 required to stake or re-stake the deficient areas. 30 B. Construction Survey 31 1. Construction Survey will be performed by the Contractor. 32 2. Coordination 33 a. Contractor to verify that horizontal and vertical control data established in the 34 design survey and required for construction survey is available and in place. 35 3. General 36 a. Construction survey will be performed in order to construct the work shown 37 on the Construction Drawings and specified in the Contract Documents. 38 b. For construction methods other than open cut, the Contractor shall perform 39 construction survey and verify control data including,but not limited to, the 40 following: 41 1) Verification that established benchmarks and control are accurate. 42 2) Use of Benchmarks to f imish and maintain all reference lines and grades 43 for tunneling. 44 3) Use of line and grades to establish the location of the pipe. CITY OF FORT WORTH SIX POINTS URBAN f ILLAGE STREETSCAPE PHASE IIIMPRObEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJF.CT NO. 00705 Revised February I4,2018 01 71 23-4 CONSTRUCTION STAKING AND SURVEY Page 4 of S 1 4) Submit to the City copies of field notes used to establish all lines and 2 grades, if requested, and allow the City to check guidance system setup prior 3 to beginning each tunneling drive. 4 5) Provide access for the City, if requested,to verify the guidance system and 5 the line and grade of the carrier pipe. 6 6) The Contractor remains fully responsible for the accuracy of the work and 7 correction of it, as required. 8 7) Monitor line and grade continuously during construction. 9 8) Record deviation with respect to design line and grade once at each pipe 10 joint and submit daily records to the City. 11 9) If the installation does not meet the specified tolerances (as outlined in 12 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 13 the installation in accordance with the Contract Documents. 14 C. As-Built Survey 15 1. Required As-Built Survey will be performed by the Contractor. 16 2. Coordination 17 a. Contractor is to coordinate with City to confirm which features require as- 18 built surveying. 19 b. It is the Contractor's responsibility to coordinate the as-built survey and 20 required measurements for items that are to be buried such that construction 21 activities are not delayed or negatively impacted. 22 c. For sewer mains and water mains 12"and under in diameter, it is acceptable 23 to physically measure depth and mark the location during the progress of 24 construction and take as-built survey after the facility has been buried. The 25 Contractor is responsible for the quality control needed to ensure accuracy. 26 3. General 27 a. The Contractor shall provide as-built survey including the elevation and 28 location(and provide written documentation to the City) of construction 29 features during the progress of the construction including the following: 30 1) Water Lines 31 a) Top of pipe elevations and coordinates for waterlines at the following 32 locations: 33 (1) Minimum every 250 linear feet, including 34 (2) Horizontal and vertical points of inflection, curvature, 35 etc. 36 (3) Fire line tee 37 (4) Plugs, stub-outs, dead-end lines 38 (5) Casing pipe (each end) and all buried fittings 39 2) Sanitary Sewer 40 a) Top of pipe elevations and coordinates for force mains and siphon 41 sanitary sewer lines(non-gravity facilities) at the following locations: 42 (1) Minimum every 250 linear feet and any buried fittings 43 (2) Horizontal and vertical points of inflection, curvature, 44 etc. 45 3) Stormwater—Not Applicable 46 b. The Contractor shall provide as-built survey including the elevation and 47 location(and provide written documentation to the City)of construction 48 features after the construction is completed including the following: 49 1) Manholes CITY OF FORT WORTH SIX POINTS URBAN 17ILLAGE STRFFTSCAPE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJEC.T NO. 00705 Revised February 14,2018 S 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 F 1 a) Rim and flowline elevations and coordinates for each manhole 2 2) Water Lines 3 a) Cathodic protection test stations 4 b) Sampling stations 5 c) Meter boxes/vaults (All sizes) 6 d) Fire hydrants 7 e) Valves(gate,butterfly, etc.) 8 f) Air Release valves (Manhole rim and vent pipe) 9 g) Blow off valves (Manhole rim and valve lid) -1 10 h) Pressure plane valves 11 i) Underground Vaults 12 (1) Rim and flowline elevations and coordinates for each 13 Underground Vault. 14 3) Sanitary Sewer 15 a) Cleanouts 4 16 (1) Rim and flowline elevations and coordinates for each 17 b) Manholes and Junction Structures 18 (1) Rim and flowline elevations and coordinates for each 19 manhole and junction structure. 20 4) Stormwater Not Applicable 21 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 112 WARRANTY 24 PART 2 - PRODUCTS 25 A. A construction survey will produce, but will not be limited to: 26 1. Recovery of relevant control points,points of curvature and points of intersection. 27 2. Establish temporary horizontal and vertical control elevations (benchmarks) 28 sufficiently permanent and located in a manner to be used throughout construction. 29 3. The location of planned facilities, easements and improvements. 30 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 31 areas,utilities, streets, highways, tunnels, and other construction. 32 b. A record of revisions or corrections noted in an orderly manner for reference. 33 c. A drawing,when required by the client, indicating the horizontal and vertical 34 location of facilities, easements and improvements, as built. 35 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 36 construction staking projects. These cut sheets shall be on the standard city template 37 which can be obtained from the Survey Superintendent(817-392-7925). 38 5. Digital survey files in the following formats shall be acceptable: 39 a. AutoCAD (.dwg) 40 b. ESRI Shapefile (.shp) 41 c. CSV file(.csv), formatted with X and Y coordinates in separate columns(use 42 standard templates, if available) 43 6. Survey files shall include vertical and horizontal data tied to original project 44 control and benchmarks, and shall include feature descriptions CITY OF FORT WORTH SIX POIN7 URBAN TILLAGE STREETSCAPF,PHASE II IMPROVEdIENT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO,0070.5 Revised February 14,2018 01 71 23-6 CONSTRUCTION STAKING AND SURVFY Page 6 of S 1 PART 3 - EXECUTION 2 3.1 INSTALLERS 3 A. Tolerances: 4 1. The staked location of any improvement or facility should be as accurate as 5 practical and necessary. The degree of precision required is dependent on many 6 factors all of which must remain judgmental. The tolerances listed hereafter are 7 based on generalities and, under certain circumstances, shall yield to specific 8 requirements. The surveyor shall assess any situation by review of the overall plans 9 and through consultation with responsible parties as to the need for specific 10 tolerances. 11 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 12 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 13 1.0 ft. tolerance. 14 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 15 c. Paving or concrete for streets, curbs, gutters,parking areas, drives, alleys and 16 walkways shall be located within the confines of the site boundaries and, 17 occasionally, along a boundary or any other restrictive line. Away from any 18 restrictive line, these facilities should be staked with an accuracy producing no 19 more than 0.05ft. tolerance from their specified locations. 20 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 21 electric lines, shall be located horizontally within their prescribed areas or 22 easements. Within assigned areas, these utilities should be staked with an 23 accuracy producing no more than 0.1 ft tolerance from a specified location. 24 e. The accuracy required for the vertical location of utilities varies widely. Many 25 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 26 should be maintained. Underground and overhead utilities on planned profile, 27 but not depending on gravity flow for performance, should not exceed 0.1 ft. 28 tolerance. 29 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 30 specifications or in compliance to standards. The City reserves the right to request a 31 calibration report at any time and recommends regular maintenance schedule be 32 performed by a certified technician every 6 months. 33 1. Field measurements of angles and distances shall be done in such fashion as to 34 satisfy the closures and tolerances expressed in Fart 3.1.A. 35 2. Vertical locations shall be established from a pre-established benchmark and 36 checked by closing to a different bench mark on the same datum. 37 3. Construction survey field work shall correspond to the client's plans. Irregularities 38 or conflicts found shall be reported promptly to the City. 39 4. Revisions, corrections and other pertinent data shall be logged for future reference. 40 41 3.2 EXAMINATION [NOT USED] CITY OF FORT WORM-1 SIXPOINT.S URBAN V11 LA GE STREETSC'APE PHASE II IrMPROVII,bIENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised February 14,2018 s 01 71 23-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 9 1 3.3 PREPARATION [NOT USED] 2 3.4 APPLICATION 3 3.5 REPAIR/RESTORATION { 4 A. If the Contractor's work damages or destroys one or more of the control 5 monuments/points set by the City,the monuments shall be adequately referenced for 6 expedient restoration. 7 1. Notify City if any control data needs to be restored or replaced due to damage i 8 caused during construction operations. 9 a. Contractor shall perform replacements and/or restorations. 10 b. The City may require at any time a survey"Field Check"of any monument 11 or benchmarks that are set be verified by the City surveyors before further 12 associated work can move forward. '• 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 16 City in accordance with this Specification. This includes easements and right of way, if 17 noted on the plans. t 18 B. Do not change or relocate stakes or control data without approval from the City. 19 3.8 SYSTEM STARTUP ° 20 A. Survey Checks 21 1. The City reserves the right to perform a Survey Check at any time deemed 22 necessary. 23 2. Checks by City personnel or 3`,party contracted surveyor are not intended to 24 relieve the contractor of his/her responsibility for accuracy. 25 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] s 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 s Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SIA"POINTS URBAN VILLA GESTREETSCAPEPHASE 11IMPRO[EMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PRO.IECT NO.00705 Revised February 14,2018 01 71 23-8 CONSTRUCIJON STAKING AND SURVEY Page 8 of 8 8/3112012 D.7ohnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under L3;modified 1.6;added 1.7 closeout submittal requirements;modified 1,9 Quality Assurance;added PART 2—PRODUCTS ; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text';revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format 1 CITY OF FORT WORTH SIX POINTS URBi1 Ar VILLA GF STREETSCAPF.PHASE!]IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT MO.00705 Revised February 14,2018 01 74 23- l CLEANING Page 1 of 4 i 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: s 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2, Division 1 —General Requirements 13 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding I4 1.2 PRICE AND PAYMENT PROCEDURES t 15 A. Measurement and Payment 16 1. Work associated with this item is considered subsidiary to the various Items bid. s 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.1.0 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 1 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH S X POINTT URBAN VILLAGE STREETSCAPE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C1TFPR0JF_CT NO.0070S Revised November 17,2016 017423-2 CI,FANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY SNOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [ORJ SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH SIXPOINT,S URBAN VILLAGE STREETSCAPE PHASE IIIMPROVE.HENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT eVO.00705 Revised November 17,2016 017423-3 CLEANING Page 3 of 5 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with ! 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. i 13 3. Confine construction debris daily in strategically located containers): 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 a]1 loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. i39 2. Sweep roadway to remove all rocks,pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH SIX POINTS URBAN VILL11GE STREETSCAPE PHASE 11/AIPRO EIVEIVIS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 00705 Revised November 17,2016 01 7423-4 CLEANING Page 4 of 4 l 4. Tf no longer required for maintenance of erosion facilities, and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF PORT WORTH SLY POINTS URBAN VILLAGE STREETSC,4PE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECI1-'ICAI'10N DOCUMENTS CITY PROJECT NO,00705 Revised November 17,2016 a 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of port 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. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED1 17 L4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH StX POINIS URBAN VILLAGE STREETSC4PE PHASE 11 L PROI EMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 01 77 19-2 CLOSEOUT REQUlltEMENTS Page 2 of 4 1 1.6 INFORMATIONAL SUBMITTALS [NOT USEDI 2 1.7 CLOSEOUT SUBMITTALS [NOT USED 3 PART 2 - PRODUCTS [NOT USED 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with ,Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final inspection, perform final cleaning in accordance with Section 13 017423, 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 £ 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 WORTIi UX POINTS URBAN VILLAGE STRFETS'CAPI'PHASE ll IMPROVEIVIE,NIS STANDARD CONSTRUCTION SPECIFICATION DOCUMF,NTS CITY PROJECT NO. 00705 Revised November 17,2016 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Represcntative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens - 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) I I f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log IDATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTII SIX POINTS UREA N VILLAGE STREETSCAPE(WASE 11 IMPRO FEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO.00705 Revised November 17,2016 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division i General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED) 22 .1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 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 %Z inches x l 1 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 SIX POINTS URBAN 6'ILLAGE STREETSC IPE PHASE 11 JAIPROVEMENT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJE.CTNO,00705 Revised November t 7,2016 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 £ Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH SIX POINTS URBAN f711AGE STREET,SCAPE PHASE II11WRO I LUENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO, 00705 Revised November 17,2016 01 7923-3 OPERATION AND MAINTENANCE:DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut-dawn and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJE.CT NO. 00705 Revised November 17,2016 01 7823-4 OPERATION AND MAINTENANCE DATA Page 4 of 6 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate- 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests _ 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards I 1 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required H 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USEDI 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings i CITY OF PORT WOX1'II SIX POINT.5 URBAN VILLAGE STItEETSC,4PF_PHASV H IMPROVEbIENT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S CITY PROJECT NO. 00705 Revised November 17,2016 01 7823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE, 8/3112012 D.Johnson 1.5.A.1 —title of section removed 8 CITY OF F OWI'WOKIII. SIX POINTS URBAN VILLAGE STREETSCAPE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S CITY PROJECT NO.00705 Revised November 17,2016 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 1 SECTION 0178 39 i 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USEDI 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 SUBMITTALSANFORMATIONAL 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 VX POINTS URBAN VILLAGE STREET.SCAPE PH.-ISE H I,IIPROVEtWENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJEC'TNO.00705 Revised November 17,2016 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 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City l complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH SIX POINTS UI?B,4N VILLAGE STREETSCAPE PHASE If IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT NO. 0070-) Revised November l7,2016 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. in some cases on the Drawings, arrangements of conduits, circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH SIX POINTS URB11N[71,L,1GF,.STRF_F_T,SCAPF PHASE II IMPROVF..IVEWTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJFCT NO.!10705 Revised November 17,2016 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR 1 RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USEDI 21 3.12 PROTECTION [NOT USEDI 22 3.13 MAINTENANCE INOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DA'Z'E NAME SUMMARY OF CHANGE 26 CITY OF PORT WORTH SIYPOINTS URBAN FILLA GE STRE ETSCAPE PHASE 11 IMPRO VEME NTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT ATO.40705 Revised November 17,2016 024113-1 SELECTIVE SITE DEMOLITION Page 1 of 5 1 SECTION 02 4113 2 SELECTIVE SITE DEMOLITION 3 PARTI - GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls (loss than ^ feet tall) i 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include,but are not necessarily limited to: 19 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 —General Requirements 22 3. Section 3123 23 Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Remove Sidewalk: Measure by square foot. 27 b. Remove Steps: measure by the square foot as seen in the plan view only. 28 c. Remove ADA Ramp: measure by each. 29 d. Remove Driveway: measure by the square foot by type. 30 e. Remove Fence: measure by the linear foot. 31 f. Remove Guardrail: measure by the linear foot along the face of the rail in place 32 including metal beam guard fence transitions and single guard rail terminal 33 sections from the center of end posts. 34 g. Remove Retaining Wall(less tha., ^ fi e++a"': measure by the linear foot 35 h. Remove Mailbox: measure by each. 36 i. Remove Rip Rap: measure by the square foot. 37 j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 38 2. Payment CITY OF PORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE II IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT NO.00705 Revised November 17,2016 0241 13-2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting, removal,hauling, 2 disposal,tools,equipment,labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. For utility projects, this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps: full compensation for saw cutting,removal, hauling, disposal, 8 tools, equipment, labor and incidentals needed to execute work. For utility 9 projects, this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. I 1 c. Remove ADA Ramp and landing: full compensation for saw cutting,removal, 12 hauling, disposal,tools, equipment, labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects,this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 16 d. Remove Driveway: full compensation for saw cutting, removal,hauling, 17 disposal, tools, equipment, labor and incidentals needed to remove improved 18 driveway by type. For utility projects, this Item shall be considered subsidiary 19 to the trench and no other compensation will be allowed. 20 e. Remove Fence: full compensation for removal, hauling, disposal,tools, 21 equipment, labor and incidentals needed to remove fence. For utility projects, 22 this Item shall be considered subsidiary to the trench and no other 23 compensation will be allowed. 24 f. Remove Guardrail: full compensation for removing materials, loading,hauling, 25 unloading, and storing or disposal; furnishing backfill material;backfilling the 26 postholes; and equipment, labor, tools, and incidentals. For utility projects,this 27 Item shall be considered subsidiary to the trench and no other compensation 28 will be allowed. 29 g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 30 cutting,removal, hauling, disposal, tools, equipment, labor and incidentals 31 needed to execute work. Sidewalk adjacent to or attached to retaining wall 32 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 33 removal. For utility projects,this Item shall be considered subsidiary to the 34 trench and no other compensation will be allowed. 35 h. Remove Mailbox: full compensation for removal,hauling, disposal, tools, 36 equipment, labor and incidentals needed to execute work. For utility projects, 37 this Item shall be considered subsidiary to the trench and no other 38 compensation will be allowed. 39 i. Remove Rip Rap: full compensation for saw cutting,removal,hauling, 40 disposal, tools, equipment, labor and incidentals needed to execute work. For 41 utility projects, this Item shall be considered subsidiary to the trench and no 42 other compensation will be allowed. 43 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 44 removal,hauling, disposal,tools, equipment, Iabor and incidentals needed to 45 execute work. For utility projects, this Item shall be considered subsidiary to 46 the trench and no other compensation will be allowed. 47 1.3 REFERENCES 48 A. Definitions CITY OF PORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PFIASE 11IMPROVEMENT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO. 00705 Revised November 17,2016 ' 02 }113-3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 2 pavers. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Fill Material: See Section 31 23 23. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 REMOVAL 23 A. Remove Sidewalk 24 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 25 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 26 B. Remove Steps 27 1. Remove step to nearest existing dummy, expansion or construction joint. 28 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 29 C. Remove ADA Ramp 30 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 31 See 3A.K. 32 2. Remove ramp to nearest existing dummy, expansion or construction joint on 33 existing sidewalk. 34 D. Remove Driveway CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE If IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECT NO.00705 Revised November 17,2016 0241 13-4 SELECTIVE SITE DEMOLITION Page 4 of 6 1 I. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 2 3.4.K. 3 2. Remove drive to nearest existing dummy, expansion or construction joint. 4 3. Sawcut when removing to nearest joint is not practical. See 3A.K. 5 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 6 joint on existing sidewalk. 7 E. Remove Fence 8 1. Remove all fence components above and below ground and backfill with acceptable 9 fill material. 10 2. Use caution in removing and salvaging fence materials. 11 3. Salvaged materials may be used to reconstruct fence as approved by City or as 12 shown on Drawings. 13 4. Contractor responsible for keeping animals (livestock,pets, etc.)within the fenced 14 areas during construction operation and while removing fences. 15 F. Remove Guardrail 16 1. Remove rail elements in original lengths. 17 2. Remove fittings from the posts and the metal rail and then pull the posts. 18 3. Do not mar or damage salvageable materials during removal. 19 4. Completely remove posts and any concrete surrounding the posts. 20 5. Furnish backfill material and backfill the hole with material equal in composition 21 and density to the surrounding soil unless otherwise directed. 22 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 23 foot below the new subgrade elevation and leave in place along with the dead man. 24 G. Remove Retaining Wall (less thati 4 feet tall) 25 1. Remove wall to nearest existing joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 3. Removal includes all components of the retaining wall including footings. 28 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 29 H. Remove Mailbox 30 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 31 reconstruction. 32 I. Remove Rip Rap 33 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 35 J. Remove Miscellaneous Concrete Structure 36 1. Remove portions of miscellaneous concrete structures including foundations and 37 slabs that do not interfere with proposed construction to 2 feet below the finished 38 ground line. 39 2. Cut reinforcement close to the portion of the concrete to remain in place. 40 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 41 water. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PHASE H IMPROVEMENTS STANDARD CONSTRUCTION SPF.CIFICA'1'I0N DOCUMENTS CITYPROJECTNO.00705 Revised November 17,2016 r 0241 13-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 K. Sawcut 1 2 1. Sawing Equipment 3 a. Power-driven 4 b. Manufactured for the purpose of sawing pavement 5 c. In good operating condition 6 d. Shall not spall or fracture the pavement to the removal area 7 2. Sawcut perpendicular to the surface completely through existing pavement. 8 3.5 REPAIR [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING[NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CIIANGE 12/20/2012 D.Johnson 1.2.A.2.Modified Payment-Items will be subsidiary to trench on utility projects 5/2/2018 D.Blaylock 1.1.6, 1.2.A,and 3.4.0, Modified Retaining wall height limits to no longer be limited to less than 4 feet tall. 20 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSCAPE PfIASE H Itl4PROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITT PROJECT NO.00705 Revised November 17,2016 329343-1 TREES AND SHRUBS Page I of 9 I SECTION 32 93 43 2 TREES AND SHRUBS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Tree and shrub planting and maintenance within street right-of-way and easements. 7 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.2 -Price and Payment Procedures { 10 2. 1.12 - Warranty 11 3. 2.2.3c-Topsoil Products 12 4. 2.2.7 River Rock 13 5. 3.13.A-Maintenance Period 14 6. 3 A.A.16—Installation of Mulch 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 I -General Requirements 18 3. Section 31 10 00—Site Clearing 19 4. Section 32 92 I3 -Hydromulching, Seeding and Sodding 20 5. Section 32 91 19-Topsoil Placement and Finishing of Parkways 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Plant Tree 24 a. Measurement 25 1) Measurement for this Item shall be per each by caliper inch. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement" will be paid for at the unit 29 price bid per each tree to be Planted by caliper inch. 30 c. The price bid shall include: 31 1) Furnishing and installing trees 32 2) Hauling 33 3) Grading and backfilling 34 4) Excavation 35 5) Fertilization 36 6) Water 37 7) Removing and disposing of surplus material 38 2. Shrubs and Gfoundeavef Ornamental Grass 39 a. Measurement 40 1) Measurement for this Item shall be Each. CITY OF FORT WORTH Six Points Urban Village Streetscape Phase II Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00705 Revised December 20,2012 329343-2 TRESS AND SHRUBS Page 2 of 9 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"will be paid for at the 4 Each bid price for installation of ail Each shrub and 5 Ornamental Grass. Total niirrin+Hffi quantity installed shall be as noted on 6 the plans. 7 c. The price bid shall include: 8 1) furnishing and installing shrubs and mgr Ornamental Grass 9 2) Hauling 10 3) Grading and backfilling 11 4) Excavation 12 5) Fertilization 13 6) Water 14 7) Removing and disposingof f surplus material ]5 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this specification refer to the current reference standard 18 published at the time of the latest revision date logged at the end of this 19 specification, unless a date is specifically cited. 20 2. American National Standards Institute(ANSI): 21 a. ANSI Z60.1, American Standard for Nursery Stock 22 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing 23 Co.,New York. 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 ACTION SUBMITTALS [NOT USED] 26 1.6 INFORMATIONAL SUBMITTALS 27 A. Tree data: Submit certification from supplier that each type of tree conforms to 28 specification requirements. 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A. Coordination 33 1. Coordinate with City Forester prior to beginning construction activities adjacent to 34 or that will impact existing trees and shrubs. 35 B. Qualifications 36 1. Landscaper specialized in landscape and planting work 37 C. Substitutions 38 1. 7 Not permitted unless approved by City when specified planting material is not 39 obtainable 40 a. Submit proof of non-availability together with proposal for use of equivalent 41 material. CITY OF FORT WORTH Six Points Urban village Streetscape Phase It improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00705 Revised December 20,2012 4 329343-3 TREES AND SHRUBS Page 3 of 9 1 b. Substitutions of larger size or better grade than specified will be allowed upon 2 approval by City Forester,but with no increase in unit price. I 3 1.10 DELIVERY,STORAGE,AND HANDLING 4 A. Do not remove container grown stock from containers before time of planting. 5 B. Delivery and Acceptance Requirements 6 1. Ship trees with Certificates of Inspection as required by governing authorities. 7 2. Label each tree and shrub with securely attached waterproof tag bearing legible 8 designation of botanical and common name. 9 3. Use protective covering during delivery. 10 4. Deliver packaged materials in fully labeled original containers showing weight, 11 analysis and name of manufacturer. 12 C. Storage and Handling Requirements 13 1. Protect materials from deterioration during delivery, and while stored at Site. 14 2. Do not prune prior to installation. 15 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark, break 16 branches, or destroy natural shape. 17 1.11 FIELD CONDITIONS [NOT USED] 18 1.12 WARRANTY 19 A. Warranty Period: 'mss 2 years after job acceptance 20 B. Warrant trees against defects including: 21 1. Death 22 2. Unsatisfactory growth 23 3. Loss of shape due to improper pruning, maintenance, or weather conditions 24 C. Plumb leaning trees during warranty period. 25 D. Remove and replace trees found to be dead during warranty period. 26 E. Remove and replace trees which are in doubtful condition at end of warranty period, or 27 when approved by City, extend warranty period for trees for full growing season. 28 PART 2 - PRODUCTS 29 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 30 2.2 MATERIALS 31 1. General 32 a. Plants shall be true to species and variety specified, grown under climatic 33 conditions similar to those in the locality of the project for at least 2 years and 34 have been freshly dug during the most recent favorable harvest season. 35 b. All plant names and descriptions are as defined in I-Jortus Third. 36 c. All plants are to be grown and harvested in accordance with the American 37 Standard for Nursery Stock. CITY OF FORT WORTH Six Points Urban Village Streetscape Phase It Improvements STANDARD CONSTROCTION SPECIFICATION DOCUMENTS City Project No.00705 Revised December 20,2012 329343-4 TREES AND SHRUBS Page 4 of 9 1 d. Unless approved by the City Forester,plants shall have been grown in a latitude 2 not more than 200 miles north or south of the latitude of the project unless the 3 provenance of the plant can be documented to be compatible with the latitude 4 and cold hardiness zone of the planting location. 5 2. Trees 6 a. Provide container grown trees which are straight and symmetrical and have 7 persistently preferred main leader. 8 b. Mark the tree's north orientation in the nursery for all deciduous trees grown in 9 the field with a I-inch diameter spot of white paint on the tree trunk within the 10 bottom twelve inches of the trunk. 11 c. Crown shall be in good overall proportion to entire height of tree with 12 branching configuration as recommended by ANSI Z60.1 for type and species 13 specified. 14 d. Trees designated as balled and burlapped(B&B)shall be properly dug with 15 firm,natural balls of soil retaining as many fibrous roots as possible, in sizes 16 and shapes as specified in the American Standard for Nursery Stock. Balls shall 17 be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and 18 heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface 19 of ball. Trees with Ioose, broken,processed, or manufactured root balls will not 20 be accepted, except with special written approval before planting. 21 e. Where clump is specified, furnish plant having minimum of three stems 22 originating from common base at ground line. 23 f. Measure trees by average caliper of trunk as follows: 24 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches 25 above top of root ball. 26 2) For trunks more than 4 inches, measure caliper 12 inches above top of root 27 ball. 28 3) Caliper measurements 29 a) By diameter tape measure 30 b) Indicated calipers on Drawings are minimum 31 c) Averaging of plant caliber: not permitted 32 g. Trees shall conform to following requirements: 33 1) Healthy 34 2) Vigorous stock 35 3) Grown in recognized nursery 36 4) Free of: 37 a) Disease 38 b) Insects 39 c) Eggs 40 d) Larvae 41 e) Defects such as: 42 (1) Knots 43 (2) Sun-scald 44 (3) injuries 45 (4) Abrasions 46 (5) Disfigurement 47 (6) Borers and infestations 48 CITY OF FORT WORTH Six Points Urban Village Streetscape Phase II Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00705 Revised December 20,2012 J 329343-5 TREES AND SHRUBS Page 5 of9 1 3. Soil Products 2 a. Topsoil: See 32 91 19. r 3 b. Peat mosses and fertilizer: Use material recommended by City Forester 4 for establishment of healthy stock after replanting. 5 c. All planting beds to be top dressed with a minimum of 4" "Rustic Cut 6 Hardwood Mulch"by Soil Building Solutions (or approved equal)and meet the, 7 following conditions 8 1) pH: 6.5-8.5 9 2) It shall be free of man-made foreign matter, lumber,treated materials, 10 pallets, grass and leaves. 11 3) No particle size should exceed 3.5" in length. 12 d. All landscape bed areas to be prepared using "Ready to Plant Bedding Mix" bX 13 Soil Building Solutions ora roved equal)and meet the following conditions 14 1) It shall be a mixture of 50% compost with 50% screened and weed-free 15 native soil and screened sharp sand. 16 2) 98.5% of the planting bed soil particles will pass through a 1/2 inch screen 17 and 99% or more shall pass through a 3/4 inch screen. 18 3) Color will be a medium brown with a weight of 1900-2250 lbs.per cubic 19 yard(depending on the moisture content.) 20 4) Install to depths per planting details 8" depth min.) 21 5) Finished grades of planting beds to be 2" below finished grade of adjacent 22 paving or as shown on grading plan. 23 4. Stakes and Guys 24 a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. 25 b. Where applicable for anchoring trees,use wood deadmen: 26 1) Minimum:2-inch by 4-inch stock 27 2) Minimum: 36 inches long and buried 3 feet. 28 3) Provide white surveyor's plastic tape for flagging tree guys. 29 5. Tree Wrap, Twine and Seat 30 a. Wrap 31 1) First quality 32 2) Bituminous impregnated tape 33 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and 34 having qualities to resist insect infestation 35 b. Twine 36 1) Lightly tarred, medium-coarse sisal(lath)yarn 37 2) Do not use nails or staples to fasten wrapping 38 c. Seal: Commercially available tree wound dressing specifically produced for use 39 in sealing tree cuts and wounds 40 6. Water: clean and free of industrial wastes or other substances harmful to the growth 41 of the tree 42 7, River Rock 43 a. Provide a nonwoven needled, polypropylene geotextite for weed prevention 44 under landscape rock areas. Geotcxtile should be non-biodegradable and allow 45 air and liquids to pass through to the soils below. Geotextile should be resistant 46 to acids, alkalines, insecticides, herbicides,and fertilizers. 47 b. Shall be a minimum of 5" dee . 48 c. Shall be a local rock, colors to be tans, reds, and browns. CITY OF FORT WORTH Six Points Urban Village Streetscape Phase It Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00705 f Revised December 20,2012 J 329343-6 TREES AND SHRUBS Page 6 of 9 1 d. Rock shall be sized between 2"-3" in diameter. 2 e. Contractor to submit samples to Owner in 1 gal. minimum container for 3 approval prior to installation. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL 6 A. Notify City,prior to installation, of location where trees that have been selected for 7 planting may be inspected. 8 B. Plant material will be inspected for compliance with following requirements. 9 1. Genus, species, variety, size and quality 10 2. Size and condition of balls and root systems, insects, injuries and latent defects 11 PART 3 - EXECUTION [NOT USED] 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION 15 A. General 16 1. Schedule work so that planting can proceed rapidly as portions of site become 17 available. 18 2. Plant trees after final grades are established and prior to seeding or sodding. 19 3. When planting of trees occurs after seeding work, protect seeded areas and 20 promptly repair damage to seeded areas resulting from tree planting operations in 21 compliance with requirements of Section 32 92 13. 22 4. Layout individual trees at locations shown on Drawings. 23 5. In case of conflicts, notify City before proceeding with work. 24 6. Stake trees for City approval. 25 B. Preparation of Planting Soil 26 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay Iumps, and other 27 extraneous materials harmful or toxic to plant growth. 28 2. Strip and utilize 4 inch layer of top soil from existing ground. 29 3. Delay mixing of fertilizer when planting will not follow placing of planting soil 30 within 48 hours. 31 4. Incorporate amendments into soil as part of soil preparation process prior to fine 32 grading, fertilizing, and planting. 33 5. Broadcast or spread amendments evenly at specified rate over planting area. 34 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until 35 amendments are pulverized and have become homogeneous layer of topsoil ready 36 for planting. 37 3.4 INSTALLATION 38 A. Planting CITY OF FORT WORTH Six Points Urban Village Streciscape Phase 11 Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00705 Revised December 20,2012 e 329343-7 TREES AND SHRUBS Page 7 of 9 1 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation 2 raised minimum of 6 inches at center for proper drainage. 3 2. Provide following minimum widths: 4 a. 15 gallon containers or larger,2 feet wider than diameter of root ball 5 b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 6 3. When conditions detrimental to plant growth are encountered, such as 7 unsatisfactory soil, obstructions, or adverse drainage conditions,notify City before 8 planting. 9 4. Deliver trees after preparations for planting have been completed and plant 10 immediately. 11 5. When planting is delayed more than 6 hours after delivery 12 a. Set trees and shrubs in shade. 13 b. Protect from weather and mechanical damage. 14 c. Keep roots.moist by covering with mulch,burlap,or other acceptable means of r 15 retaining moisture, and water as needed. 16 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 17 sufficient width not to damage the root balls. Do not lift trees by their trunk as a 18 lever in positioning or moving the tree in the planting area. 19 7. Remove plastic,paper, or fibrous pots from the containerized plant material. Pull 20 roots out of the root mat, and cut circling roots with a sharp knife. Loosen the 21 potting medium and shake away from the root mat. Immediately after removing the 22 container, install the plant such that the roots do not dry out. Pack planting mix 23 around the exposed roots while planting. 24 8. Cut ropes or strings from the top of root balls and trees after plant has been set. 25 Remove burlap or cloth wrapping and any wire baskets from around top half of 26 balls. Do not turn under and bury portions of burlap at top of ball. Set balled and 27 burlapped trees in the hole with the north marker facing north. 28 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 29 10. Place plants at level that, after settlement,natural relationship of plant crown with 30 ground surface will be established. 31 1 I. When set,place additional backfill around base and sides of ball, and work each 32 layer to settle backfill and eliminate voids and air pockets. 33 12. When excavation is approximately 2/3 full, water thoroughly before placing 34 remainder of backfill. 35 13. Repeat watering until no more water is absorbed. ' 36 14. Dish top of backfill to allow for mulching. 37 15. Mulch pits,trenches and planted areas. 38 a. All trees, shrubs and other plantings will be mulched with mulch previously 39 approved by the City Forester. The mulch on trees and shrubs shall be to the 40 depths shown on the drawing. Mulch must not be placed within 3 inches of the 41 trunks of trees and shrubs. 42 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level 43 with adjacent finish grades. 44 17. Cover entire root ball. 45 18. Prune CITY OF FORT WORTH Six Points Urban Village Streetscape Phase II Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00705 Revised December 20,2012 329343-9 TREES AND SHRUBS Page 8 of 9 1 a. Plants shall not be heavily pruned at the time of planting. Pruning is required at 2 planting to correct defects in the tree structure, including removal of injured 3 branches, double leaders,watersprouts, suckers, and interfering branches. 4 Healthy lower branches and interior small twigs should not be removed except 5 as necessary to clear walks and roads. In no case should more than 114 of the 6 branching structure be removed. Retain the normal shape of the plant. 7 b. All pruning shall be completed using clean sharp tools.All cuts shall be clean 8 and smooth, with the bark intact with no rough edges or tears. 9 c. Except in circumstances dictated by the needs of specific pruning practices, tree 10 paint shall not be used. The use of tree paint shall be only upon approval of the 1 l City Forester. Tree paint,when required, shall be paint specifically formulated 12 and manufactured for horticultural use. 13 19. Prune trees to retain required height and spread. 14 20. Do not cut tree leaders, and remove only injured and dead branches from flowering 15 trees. 16 21. Remove and replace excessively pruned or misformed stock resulting from 17 improper pruning. 18 22. Inspect tree trunks for injury, improper pruning and insect infestation and take 19 corrective measures. 20 23. Guy and stake trees immediately after planting. 21 B. Moving Existing Trees 22 1. Coordinate tree moving and replanting with City Forester during dormant growth 23 season. 24 2. Provide tree spade of adequate size as directed by City Forester. 25 3.5 REPAIR/RESTORATION [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. City may reject unsatisfactory or defective material at anytime during progress of work. 29 B. Remove rejected trees immediately from site and replace with specified materials. 30 C. Plant material not installed in accordance with these Specifications will be rejected. 31 D. An inspection to determine final acceptance will be condLicted by City at end of 12 32 month maintenance period. 33 E. Warranty periods provided for in paragraph l.12A. 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING 37 A. During planting work,keep pavements clean and work area in orderly condition. 38 B. Dispose of excess soil and waste in approved location. 39 C. Waste Material Disposal: On-site burning of combustible cleared materials shall not be 40 permitted. CITY OF FORT WORTH Six Points Urban Village Streetscape Phase 11 Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00705 Revised December 20,2012 329343-9 TREES AND SHRUBS Page 9 of 9 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] ? 2 3.12 PROTECTION 3 A. Protect planting work and materials from damage due to planting operations. 4 B. Maintain protection during installation and maintenance period. 5 C. Treat,repair, or replace damaged planting work. 6 3.13 MAINTENANCE 7 A. Maintenance Period shall be 12 months 2 tears after final acceptance. 8 B. During the maintenance period if a work schedule and frequency are not shown on the 9 Drawings,perform the minimum requirements shown below: 10 1. Water trees to full depth a minimum of once each week or as required to maintain 11 healthy, vigorous growth. 12 2. Prune, cultivate, and weed as required for healthy growth. 13 3. Restore planting saucers. 14 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper 15 grades or vertical position as required. 16 5. Restore or replace damaged wrappings. 17 6. Spray as required to keep trees and shrubs free of insects and disease. 18 7. Contractor shall replace any plant that does not survive. It shall be replaced as soon 19 as it is determined no longer alive. Contractor is to maintain new plants as 20 described above until growth is established and maintenance period expires unless 21 waived by the City. 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.LA—Payment Items removed for tree removal and transplantation;these Items are to be performed in accordance with Section 31 10 00. 12/20/2012 D.Johnson 3.13.A—modified maintenance period to begin 12 months after final acceptance 3.13.8—Modified maintenance period requirements 24 25 26 27 28 29 30 31 CITY OF FORT WORTH Six Points Urban Village Streetscape Phase II Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.00705 Revised December 20,2012 9 Q SPECIAL SPECIFICATIONS Pagel of 3 I SECTION 99 99 00 2 SPECIAL SPECIFICATIONS 3 4 9999.0001 Color-Safe Pavement Marking 5 Payment will be made at the unit price bid per square yard(SY) and shall be full compensation for all 6 labor, materials, equipment, tools, and incidentals necessary to furnish and install Calor-Safe© 7 Color Pavement Markings, or approved equal, within the project limits. All work shall be performed S in accordance with manufacturer's recommendations. Contractor shall prepare a 3'x3' mockup of 9 each color for approval by the owner prior to applying the Color-Safe Pavement Markings to the 10 proposed pavement surface. 11 z 12 9999.0002 4' Bench 13 Payment will be made at the unit price bid per each (EA) and shall be full compensation for all labor, 14 materials, equipment, tools, and incidentals necessary to install 4' bench complete in place and in 15 accordance with landscape architecture plans, details, specifications, and notes. Submit to the 16 engineer the mane facturer's specifications, supporting reports and data, and detailed shop drawings 17 of benches for preapproval. 18 19 9999.0003 Shrubs and Ornamental Grasses (1 Gal) 20 Payment will be made at the unit price bid per each (EA) and shall be full compensation for all labor, 21 materials, equipment, tools, and incidentals necessary to furnish and install Shrubs and Ornamental i 22 Grasses (1 gal) at the location shown on plans. The requirements shown within the modified spec 32 23 93 43 "Trees and Shrubs"are required for this item. 24 25 9999.0004 Trash Receptacle 26 Payment will be made at the unit price bid per each (EA) and shall be fidl compensation for all labor, 27 materials, equipment, tools, and incidentals necessary to furnish and install Trash Receptacles in 28 accordance with the contract plans and details. Submit to the engineer the manufacturer's 29 specifications, supporting reports and data, and detailed shop drawings of Trash Receptacles for 30 preapproval. 31 32 9999.0005 Bike Rack 33 Payment will be made at the unit price bid per each (EA) and shall be fill compensation for all labor, 34 materials, equipment, tools, and incidentals necessary to furnish and install Bike Rack in accordance 4 35 with the contract plans and details. Submit to the engineer the manufacturer's specifications, 36 supporting reports and data, and detailed shop drawings of bike racks for preapproval. 37 38 39 40 41 CITY OF FORT WORTH SIX POINTS URBAN VILLAGE P14ASE 2 IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 22,2013 999900-2 SPECIAL SPECIFICATIONS Page 2 of 3 1 9999.0006 River Rock Aggregate 2 Payment will be made at the unit price bid per square foot(FT) and shall be fill compensation for all 3 labor, materials, equipment, tools, and incidentals necessary to furnish and install River rock 4 Aggregate to location shown on plans. Provide River Rock Aggregate 4" to 6" (washed river rock). 5 All fines shall be screened from the aggregate within a one-quarter inch (1/4') tolerance. River Rock 6 Aggregate shall be composed of earth-toned smooth rounded rocks. The material shall be free of 7 organic and inorganic debris and trash. Provide a sample of the River Rock Aggregate suitable to 8 provide one square yard of coverage far approval. 9 10 9999.0007 Irrigation 11 Payment will be made at the unit price bid per lump sum (LS) and shall be full compensation for all 12 labor, materials, equipment, tools, and incidentals necessary to furnish and install irrigation system 13 in accordance with the plans and details. 14 15 9999.0008 Hydrodynamic Separator 16 Payment will be made at the unit price bid per each (EA) Hydrodynamic Separator furnished and 17 installed and shall be fill compensation for all labor, materials, equipment, tools, and incidentals 18 necessary to install the Hydrodynamic Separator in accordance with the manufactures 19 recommendation. Contractor shall provide either the Contech's model CDS3020-6-C or 20 Stormceptor's model OSR 250. 21 22 9999.0009 Water Meter Box Adjustment 23 Payment will be made at the unit price bid per each (EA) and shall be full compensation for all labor, 24 materials, equipment, tools, and incidentals necessary to adjust the existing water meter box to 25 proposed grades. 26 27 9999.0010 Fog Seal 28 Payment will be made at the unit price bid per GAL (GAL) and shall be fill compensation for all 29 labor, materials, equipment, tools, and incidentals necessary to install a Fog Seal for the limits 30 shown in the plans or as directed by the owner. 31 32 9999.0011 Mailbox(Brick) 33 Payment will be made at the unit price bid per each (EA) and shall be full compensation for all labor, 34 materials, equipment, tools, and incidentals necessary to relocate mailbox (brick) to location shown 35 on plans. Contractor shall match or exceed the existing conditions of the mailbox(brick). 36 37 9999.0012 Handrail(Ty E) 38 Payment will be made at the unit price bid per linear foot (LF) and shall be fill compensation for all 39 labor, materials, equipment, tools, and incidentals necessary to install Handrail(Ty E) at the location 40 shown on plans. Work shall be performed in accordance with TxDOT Standard Specification Item 41 450 Rail. CITY OF FORT WORTH SIX POINTS URBAN VILLAGE.PHASIC'2 IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 22,2013 999900-3 SPECIAL SPECIFICATIONS Page 3 of 3 1 9999.0013 Handrail(Ty S) 2 Payment will be made at the unit price bid per linear foot (LF) and shall be full compensation for all 3 labor, materials, equipment, tools, and incidentals necessary to install Handrail(Ty B) at the location 4 shown on plans. Work shall be performed in accordance with TxDOT Standard Specification Item F 5 450 Rail. 6 7 9999.0014 Concrete Sidewalks (4")(Integral Color) 8 Payment will be made at the unit price bid per square yard(SY) and shall be full compensation for all 9 labor, materials, equipment, tools, and incidentals necessary to construct integral color concrete 10 sidewalk in compliance with the type and location shown in the plan documents. Concrete sidewalk 11 shall be in compliance with the City of Fort Worth standard specifications and installed per ' 12 manufacturer recommendations. Provide a copy of those manufacturer instructions to the City before 13 producing material for incorporation into the work. t 14 Contractor shall use non fading pigments/synthetic iron oxides at a loading of 6 percent or more by 15 weight of total cementitious material in the mix and conforming to ASTMC979 16 Contractor shall provide a 3'x3'minimum mock-up of the selected color samples for approval of the 17 City. 18 Maintain mix characteristics for colored concrete requiring a matching finish. Use the same source, 19 brand, type, and color of portland cement, supplementary cementitious materials, aggregates, and 20 admixtures for colored concrete throughout the project. Use constant cement content, supplementary 21 cementitious material content, and water/cementitious materials ratio to maintain consistent color. 22 Furnish a liquid membrane forming clear curing compound conforming to ASTMC1315, type 1. 23 Produce consistently colored concrete in full cubic yard increments. The City will not allow 24 variations in the amounts, types, or source of materials with the exception of minor adjustments of 25 water and air-entraining agent. Other changes require mix re-approval. 26 Schedule placement to minimize exposure to rapid drying conditions, wind and fill/ sun, before 27 applying curing compound. Do not place colored concrete if rain, snow, or freezing temperatures are F 28 forecast within 24-hours. .. 29 Cover or otherwise protect adjacent concrete workfrom discoloration and spillage while placing and 30 curing colored concrete. Remove and replace discolored concrete as directed by the City at 31 contractor's expense. 32 Protect colored concrete from premature drying and excessive cold or hot temperatures by promptly 33 applying curing compound. Do not allow plastic sheeting to come in contact with colored concrete. 34 Protect the colored concrete from damage. Do not permit construction traffic or material storage on 35 colored concrete. Exclude foot trafficfrom colored concrete for at least 24 hours after placement. ` 36 k 37 9999.0015 Fence(Relocate) 38 Payment will be made at the unit price bid per linear foot (LF) of Fence installed and shall be full 39 compensation for all labor, materials, equipment, tools, and incidentals necessary to relocate an 40 existing fence at the location shown on plans. Contractor shall match or exceed the existing 41 conditions of the fence. 42 End Section CITY OF FORT WORTH SIX POINT'S URBAN VILLAGE PHASE 2 IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NO.00705 r Revised November 22,2013 APPENDIX 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.NONE GR-01 60 00 Product Requirements CITY OF FORT WOK71:11 SUPOINTS URHAiV IILLAG.F.STRF.FTSCAPF.PHASF.H IMPROMWNTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJECTNO. 00705 Revised November 17,2016 GC-6.06.D Minority and Womeo Owned Business s Enterprise Compliance TIME PAGE LEFT INTENTIONALLY BLANK S CITY OF FORT WORTH S1X P0A'TS Ul?Jl f N V/1,L,AGE STI?EETSC If PE PFGtSE II hVIV O f'IS 4IGNT,S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIT1"PROJECT AVO.00705 Revised November 17,2016 ATTACHMENT IA Page 1 of 4 FORTWORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe The Fain Group, Inc. Offeror PROJECT NAME: M/WIDBE In/ NON-M/W/DBE Six Points Urban Village Streetscape Phll 06/21/18 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 25 % 7 Bio 00705 Identify all subcontractors/suppliers you will use on this project Failure to Complete this form. In its entirety with requested documentation, and received by the Purchasing Divisicn no later Ihan 2;00 p.m, on the second City business day after bid opening, exclusive of hio opening Mate, vdJl result in the told being consitfere€f non-responsive to bits specifications. i E The undersigned Offeror agrees to eater into a formal agreement with the BABE firm(s) fisted in this utilization schedule, conditioned upon execution of a contract Wath the Clty of Fork Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of dlsquolaf':catiorl and will result in the hid being considered non-responsive to bid specifications, MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontrautersJsuppliers. Tier, means the level of subcontracting below the prime contractadconsullant i,e. a direct payment from the prime contractor to a subcontractor is caonsidered 1s' tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime Contrador is responsible to provide proof of payment of all tiered subcontractors iderltafied 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 i 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. r If hauling services are utilized, the Offeror will be givers credit as Iorig as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract_ The MME may lease i trucks from another MBE firm, including MISE owner-operated, and receive full MBE credC The IBE may lease trucks from non-MBEs, Including owner-operated, but wJfl only receive credit for the fees and comrnissiorrs earned by the MSE as outlined in the ieese agreement. Rev.2/10/15 FOR_ _T WORT H ATTACHMENT1A Page2 � Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minorhy and non-MBES. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA SUBCONTRACTORISUPPLIER ° Company Name T — " Detail Detail Address i Subcontracting Supplies Telephone/Fax e B B fJl Work Purchased Dollar Amount Email r E E e Contact Person –1 The Fain Group, Inc. 1 Concrete $1,342,640.00 1616 N. Sylvania Earthwork Fort Worth, Texas 76111 ` 817-927-4388 ❑ ❑ ✓ 817-927-4389 Larry Frazier Ifrazier@faingp.com Bean Electrical 1 Electrical $407,573.00 821 E. Enon j Fort Worth,TX 76140 817-561-7400 ❑ ❑ 7 817-561-7403 Chip Bean i cbean@beanelectrical.com Duran Industries 1 Electrical $157,290.00 504 Business Pkwy, Supplies Richardson, TX 75081 ❑ ❑ 972-238-7122 972-238-7123 j Richard Duran rduran@duranco.com Metroplex Pavement Markings 1 Striping $74,225.00 1001 Kennedy Ln Bldg#6 Saginaw,TX 76131 972-790-2983 I 972-313-0059 ❑ ❑ Troy troy@metroplexpavementmarking s.com Dustrol 1 Milling $22,899.00 PO Box 1728 Roanoke, TX 76262 ❑S El817-430-3958 817-491-2354 Jerry Simpson i jsimpson@dustrol.com JLB Contracting, LLC. 1 Asphalt Paving $72,240.00 7151 Randol Mill Rd., Fort s Worth, Texas 76120 817-261-2991 ❑ ❑ Sam Davis sdavis@jlbcontracting.com Rev.2110115 - FQR„—. T�WO�RTH ATTACHMENT 1A Page 3 of 4 1 j Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and rtan-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. 7 NCTRCA ?4 SUBCONTRACTORISUPPLIER ° Company Name T ” Detail Detail Address t Subcontracting Supplies M w Dollar Amount Telephone/Fax ` B $ � Work Purchased Email E E Contact Person Southwest Landscaping 1 Landscaping $131,561.25 11430 Newkirk St. irrigation Dallas, Texas 75229 972-426-7600 ❑ o/ Jason Littleton jlittleton@sw-lanscaping.com f t ! ❑ ❑ I 3 i J ❑ ❑ i i J .i ❑ ❑ 1 ❑ ❑ a 3 S ❑ ❑ Rev.2110115 r FORTWORTH ATTACHMENT 1A — #, Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers s$157,290.00 3 Total Dollar Amount of Non-MBE Subcontractors/Suppliers 2,051,138.25 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $2,208,428.25 The Offeror will not make add itlons, deietlons, or substitutions to 'this certified list wlthout the prior approval of the Minority and Women Business Enterprise Offim through the submi#fall of a Request for Approval o ChangelAddrtron 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 ordinan _ The Offeror shall submit a detailed explanation of hcw the requested charge/addition or deletion will affect the committed IdIBE goal, tf the detail explanation Is not submitted, it will affect the final compliance determination. a 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 I 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. Authoriz d S' ure Printed Signature Pr ident 7itl. Contact Name/Title(if different) The Fain Group, Inc. 817-927-43881817-927-4389 Company Flame Telephone and/or Fax 1616 N. Sylvania lfrazier@faingp.com Address E-mail Address Fort Worth, Texas 76111 06/21/18 City/State/Zip Date i Rev.2/10/15 I l i ATTACHMENT 113 FORT WORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form ? OFFEROR COMPANY NAME: Check applicable block to describe prime The Fain Group, Inc. PROJECT NAME I MMIIDBE X NON-MMIIDBE Six Points Urban Village Streetscape Ph II 06/21/18 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 25 % 7 % 00705 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on a this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to comptete this farm in its entirety and be received by the PurchasIng Div islon no later than 2,00 1 .m, on the secorlcl_CItY Is,s.lpess day a(to r bid opening, exclusive of the bid opening date,will result in the bId being cons idared non-responsive to bid specifications, Will you perforin this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this x NO project,this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project,this is your normal business practice and provide an inventory profile of your business. x NO s 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 a 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 2aime not less than one 1 year. 1 d ignature Printed Pr Ident Title Contact Name(if different) i The Fain Group, Inc. 817-927-4388 817-927-4389 Company Name Phone Number Fax Number 1616 N. Sylvania lfrazier@faingp.com Address Email Address Fort Worth, Texas 76111 06/07/18 City/State/Zip Date Rev.2114115 s ATTACHMENT 1C Page 1 of 4 5 FORT WORTH City of Fort Worth a Minority Business Enterprise MBE Good Faith Effort Form j OFFEROR COMPANY NAME: Check applicable block to describe The Fain Group, Inc. Offeror PROJECT NAME: M1VV/DBE X NON-MIVV/DBE Six Points Urban Village Streetscape Ph II 06,21„$ BID DATE City's MBE Project Goal: Ofleror's MBE Project Commitment: PROJECT NUMBER 25 Bio 7 Bio 100705 F 1 If the Offoror did not meet or exceed the MBE subcontractIng goal for this project, tho Offorur MUg complete Mis _ fa rrn. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 91 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Df0sian no later than 2:40 p.m. on the second CIty business Clay after bit/ opening, exclusive of bid opening date, will result In the bid boing considered non-responsive to bid specifications. i 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. I (Use additional sheets,ff necessary) a List of Subcontracting Opportunities List of Supplier Opportunities Paving Demo Pavement Markings Signage Signal Improvements Landscaping and Irrigation Utilities Electrical i Rev.2110115 x ATTACHMENT 1C 1 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. i X Yes Date of Listing o5 /za /zota No r 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? 5 X 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? X Yes (If yes,attach list to include name of MBE firm,person contacted,phone number and date and time of contact.) a No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, a at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are ' opened? X 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.) l No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email,exclusive of the day the bids are opened? X Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each seled method must btu applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods a that at least onto successful contact was made using arta a# the lour methods In order to be deemed responsive to the Good Faith Effort re4ulrement. NOTE: The Offeror must contact then�tlre MBE list specific to each subcontracting and supplier opportunity to be In compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? X Yes j No i 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? X Yes No a Rev.2190115 I , t ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) X No 10.) Was the contact information on any of the listings not valid? X Yes (if yes,attach the information that was not valid in order for the MNVBE 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. i (Please use additional sheets,if necessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Please see attached ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain 1 MBE participation on this project. The Fain Group,Inc.has made a honest effort to obtain MBEIDBE participation for this project. i We contracted the subcontractors through email and fax and telephone. 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 r thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2110115 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's MIWBE Office, 4 1 Au oiizell Sid ature Printed Signature esi ent -- Title Contact Name and Title(if different) The Fain Group, Inc. 817-927-4388 817-927-4389 Company Name Phone Number Fax Number 1616 N. Sylvania Ifrazier@faingp.com Address Email Address Fort Worth, Texas 76111 06/21/18 City/State/Zip Date 3 t 4 4 s i F i F Rev.2110115 i ATTACHMENTIC Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror } PROJECT NAME: MIW/DBE NON-MIWIDBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. ' If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru I I below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the - Purchasing Division no later than 2:00 p.m. on the second City business day after bid-opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (_DO_NOT LIST NAMES OF I FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of flier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities w I Rev.2110115 i 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 1 No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) -� No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid Opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm, ep 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, i at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message" documentation may render the GFE non-responsive.) � No NOTE: The four methods Identified alcove 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 mads 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: Tli�! Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2110115 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the M BEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the 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. Please use additional sheets, if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/10115 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 9 C will be contacted and the reasons for not using them will be verified by the City's MIWBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number ti Address Email Address l City/State/Zip Date i S i r l r Rev.2110115 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use"N/A"if not applicable. Name of City project: A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-MBE firm name. name: Business Address: Business Address: City,State,Zip; City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: T 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.2110115 i Joint Venture Page 2 of 3 I 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? i 4. Attach a copy of the joint venture agreement. t f 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) —1 Profit and loss sharing: l Capital contributions, including equipment: i j Other applicable ownership interests: a 6. Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision snaking of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating --------------------------------------------------------------- -- b. _ ___________ Marketing and Sales c. Hiring and Firing of management personnel -------------------------------------------------------I d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. f Rev.2/10115 Joint Ventura Page 3 of AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBB firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 ,before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (sear) Rev.2/10115 ATTACHMENT 18 FORT 'WTORTH Page 1 of 1 ! City of Fort Worth Minority Business Enterprise Specifications y Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime I PROJECT NAME: M/WiDBE NON-M/W/DBE _t BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this four/ irs its entirety and be received by thi? Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the hid apening data, will result In the bid being cons Idared nor►-responsive to bid specifications. I Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted, with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the } actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not fess than one (1) year. Authorized Signature Printed Signature t Title Contact Name(if different) 1 Company Name Phone Number Fax Number Address Email Address 's City/State/Zip Date Rev.2110195 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If,the total dollar aalue of the contract is $50,000 a more, then a ME subcontracting 9 oal is a pp licable. 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. M&E PROJECT GOALS The City's MBE goal on this project is %of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation,or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION! The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. Tne Offeror shall deliver the MBL doumentatioo in rier54in to the €ipprripriaie employee of lheti purchasing dlviE;i9P and obiloin a daleltime rece3rit. SuC;h mr.Uipt shall ba evidence lhat the Gily received the dacwrnerltation in the (ime allocated A faxed andlor amalled copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WffH THE CITY'S BUSINES 9 DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BIO 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. 2110115 ATTACHMENT 1A Page 1 of 4 FOR T NORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form 'i OFFEROR COMPANY NAME: Check applicable block to describe Offeror • PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER t % % Identify all subcontractors/suppliers you will use on this project Failure to COMPlete INS forrrl, in its entirety with requested documentatiOnr and received by the PurohasFng Division no later than 2.00 p.m. on the second City business day after bid opening, exclusive of bid opening cfatp, will result In the bid being considered tion-responsive to bld specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) Ilsted irl this utilization schedule, conditioned upon exectition of a contract with the lolly of f=ort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disgtiallfication and will result in the bid being considered non-responsive to bld speciflcatlons. 4 MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and wise counties. prime contractors must identify by tier level of all subcontractors/suppliers. `ler; means the level of subcontracUng below the prime contractortconsultant i-e. a direct payment from the prime contractor to a subcontractor is considered i s` tier, a Payment by a subcontractor to Its supplier is considered 2`d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as 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 fisted owns and operates at least one fully licensed and operational truck to be used on the cdntract. The MISE may lease trucks from another IVIBE firm, Including MBE owner-operated, and receive full MBE credit. The MBE may i lease trucks from nor)-MBEs, Including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease a reement_ Rev.2/10115 FdRTWQRTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., h0verity ant non-IMP 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 a Company Name T Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B 9 Work Purchased Email E E Contact Person C El 11 El El 0 Rev.2/10115 + FO�. T� ATTACHMENT 1A r Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Mlnority and rlon•N2BEat. 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 SUBCONTRACTORISU PPLIER Company Name T n Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/FaxS S B Work Purchased Email E E ' Contact Person E i r 5 S r ❑ S Rev. 2110/15 FORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ The Offeror will not matte addltlans, deletions, or substitutions to this certifiad list Wiftut the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o CharrgelAddltron form. Any unjustified change or deletion shall be a material breach of contract and may result In debarment in accord with the procedures ouillned In the ordInance. The Offeror shall submit a detailed explanation of low the requested change/addition or de%tlon will affect the committed MBE goal. If the detall explanation Is not submitted, it will affect the final compliance daatermir)stion. 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 andlor Fax Address E-mail Address CitylStatelZip Date Rev.2110115 r C_X-6m07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF PORT WORTH S[X POINTS URBAN VILLAGE,STREETSCAPE PlIASE H LVIPROVEIWENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO,00705 Revised November 17,2016 1 Ll�l1 Vl J WAGE BATE TABLE FOR CITY OF FORT WORTH PROJECT NUMBER 02653 General Decision Number: TX180035 01/05/2018 TX35 Superseded General Decision Number: TX20170035 State: Texas Construction Type: Highway Counties: Archer, Callahan, Clay, Collin, Dallas, Delta, Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tarrant and Wise Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5. 1 (a) (2) -(60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gcv/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 * SUTX2011-007 08/03/2011 Rates Fringes CONCRETE FINISHER (Paving and Structures) . . . . . . . . . . . . . . . . . . . . . .$ 19 .12 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 19.80 FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 13. 16 Structures. . . . . . . . . . . . . . . . . .$ 13.89 LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 12 . 69 Flagger. . . . . . . . . . . . . . . . . . . . .$ 10.06 Laborer, Common. . . . . . . . . . . . .$ 10.72 ­,1_1 rl"119„—n '217t1h19 Laborer, Utility. . . . . . . . . . . .$ 12.32 Pipelayer. . . . . . . . . . . . . . . . . . . $ 13.24 ' Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11.68 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . .$ 15.32 Asphalt Paving Machine. . . . . . $ 13.99 r Broom or Sweeper. . . . . . . . . . . .$ 11.74 Concrete Pavement Finishing Machine. . . . . . . . . . .$ 16.05 Concrete Saw. . . . . . . . . . . . . . . .$ 14.48 Crane Operator, Lattice Boom 80 Tons or Less. . . . . . . . $ 17.27 Crane Operator, Lattice Boom over 80 Tons. . . . . . . . . . . $ 20.52 Crane, Hydraulic 80 Tons or Less. . . . . . . . . . . . . . . . . . . . .$ 18.12 f Crawler Tractor. . . . . . . . . . . . .$ 14.07 If Excavator, 50, 000 pounds or less. . . . . . . . . . . . . . . . . . . . .$ 17.19 Excavator, over 50, 000 pounds. . . . . . . . . . . . . . . . . . . . . . $ 16. 99 Foundation Drill , Truck Mounted. . . . . . . . . . . . . . . . . . . . .$ 21. 07 Foundation Drill, Crawler Mounted. . . . . . . . . . . . . . . . . . . . .$ 17.99 Front End Loader 3 CY or Less. . . . . . . . . . . . . . . . . . . . . . . .$ 13. 69 Front End Loader, over 3 CY.$ 14.72 s Loader/Backhoe. . . . . . . . . . . . . .$ 15. 18 Mechanic. . . . . . . . . . . . . . . . . . . . $ 17. 68 Milling Machine. . . . . . . . . . . . .$ 14.32 Motor Grader, Fine Grade. . . .$ 17.19 Motor Grader, Rough. . . . . . . . . $ 16. 02 Pavement Marking Machine. . . .$ 13. 63 Reclaimer/Pulverizer. . . . . . . .$ 11. 01 Roller, Asphalt. . . . . . . . . . . . . $ 13.08 Roller, Other. . . . . . . . . . . . . . .$ 11.51 Scraper. . . . . . . . . . . . . . . . . . . . .$ 12.96 Small Slipform Machine. . . . . . $ 15. 96 Spreader Box. .$ 14.73 Servicer. . . . . . . . . . . . . . . . . . . . . . . . .$ 14.58 Steel Worker (Reinforcing) . . . . . . .$ 16.18 TRUCK DRIVER Lowboy-Float. . . . . . . . . . . . . . . .$ 16.24 Off Road Hauler. . . . . . . . . . . . .$ 12.25 Single Axle. . . . . . . . . . . . . . . . .$ 12.31 Single or Tandem Axle Dump Truck. . . . . . . . . . . . . . . . . . . . . . .$ 12.62 Tandem Axle Tractor with Semi Trailer. . . . . . . . . . _ . . . .$ 12.86 Transit-Mix. .$ 14. 14 WELDER. . . . . . . . . . . . . . . . . . . . . . . . . . . $ 14.84 --- ------------------------------------------------------------ I h4fn ne/fir r rrY irxr rrrrin� rrnrr�v.rr�n�ln nn�lnnlrin..+n�nn�YrITV'2S rlr r�-.err-(1 '3�'l/'?(114 x u�� ✓ vx ✓ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . __-------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: 2LUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. �.4tv+n+/l.i..ir.....rrynl n-nor/Yrrr�nl�nnn�Inn�r�n�rin�nnnn�TV'ZS .7,r1.7 .—/1 Z/"T1'}C114 Survey Rate Identifiers Classifications Listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. iUnion Average Rate Identifiers Classification (s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ------------------------------ ---------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination ' * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests { for summaries of surveys, should be with the Wage and Hour !+ Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. I *�NM.�ITS iYY fIYl TflY nl rrnYrjlY lf1fl1/llfl(Y YYIAM�l1M!l1M HM nl1M lTY i� IfTTN Iii- 1 117 I'M 19 1 U�V J VL J With regard to any other matter not yet .ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. --------------------------------- ------------------------------- - ---------------------------------------------------------------- END OF GENERAL DECISION 1,4+-11—..Y.. A,I 21'7/119 F GC-6.09 Permits and Utilities TRIS SECTION LEFT INTENTIONALLY BLANK 1 i r i CITY OF FORA'WORTH SIX POINTS URBAN PIC LAGE STREET.SCAPP PHASE 11IMPROV E11GNT.S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.00705 Revised November 17,2016 GC-6.24 Nondiscrimination THIS SEC'T'ION LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SIX POINTS URBAN VILLAGE STREETSC,4PE PHASE Il IMPROVEMENTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 00705 Revised November 17,2016 T J GR-01 60 00 Product Requirements t THIS PAGE LEFT INTENTIONALLY BLANK i CITY OF FORT WORTH SLY POFNTS URBAN VILLAGE STREET.SCAPE PHASE JI hUfPROI'F VENTS STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS CITI"PROJECT NO. 00705 Revised November 17,2016 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:02-19-2018 STANDARD PRODUCTS LIST Approval Spec No. IClasssiGcation Manufacturer Model No. National Spec Size WASTEWATE9t Manhole Inserts-Field Operations Use Only(Rev 2/3/16) 33C'S 13 MaMole insert Knutson Enterprises M de to Order-Ploolle ASTM D 1248 For 24"dia. * 33 GS l3 Manhole Insert South Western Packaging Made to Order-Plastic ASTM D 1248 For 24"dia. * _,33 OS 1? Manhole Innen N 0 -Irdlow made Oder Plas[io ASTM ll 1248 For 24"dia. 09/23/96 33 05 1-, Manhole Insert S thwe t P '.cin&Seals,Inc Lif S Swnless Seel Fur 24'din 09/23/96 33 0513, Manhole Irsert S-th—tern P.C.iq&&Seals,Inc. TetherLok m Stainless Steel For 24 dos Manholes&Bases(Frames&Covers/Rectaneular 33-0S-13(Rev 2/3/161 33 OS 13 1 Manhole Frames and Covers Western Iron Works,Bass&Hays Found I OCl 24',,40"WD 33 OS 13 '.Manhole Fames nvd Covers Vulcan Foundry 6780 24"x40"WD Manholes&Bases/Frames&Covers/Standard(Round)33-05-13(Rev 2/3/16) * 33 05 13 Manhole Frarnes mad Covers IWestern bion Works,Bass&Hays Foundry 30024 * is.33 05 13 Manhole F.—and Covers McKinley Iran.Works Inc. A 24_AM 24"D 24"Dia. * 33 OS 13 Manhole Fmmes and Covers Neenah Casting 'I 24"Dia. * 33 OS 13 Manhole Frown.and Covers Vulcan Fo 1342 ASTM A 48 33 05 13 Manhole Frmnes and Covers Si C oration MH-144N 24"Ms. 3305 13 MaMole Frames and Covers Si aoration MH-143N 33 OS 13 Manhole Frames and Covers Pont A-MoussonGTS-STD 24"dia. 33 05 13 Manhole Fmrnes and Covers Neenah Cason 24"di.. 10/31/06 33 05 13 MiMole Frarnes and Covers(Hinged) Powerseal Hinged Ductile IronManhole ASTM A536 24"Dia. 7/25/03 33 05 13 Manhole F s and Covers Saint-Gobain Pipelines amrex es(P /rexus RE32-R8FS 30"Dia. 01/31/06 1 33 05 13 30"DI MH R. .and Cover Garr Jordan Iron Works V 1432-2 and V1483 Uesi s AASFITO M306-04 30"Dia. 11/02/10 33 05 13 30"DI MH Ring and Cover Sr ma Co o MHl65lFWN&MH16502 D. Stu anon 07/19/// 33 C513 30"DI MH and Cover St Pipe Products - 304F Di. ob/10/il 33 05 13 30"DI M14 and Cover Accucast 220700 Heavy Duty with Gasket Rin 30"Din 10/14/13 33 05 13 30"DI MH Rins and Cover(Ilia ed&Lockable) East Jordan loon Works with 06/01/17 Cam LockMIP1C/T Gasket ASSITTO M105&ASTM A536 30"Dia 34 OS 13 130^D1 MH Ri and Cover(xm ed&Lockmbls)CI (SIP)Industrie, 2280 32") ASTM A 48 1 30"Dia. 08/24/17 33 05 13.01 30"DI MHAmo,and Cover[I-B.a&Lock Cam site se—"c—r sad Cover w/Look HD/FRP Composiw -30D. Manholes&Bases/Frames&Covers/Water Tight&Pressure Tight 33-05-13(Rev 2/3/16 * 33 05 13 Manhole Frnmes and Covers Pont A-Mousson Pamtight 24"Dia. * 33 05 13 Manhmes ole Fraand Covers Neenah Castro * 33 05 13 Manhole Frames and Covers Vulcan Foundry 2342 ASTM A 48 24"Dia. * 33 OS 13 Marilacle Fmrnes and Covers Western Imn Works,Bass&Hays f'outxl 300-"4P 24"Dia. * 33 05 13 Manhole blames and Covers M.K"udey[env Works Inc. WPA24AM 24"Dia. 03/08/00 33 05 13 Manhole Fnunn and Covers _ Aeoncest RC-2100 ASTM A 48 24"Dia. 04/20/01 33 OS 13 Manhole Frames and Covers Serzon ore Indusrnes Private Ltd. 300-24.03?5 Rmg..and Cove; I ASTM A 48 24"Dia. Manholes&BasesNew/Components 33-39-10(Rev 2/3/16 07/23/97 33 UrethaieHdrephilic Watersto Asaly Ko oK.K. Adeka Ulva-Seat P-201 ASTM D2240/D41?/D792_ _ 04/26/00 33 05 13 Offset Joint for 4 Dram.MH Hanson Concrete Pmduc[s Drawing No.?5-0048-001 04/26/00 33 05 13 Prefile Gasket fr 4'Diam.MH, Press-Sea]Gasket Com. 25, Gasket AS 1M C-443/C-361 SS MH ''./26/99 33 05 13HDPE Ma hole Adjustment Ron& _ - Ladtech,Inc HDPE Ad'usment Rin Nan-traffic area 5/13/05 33 05 13 Manhole Exterrel WrapCanusa-CPS WrepidSeal Manhole Enca sWatlonS stem Manholes&Bases/New/Precast Concrete(Rev 1/8/13) 3339 10 Manhole,Precast Concrete H✓dro Conduit Co SPL hem R49 ASTM C 478 qg^ 33 39 10 Manhole,Precast Concrete Watt Concrete Pip,Co.Inc. ASTM C-443 48" * 33 39 10 MaMole Pre st Concrete Fonerra fo Iy G Sora-H I Hanson) ASTM C 478 48" 04/26/00 1 3339 10 MH,single Offset Seal Joint Forterra(lbrm Iy Gifford-Hill,Hans—) Type F DE35-0048-001 ASTM C 478 4g"pram MH 09/23/96 33 39 10 Manhole,Pmcaet Concrete Concrete Product Ino 48"I.D.MaMole w/32"Cone ASTM C 478 48",/32"cove 08/30/06 1 33 39 l0 Manhole,Frecast Concrete The Tomer Com an 48"I.D.Manhole w/24"Conz ASTM C 478 48" 10/27/06 3339 10 Manhole,Precast Concrete Old—1.Free-Inc. 48"I.0.MaMole w/04 Cone i ASTM C 478 48'Diam w 24"Rin 06/09/10 33 39.10 Manhole Preoast ReinfimePolytner'Concrete US Com"it,Pre Reinforced Polymer Conor—ASTM C-76 48"to 72" Manholes&Bases/New/Fiberglass 33-39-13(1/8/13 1/26/99 33 39 13 Fibe lass Manhole Flmd C ntainme0y Inc. Flowtite ASTM 3753 No—f.arae 08/30/06 33 39 13 1 Fiberglass Manhole LF.Manufactmin Non-neffe area Manholes&Bases/Rehab Svstems/Cementitious E1-14 Manhole Rehabs stems Qtadex 04/23/01 E1-14 Manhole Rehab Sy— Standard Cement Materials,Inc. Refiner MSP EI-14 Manhole Rehabs stems AP/M Permafsrm 4/20/01 EI44 jManhole Rehabs stem _ Strong Company Stro o Sea]MS2A Rehab S.stem 5/12/03 E1-14 Manhole Rehab System Liner) Poly-tri lex Tooloal.iiies MH repair product w stop infiltration ASTM D5813 08/30/06 1 General Concrete Re air FlexKre.e Technologies Vinyl Polyester Repair Product Mso.Use 'Manholes&Bases/Rehab Svstems/NonCementitious 05/20/96 El-l4 'Manhole Rehabs sr 1 S raym, S Wall Pure olytane hCoating ASTM D639/D790 eras ra * EI-14 'Manhole Rehabs stems Sun Coast 12/14(01 Coatin for Coroswn proteetion ERTECH Series 20230 and 2100 Ol/31I06I Coatins for Corrosion Protection Chesterton Ar791,S1HB,S1,S2 Acid Resistance Test SewerA Iica[ions 8128/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 SewerA lica[ions _ 08/30/06 Coatins for Corrosion Pioteotio. Citadel SLS-30 Solids oxv Sev,er AppIcations Pipe/New!Centrifueally Cast Fiberglass Reinforced Pipe 33-31-13(1!8/131 7/21/97 33 31 13 Cenr.Cast Fiberglass Hobae Pip.USA,Inc. Hobee Pie m-Pressure AS'I'M ll3262/D3754 03/22/10 33 31 73 Fiberglass Pie .Amason 13—dsvand RPMP Pie ASTM D3262/D3754 10/30103 Glass-Fib Reinforced Polymer Pie Amiteeh USA s Coep;— Flowite ASTM D3262/D3754 06/09(10 Ll-9 Reinfod NILeCme Pie Amtch USA MeyerPolycretePi e ASTM C33,A276,F47 7 8 to 102_",Class V S _ Com osite Poe Reinforced Pol mer Concrete Pie ASTM C-76 Pines/New/Concrete E7-04 Coro No,Remfr—d Wall Concrete Pip,Co.Iva ASTM C 76 E1.04 Cone.Pipe,Reinforced Hydro Condmt Corporation Class III T&G,SPL Item 17 ASTM C 76 EI-04 Cont.Pipe,Reinforced Hanson Concrete Products ASTM C 76 EI-04 I Cone.Pipe,Reinforced Co.—Pipe&Products Co.Ino. ASTM C76 _ Pipes/New/Ductile Iron 33-11-10(1/8/13) 33 11 10 Ductile It.,.Pipe GritSn Pipe Products,Co. Super Bell-Tice Ductile Iron Foss—Pipe,Class AW WA C150,C151 3"tivu 24" 331110 Doetile lrovPipz American Ductile It-Pipe Cs- Ainerlcm FastitePipe AWWAC150,C151 * 3311 I0 Ductilelron Pipe U.S.Pipe and Foundry Co. .4W WA Cl50,C151 33 11 10 Ductile Iron Pipe Slow a Cast Iron Pipe Co. AW WA C 150,C 15 Prepared 2/1912018 Page 1 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:02-19-2018 STANDARD PRODUCTS LIST Approval Spec No. jClasssification Manufactarer Model No. National Spec Size Pipes/NeW PVC(Pressl 33-11-12(4/1/131 12/02/11 33-1112 DR I4 PVC Pmssue Pipa Pipahfe Jetstream PVC P.—Pipe AWWA 0900 4"thio 12" 10/22/14 33-I1-12 DR-14 PVC Press>L•e Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA 0900 4"thrc 12" Pipes/New/HDPB(Pipe Burstine/Sli In inine)33-31-23(1/8113) * �' i-devsi olyethylene i e PhillipsDrisco'e,Inc. Opticore Ductile Pol nth Iene Pie ASTMD124a g^ gh-rens olyeth Iene pie Plexco Inc. ASTM D 1248 _ _8" * FfLgh-ecmkX polyethylene pip, Polly Pipe,Inc, ASTM D 1248 g" High-density polyethylene pipe CSR Hydro Condwt/Pipclim S nems McComell Pipe Enlar cmem ASTM D 1248 Pines/New/PVC*33-31-20(7/1/13) * 33-31-20 PVC Sewer A e Certain-Teed Products Co _ _ ASTM D 3034 4"thio 15" 3311-20 PVC Sewer Pre Napco Maaufacturin Corp ASTM D303d,D1784 q'&g * 33-31-20 ';PVC Sewer Pie - -- -- J-M Manufaotmm Co.,Inc.JM Bogle) ABTM D 3034 4"-15- 12/2Y97- 33-31-20 PVC Sewer Pt.a Diamond Plastics Cor oration SDR-26 and SDR-35 ASTM F 789,ASTM D 3034 4"thio 15" * 33-31-20 PVC Se rPre Lamson"for Pie ASTM F789 4"tlnc 15" 04/04/07 33-31-20 PVC Se er Pie Pi elite Jet Stream 5DR-26 and SDr-35 ASTM D 3034 4"thru 15" 33-31-20 PV('Sew.-:r Pic, Royal Building Products Ro'al Seal$olid Wyll pipe 5DR26&35 ASTM 3034 4"11ru•15^ UIIETJI! Pz371-21) 11Vi tie...r PIPgr Vmy]luch PVC Pipe 11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corerwn "S"Gmvlry Sewer Y'e ASTMF679 IS"to 27" * 33-3,1-10 PVC sewer Pre J-M Manufncmn Co,Inc(JM Bagle) 18" 27" --- --- ASTM F 679 09/11/12 33 31-20 PVC se Pipe Pt elife let Shea _ SDR-26 and SD,-35 ASTM F-679 Ism OS/O6/OS 33 31-20 PVC Solid Wall Pipe Diamond Plastics CorporationASTM 46 ASTM F 679 18"to 48" 04/277/06 33-31-2o PVC Se F Hinge fierce SDR-26 and SDR-35 Gasket Fittings ASTM D-3034,D-1784,etc e-15" 33--,1-20 PVC Sewe,Fittings —tie Trends,tine 11/17/99 1 E100-2 Cloaca]P fil PVC Pip, _ Dimnend Plastics Corp Gasketed PVC Sewer Maio Fittings ASTM D3034 em[ion ASTM 1803/F794 18^t.48 Pi ,S/New/Ribbed O en Profile Lar e Diameter 09/36/91 E1002 PVC Sewer Pi e,Ribbed L on Vylon.Pi a Carlon"Ion H.C.Closed Profile Pi e, ASTM F679 18"no 48" 09/26/91 E100-2 PVC Sewer Pi e,Aibbed Extrusion T.Iond.ins,Inc. Ultra-Rib Open Profile Sewer Pie _ ASTM F 679 18"to 48" E100-2 !PVC Sewer Pipe,Ribbed UP—ETI Coman 11/10/10 (EL00-2) I,PoI roylene(PP Sewer Pie,Doubly Wall Advanced Drxinae Systerus(ADS) Sate HP Double Wall(Corrv"ated) ASTM F 2736 24"-30" ]l/l0/10 (EL00-2)_ 'Pel ro 1,le(PP)Sewer Pipe,Triple Wall Advanced Dndm e S yenams(ADS) SeniTnc HP Triple Wall Pie ASTM F 2784 30"to 60" 05/16/11 Steel Reinforced Pol ethylene Pre ConTech.Construction Products Durmaxx ASTM F 2562 24"to 72" Pipes/Rehab/CIPP 33-31-12(01/18/13) * I Cured in Place Pie Insituform Texark,ha ASTM F 7216 05/03/99 Cared Jn Place Pia National Endvoteeh Gmu National Liner,(SPL)Item#27 ASTM F-7216/1-5813 05/29/96 Cured in Plano Pie Re olds IneMliner'I 11hnol Inliner USA) [miner Technoloay ASTM F 1216 Plyes/Rehab/Fold&Form Fold and Fonn Pie Cullum Pi a Systems,Inc. 11/03/98 Fold and Form Pie Insitutorm Teclvnolo iaq Inc. IneiYutbnn"NuPlpe" ASTM F-1504 Fold and F Prpe.. Amer P p&Plastics,Inc Demo.Purpose Only 12/04/00 Fold and F Pre Ult almer Ultralinar PVC Alloy Pi liner ASTM F-1504,1871,1867 06/09/03 Feld and Form Y�pe Milla Pipeline Corp. EX Method ASTM F-1504,F-1947 U to 18"diameter Pipe)Jnlar�nent System(Method)33-31-23(01/18/13)1 PIM S-stern PIM Co oration P q th lane PIM Corp.,P t W N.J. Approved Pte usl} TRSSy,terSystems M L.C truotioa Ply ,Iene Housto 1 s A roved Pre oust' TRS S stems M.L. R�.ore S stem Pol ethylere Calgary,Canada Approved Previousl Pipe Casing Spacers 33-0514 07/01/13 11/04/02 Steel Band Casing Spacers Advanced Products and Systems,Inc. Carbon Steel Spacers,Model SI 02/02/93 Stai —Steel Casing Space:- Advanced Products and Systems,Inc. Stainless Steel Spacer,Model SSI 04/22/87 Crsing Spocers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator SmiNese Steo1 Casing Speecr Up to 48"<1 2> 09/14/10 Coated Steel Casm Spacers Pipeline Seal and Insulator Coated Steel Casln Spacers Up to 48"<t><2> 05/10/11 Stainless Steel Casing Spacer — Powaseal ed St Pl Casin p UpW48"<I><2> Coatin a>;�/Bptd V 33-39-60(01/08/13) 02/25/02 Box Lining System Sauerersen,Inc SewarOazd 210RS LA Courny#�]0-1.33 12/14/01 Boxy Lino System Brunch Technical Contin Ertcoh 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pr a Coating Induron ProteeYo 401 ASTM B-1 l7 Dnetilo Irov Pi a ON 01/31/06 Coati_,for Corrosion Protection Chesterton Are 791,S LHB,S1,S2 Acid Resistance T- 8;28/2006 ligations 8/28/2006 Coatin,,for Corrosion Protection Warren Emnmn oeand S-301 and M-301 S—Appliticaca oatin s o vuret ane WATER Pill.63-31-70(01/08/13) vitt vl! 37.1-12 PVCso—Pipe -ML ti••.Oh hPVC PIpe - Pipes/Valves&Fittings/Comb nation Air Release 33-31-70(01/08/13) E1-11 1Combinatren Ah Release Valve GA Industries,Inc. Emp've AG and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A 1"&2" EI-I1 Combiaenon An Release Valve Multi lex Manufacturing Co. Crispin An and V cwm Valves,Model No.A5, 1/2"1"&2' EI-11 Combioavon Air Rcloase Valva Valva and Pruner C.L,. APCO#143C,#145C aad#I47C I",2"&3" Pipes/Valves&Fittings/Ductile Iron Fittinec33-11-11(01/08/13) " _07123/92__r__-07 E1 :Ductile Iron Firings Star Pipe Products,Ine. Mechamcal Ioint Fittings AW WA C 153&CI10 * EI-07 Ductile Iron Fiti s Griffin Pipe Products,Co Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fmi. McWanelryl P /LnionUnt Divisioc Mechanical Joint Fittings,SSB Class 350 AWWAC 153,0110 Cl11 08/11/98 E1-07 Dccnle Iron Fittings Si a,Co. Mechanical Joint Fntmgs,SSB Class 351 AWWA C 153,C 110,C 112 j 02/26/14 P1-07 IMJ Fitrin s Ag.. Clas,350 C-153 MJ Flttinga AWWAC133 4"-12" vt 05/14/98 E1-07 Duetilel J ,Restraints FordM to R xCo_Nn�-Fla Uni.Flnnge Sones 1400 AWWACI I I/C153 4"to 36" -24 PVC Joint R-raints Ford Mew Box Co./Um Flan _ Uni-Flan a Series 1500 Circle Lock 4'to 24'14> ge g Filling AW WA 0711/C t53 Joint 11/09/04 El-07 �D Crlc Iron Join,Re inta Pipe Mechancal 7omtlip_stmmt EBAA fron,ICS McgaluggS est-000 (fo,DI Pipe) AWWA CII l/C 1161C153_ 4"to 42" 02/29/12 33-11-11 Ductile Iron Pre Mechanic,J Restraint EBA One B.1t,Ilnc. Me B S 1 Restrained for DI Pipe) AWWA C111/Cl 161C 1534"[0 42" 07,29/12 3341-T1 AWWA CIC11116/C153 4"toi.4" GiPpLo4 EI-07 'hiedRniol(pini£ebmc GLwdr(gVCI Situ.Va0drk 51.04-BLL'IV AWWAL11 uC151 3`W1Y' SgF1m14 U417 MedimcID tow acrd ubvdt[1°YCJ, S�-0lnlyk Sttik AWWACll I/Ct- L to_s" 9lillb4k EJ-07 MJF lip} sip-Ors-Lek 117E AWWA CIS3 :1"-21" Bulldog System(Diamond Lok 21&JM Eagle 10/12/10 .1-24 Interior Rcsteained Joint S stem S&S T,chacial Products Loa 900) ASTM F-1624 4"to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Indusnies(Semm re) Mechanical Joint Pittings AW WA CI53 4"to 24" 11/07/16 33-11-i l Mechanical loin[Retainer Glands Sta•PI Products,Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C 111 11/07/16 33-11-1l Mechanical Jmnt Retainer Glands Star Pip Products,Inc. DIP St grip Series 3000 ASTM A536 AW WA C 111 Prepared 2/19i2018 Page 2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:02-19-2078 STANDARD PRODUCTS LIST Approval Spec No. Classsit-tcation Manufacturer Model No. National Spec Size BOLTS-NUTS.AND GASKETS 33-11-05(01/08/13); Pines/Valves&Fittines/Resilient Seated Gate Valve*33-17-20(05/13/15) Resilient Wed d Gate Valve w/no Gears American Flow Control Series 2500 Drawing#94-20247 _ 16" 12/13/62 Rasihent Wedge Gate Volvo American Fiow Control Series 2530 and Series 2536 AWWA C515 30"and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520&2524 SD 94-20255) AWWA C515 20"and 24" 05/18/99 Resilient Wed-Gate Valve American Flow Control Series 2516 SD 94-20247) AW WA C515 16' 10/24/00 E1-26 Resilient Wad2a Gare Valve American Flow Control Series 2500 Tactile Lon AW WA C513 a"to l2" 08/05/04 Resilient Wedgr Gate Valve American Flow Control 42 and 48 AFC 2500 AW WA C515 42"and 48" 05/23/91 EI-26 Resilient Wede Gate Valve American AVK Canal American.4VK Resilient Seeded GV AWWA C509 4"to 12" Resilient Wed Gate Valve A 01/24/02 EI-26 e cricaa AVK Company 20"and sm,,.aller EI-26 Resilient Seated Gate Valve Kenved 4" ' EI-26 Resilient Seated Gate Valve M&H i, ' * EI-26 Resilient Seated Gate Valve Mueller Ce 4•'_le12" 11/08/99 .Resilient WedL,Gate Valve Mueller Co Series A-1361 SD 664'7 AWWA C515 16" 1211 01/23/03 Resilient Wedge Gate Valve Mueller Co Series A2360 fir IB 24'SD 6709 AWWA C515 24"and smaller I 05/13/05 Resilient Wad a Gale Valve __ Mueller Co. Mueller 30&36,C-515 AWWA C515 30"and 36" 01/31/66 Resilient Wed a Gate Valve Mueller Co. Mueller 42"&48',C-515 AWWA 0515 42"and 48" 01/28/88 EI-26 Resilient Wadfc Gate Valve Clow Valve Co. AWWA C509 4"-12" 10/04/94 Resilient Wede Gate Valve Clow Valve Co. 16"RS GV(SD 620995) AWWAC51< 16" 11/08/99 EL26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve SD D-21652 AWWAC515 24"ad smaller 11/29/04 Resilient Wedge Gore Valve Clow Valve Co. Clow 3b&36"C-515 AWWA C515 30"and 36" ata 31 Resilient Wedge Gate Valve 11/30/12 Clow Valve Co. _ _Clow Vulva Model 2638 AWWA C515 24"to 48" 3 05/08/91 EI-26 Resilient Scored Gale Valve Stockham Valves&FitWgs �igWWgC 509,ANSI 420-uem,ASTM q""--12" * E1-26 Res:hent Seated Ga'e Valve U.S PiBand Few -Co. Mearseal 250,re imarce,SPL 574 3"to 16" 10/26/16 33-12-10 Resilient Seared Gate Valve EJ(East Jorda,Iron Works) e1 FlowMaster Gate Valve&Boxes Pipes/Valves&Fittings/Rubber Seated Butterfly Valve 33-12-21(07/10/141 * EI-30 'Rubbe:-5ea[ed Butterfly Valve Henry Pont Co. AWWAC-504 24" " EI-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller VI V99 E1-30 Robber Soared Butterfly Valve Dezurlk Valves Co. AWWA C-504 n4 and! Ser_ 06/12/03 F,1-30 Vslmanc American Banerfl Valva Vaimatic Valve= Manufactmiug Co[. ValmaCi American Butterfl Valve. AWWA C-504 U to 84"d Mer 04/06/07 E]-30 Rubber Seated Butterfly Valve M&H Valve M&ll Stic4500&1450 _AWWA C-104 24"to 48' SamD11nE.Station 3/12!96 Warer Sampling Stenon Water Plus B20 Water Sampling Station Dry Barrel Fire Hydrants 33-12-40(01/15/141 10/01/87 E-1-12 DryBevel FireHdrant American Darling Valve Dmwutg N.S.90-18608,94-18560 AWWA C-502 03/31/88 E-1-12 DryBarn,lFiralLdrout Amrieca Darling_Valve Shop Draw mg No.94-1R791 AWWAC-502 09/30/87 E-1-12 D Bevel FvaH dram Cl C on I Shop Drawing No.D-19895 AWWA C-502 01/11/93 E-I-12 Dry Barrel Fye Hydrant Fvnencav AVK Company Mode12700 _AWWA C-502 08/24/88 E-142 DryBan l Fve H dram Clow Co oration Drawings D20435,D20436,B20506 AWWA C-502 E-1-12 D Barrel Fire Hydrant ITT Kennedy Valve ShopDrawing No.D-80783FW AWWAC-502 09/24/87 E-i-12 !Dry Bvrol FireH drvn M&H Valve Compaq Shop Drawing No,13476 AWWAC-502 10/14/87 E-I-12D Bzrrel Fire Hydrant Mueller Company Sho,D-whrgs No 6461 - A423 Centurion AWWAC-502 Shop Drawing FH-12 01/15/88 F.I.-12 Dy Barrel FireHdrant Mueller ComanA-423 Super Centwion 200 AWWAC-502 10/09/87 E-1-12 D Banal FveHydrant U.S.Pip,&Foundry Shop Drawing No.960250 AWWAC-502 E 09/1&87 -1-12 D Barrel FireHdrant Waterous Conpany Shop Drawing No.SK740803 _ AWWA C-502 08/IJI6 33-12-40 IDry Barrel vire llyd,ant FJ'(has[Jordan Iron Works) Wa[erivlaster SCD250 GVa er. en s 33-1 -10 07 13 08/28,02 - Double SIM2 Saddle — Smith Blair #317 Nylon Coated Double Stual,Saddle ' 07/23/12 33-L-10 Double Sera.Service Saddle Mueller Company DR2S Double(SS)Strap DI Saddle AWWA C800 1^-2"SVC,up to 217 Pipe 10/27187 Crab Sto s Ball Meter Valves McDonald 6100M,6100MT&610MT 3/4"and 1" 10/27/87 Crab Sto s Ball Meer Valves McDonalc 4603B,4604B,6IOOM,61001&and 6101M I%Pland 2" 01/26/00 Coated T.Wira Saddle with Double SS Sores JCM Industves,Inc. #406 Double Bond SS Saddle I'2 Ta s on up t,12" 0(5/21/12 33-12-25 Toppi Sleeve(Cowed Steel) ICM,—,,a, Inc. 412 Tapping Sleeve ESS AWWA C-223 U to 30"w/12"Out 02/29/12 T 'Sl p aP' (SC 1 ss Steel) _ P seal_ 3490A5(Flange)&3490MI 4 8"and 16" 33-I3-25 'r - 51 (Coated3teap Rmac FTS o40 AWa'A G223 U t 42"x/24"Out 02/29!12 33-12-25 T hm Sleeve(Stalnlese Steel) Romac V SS Stainless Steel AWWA C-223 U Co 24"w/12"Out 02/29/12 33-12-25 T pine Sleeve(Stainless Steel) Aomad SST III Staivlaes Steel AWWA C-227 U m 30"w/12"Out Pla. OS/10111 Re Clamp Powerseal 3232 Bell?int Repair Clamp lasticM er Be.w/Com,sim Lid DFW Plastics In-. DFW37C12-1EPAF FTW _ Plastic Meter Box w/Coinosite Lid DFW Plastics Ino. DLW39C-12-lEPAP FTW 08/30/06 Plastic Metre Box w/Composite Lid _DFW Plastics Inc. DFW65C-14-lEPAF ETW Claas"A" Concrete Meter Box Bass&Hays CNM37-B 12 1118 LID-9 Coue"re Meter Box Bass&Hugs CMB-18-Dua11416 LID-9 Concrete Meer Box Bats&Hays CMB65-B65 1521 LID-9 Polyethylene Encasement 33-11-10(01/08/131 05/11/05 EI-13 Po.ethyl E t Hassel Packaging fhkonEnla roves __ AW WA CI05 Smit LLD 05/12/05 E1-13 Polyethyl Encasmena Mountain Stales Plasties(MSP and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12!05 E1.13 Pol e[ leve F.ncasment AEP lndusvics Bulls", by Cowtown Bolt&Gasket AWWAC105 8mil LLD Meters 02/05/93 E101-5 •DMec[or Check Meter Ames Company Model 1066betea,o,Check Valve AWWAC550 4"-10" 08/05104 Magnetic Dnva Veri cal Turbine _ Homey Mg,eu,Dive 1 AWWAC701,Classl NOTES " From Ori mal Standard Products List -- ----- <I> Carrier Pile,I D <2> Above 48"Ap rvoedon case by case basis <3> 30-inch and lar er requires By-Pass <q> Product Approved to 36"However,C905?VC Pipe is aril approved 7pw 24" e ort o star apart [ ar. ro nets ut " ve ape to rnviunize es tt "fp oil t�ih t n ort ater apartments tan ar pea cations uruig uv try consvv p 1 t Specifications for spec;fic prod [ luded as parr of the Consttucnon Contract Documents,the q is f the T hen 1 Sp E 11 override ilia Poet Worth Water Department's Standard Specification d tiv}«Worth Water Department's Standard Products List and approval ofthe specific produces will be based on the requnemens ofthe Technical Spe fcation whether or nor the specific prod=mors the Fort Worth Water Depanment's Standard Specrficanaas or is on the Fon Werth Water De eruncer's Standard Products List. Prepared 2/192018 Page 3