Loading...
HomeMy WebLinkAboutContract 49693 CIYY SECRETARY CONTRACT NO. F01 TWOR TY Sewer Main Replacements Contract 2017 1 City Project No. 100909 1 t w CIDC-J CANED "' Cv Win•� Cj .' i j oL OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX CITY OF FORT WORTH, TEXAS WATER DEPARTMENT SEWER MAIN REPLACEMENTS CONTRACT 2017 City Project No. 100909 I JOHN CARMAN,P.E. DIRECTOR WATER DEPARTMENT 2017 APPROVED 0 a u L ChWSHA ER,P. .,ASSISTANT DI GTOR,WATER DEPARTMENT APPROVED �� u L) Cl TONY LOLA, .E.,ENGINEERINGMANAGER,WATER DEPARTMENT RECO%M,'ND D DATE I i -IR r Rf } ,r I PROJECT MAHUAL FOR ' ME CONS i RUCTION OF f I Sewer main Replacements Contract 2017 City Project No. 100909 I - i Betsy Price David Cooke i Mayor City Manager John Carman, P.E. Director, Water Department I I 1 I I 000000- 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SiECTION 00 00 00 TABLE OF CONTENTS Division 00 -General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43-13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequali0cation Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers` Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 013119 Preconstruction Meeting € 01 31 20 Project Meetings 0132 16 Construction Progress Schedule 013233 Preconstruction Video 01 33 00 Submittals 0135 13 Special Project Procedures 014523 Testing and Inspection Services 015000 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 016000 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 0177 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised February 2, 2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical,Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02- Existing Conditions 0241 14 Utility Removal/Abandonment Division 32- Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 1723 Pavement Markings 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates Division 33 - Utilities 33 05 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to Grade Division 34—Transportation 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: hWs://Proiectooi nt.buzzsaw.com/client/fortworth(iov/Resources/02%20- %20Construction%20Documents/Specifications Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 0241 15 Paving Removal Division 03—Concrete 03 3000 Cast-In-Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures 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 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised February 2,2016 f 000000 -3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 Division 32- Exterior Improvements 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 1137 liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 3213 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 3214 16 Brick Unit Paving 3216 13 Concrete Curb and Gutters and Valley Gutters 32 17 25 Curb Address Painting 3232 13 Cast-in-Place Concrete Retaining Wails 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 3311 05 Bolts, Nuts, and Gaskets 3311 10 Ductile Iron Pipe 3311 11 Ductile Iron Fittings 33 1112 Polyvinyl Chloride (PVC) Pressure Pipe 3311 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 3331 12 Cured in Place Pipe (CIPP) 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 3331 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride(PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 3331 23 Sanitary Sewer Pipe Enlargement CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised February 2,2016 00 00 00-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 3150 Sanitary Sewer Service Connections and Service Line 3331 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 3339 60 Epoxy Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 3341 11 High Density Polyethylene(HDPE) Pipe for Storm Drain 3341 12 Reinforced Polyethlene (SRPE) Pipe 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 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 11 Temporary Traffic Signals 3441 13 Removing Traffic Signals 3441 15 Rectangular Rapid Flashing Beacon 3441 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site 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 FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised February 2, 2016 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 812912017 -Ordinance No. 22851-08-2017 DATE: 8129/2017 REFERENCE NO.: **C-28355 LOG NAME: CIIRCLERCLE C2017- C CODE: C TYPE: CONSENT HEAR PUBLIC NO I�EAR SUBJECT: Authorize Execution of Contract with William J. Schultz, Inc., dba Circle C Construction Company, in the Amount of$1,000,000.00, for Sanitary Sewer Main Replacements Contract 2017, Provide for Additional Contract Costs and Contingencies for a Project Amount of$1,210,000.00 and Adopt Appropriation Ordinance (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund from available funds in the amount of$1,21.0,000.00; and 2. Authorize execution of a contract with William 1. Schultz, Inc., dba Circle C Construction Company, in the amount of$1,000,000.00, for Sewer Main Replacements Contract 2017, with up to two renewals. (City Project No. 100909) DISCUSSION: The work to be performed under this contract consists of replacing and/or relocating Sewer mains. The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and that the amount budgeted for the projects is $1,000,000.00. Final payments will be made based on actual measured quantities. The bid documents also included a stipulation giving the City the option to renew (subject to appropriated funding) this contract two times under the same terms, conditions and unit prices. This project will have no impact on the Water Department's operating budget when completed. Construction is expected to start October 2017 and be completed by October 2018 or when the contract amount is exhausted. MIWBE OFFICE—William J. Schultz, Inc., dba Circle C Construction company is in compliance with the City's BDE Ordinance by documenting good faith effort. The City's MBE goal on this project is seven percent. i The project is located in ALL COUNCIL DISTRICTS. FISCAL INFO{ MATIONICERTIFICATiON: The Director of Finance certifies that upon approval of the above recommendations and adoptions of the attached appropriation ordinances, funds will be available in the current capital budget, as appropriated, of the Water Capital Projects Fund. The Fiscal Year 2017 Water Operating Fund budget includes appropriations of$31,636,073.00 for the purpose of providing Pay-As-You-Go . funding for Sewer Capital projects. After this transfer for Fiscal Year 2017, the balance will be $1,585,221.00. http://apps.efviiet.org/council_packet/n-rc review.asp?ID=24991&councildate-8/29/2017 8/31/2017 T M&C Review Page 2 of 2 f Appropriations for the Sewer Main Replacements Contract 2017 project are depicted below: FUN® Existing Additional Project i Appropriations Appropriations Total* i Water Capital Projects $0.00 $1,210,000.00 $1,210,000.00 f Fund 56002 Project $0.00 $1,210,000,00 $1,2I0,000.00 Total *Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Deference# Amount ID 1 ID Year Chartfield 2 FROM Fund Department Account Project Program Activity I Zeference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Kara Shuror(8819) Additional Information Contact: Adolfo Lopez (7829) ATTACHMENTS 60SSUIRC2017 CIRCLEC Farm 1295.2df 608SMRG2017-CIRCLEC 060 AO 17.docx i r http://apps.cfwnet.ofg/Gourtcil_packet/me review.asp?1D=24991&councildate=8/29/2017 8/31/2017 0011 13-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 It 13 ' 2 INVITATION TO BIDDERS 3 - 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Sewer Main Replacements Contract 2017, 6 City Project Number 100909 will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth,Texas 761.02 ' 12 until 1:30 P.M. CST,Thursday,June 29, 2017, and bids will be opened publicly and read aloud at 13 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the (approximate) following: 8"— 16"Sanitary Sewer Mains and 17 Services 18 19 OPTION TO RENEW 20 The City has the right to renew this contract for two (2)one-year terms/expenditures of 21 $1,000,000.00 under the same terms, conditions,and unit prices. The City shall give at least sixty 22 (60) days notice prior to the expiration of this contract, determined as one year from the date of 23 execution, or of an option period, or a like notice at such a time as there is less than$10,000.00 24 left unexpended. 25 26 PREQUALIFICATION 27 The improvements included in this project must be performed by a contractor who is pre- 28 qualified by the City at the time of bid opening. The procedures for qualification and pre- ; 29 qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS. 30 31 DOCUMENT EXAMINATION AND PROCUREMENTS 32 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of 33 Fort Worth's Purchasing Division website at htLp://www.fortworthtexas.goyjpurchasing/and 34 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 35 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 36 suppliers. The contractor is required to fill out and notarize the Certificate of 37 Interested Parties Form 1.295 and the form must be submitted to the Project 38 Manager before the contract will be presented to the City Council.The form can be 39 obtained at ttps:llwww.ethics.state.tx..usltec/1295-Info.htm . 40 41 Copies of the Bidding and Contract Documents may be picked up at: 42 Fort Worth Water Department 43 Design Services Section 44 927 Taylor St. 45 Fort Worth, TX 76102 46 47 There is no cost for the Bidding and Contract Documents. 48 49 50 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 22, 2016 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 1 2 3 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 4 City reserves the right to waive irregularities and to accept or reject bids. 5 6 INQUIRIES 7 Attn: Adolfo Lopez, City of Fort Worth 8 Email: adolfo.lopez@fortworthtexas.gov 9 Phone: 817-392-7829 10 AND/OR 11 12 Attn: aim Deeter, P.E., City of Fort Worth 13 Email: jim.deeter@fortworthtexas.gov 14 Phone: 817-392-7803 15 16 ADVERTISEMENT DATES 17 June 1, 2017 18 June 8, 2017 19 20 END OF SECTION CM OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 22, 2016 i 002113 - 1 INSTRUCTIONS TO BIDDERS i Page 1 of 9 I SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00 7 - GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings 10 indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation 13 acting directly through a duly authorized representative, submitting a bid for I4 performing the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided) makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 t 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) ' 34 35 3.1 All Bidders and their subcontractors are required to be prequalifed for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Water and Sanitary Sewer— Requirements document located at; 41 https://p[ ieoQint.buzzsaw.com/fortworthgov/ResouMgs/02%20- 42 %20Constrwhon%20Documents/ContractoM2OPreauallffcation/Water%20and%2 43 OSanitarv%20SewetO/o20Contractor%2QPMualil•nation%20Program/WSS%20nrecr 44 ual%20requirements.doc?publ1c 45 46 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within 47 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 48 45 11, BIDDERS PREQUALIFICATIONS. 49 50 3.2.1. Submission of and/or questions related to prequalification should be addressed 51 to the City contact as provided in Paragraph 6.1. 52 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised August 21, 2015 002113 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent 2 low bidder(s) for a project to submit such additional information as the City, in its sole 3 discretion may require, including but not limited to manpower and equipment records, 4 information about key personnel to be assigned to the project, and construction 5 schedule, to assist the City in evaluating and assessing the ability of the apparent low 6 bidder(s) to deliver a quality product and successfully complete projects for the amount 7 bid within the stipulated time frame. Based upon the City's assessment of the submitted 8 information, a recommendation regarding the award of a contract will be made to the 9 City Council. Failure to submit the additional information, if requested, may be grounds 10 for rejecting the apparent low bidder as non-responsive. Affected contractors will be I notified in writing of a recommendation to the City Council. 12 13 3.4.In addition to prequalification, additional requirements for qualification may be required 14 within various sections of the Contract Documents. 15 16 Special qualifications required for this project include the following:The Time of 17 Completion of each individual work order in an essential element of this contract. Each 18 work order issued will have the maximum allowed number of calendar days allowed for 19 the completion of that specific work. 20 3.5.Single or several Work Orders may be issued at one time.The Contractor shall initiate 21 work within seven (7)working days of the date the Work Order is issued to the 22 Contractor, and continue work on the Work Order until it has been completed, not 23 including paving. The Contractor shall fumish and supply sufficient equipment and 24 personnel to complete the Work Order in the amount of time provided for in the Work 25 Order. Should the Contractor fail to start any Work Order within the time specified, he 26 shall add the necessary work crews and equipment to prosecute the work to complete 27 the Work Order or Work Orders in the time provided therefore. Should the contractor 28 fail to complete an individual work order in the given amount of calendar days as 29 specified on each individual work order, liquidated damage charges will be subtracted 30 from the final pay estimate of that particular work order. The estimated amount for each 31 particular work order will be used for determining the amount of damages charged per 32 calendar day of time exceeding the specified amount. 33 34 4. Examination of Bidding and Contract Documents,Other Related Data, and Site 35 36 4.1.Before submitting a Bid, each Bidder shall: 37 38 4.1.1. Examine and carefully study the Contract Documents and other related data 39 identified in the Bidding Documents (including "technical data" referred to in 40 Paragraph 4.2. below). No information given by City or any representative of the 41 City other than that contained in the Contract Documents and officially 42 promulgated addenda thereto, shall be binding upon the City. 43 44 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local 45 and site conditions that may affect cost, progress, performance or furnishing of the 46 Work. 47 48 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 49 progress, performance or furnishing of the Work. 50 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised August 21, 2015 a 00 21 13 -3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or - 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.L5. Be advised that the Contract Documents on file with the City shall constitute all 10 of the information which the City will furnish. All additional information and data I which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the 13 Contract Documents just as though such addenda were actually written into the I4 original Contract Documents. No information given by the City other than that 15 contained in the Contract Documents and officially promulgated addenda thereto, 16 shall be binding upon the City. 17 18 4.1.6. Perform independent research, investigations, tests, borings, and such other 19 means as may be necessary to gain a complete knowledge of the conditions which 20 will be encountered during the construction of the project. On request, City may 21 provide each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting 27 the cost of doing the Work, time required for its completion, and obtain all 28 information required to make a proposal. Bidders shall rely exclusively and solely 29 upon their own estimates, investigation, research, tests, explorations, and other 30 data which are necessary for full and complete information upon which the i 31 proposal is to be based. It is understood that the submission of a proposal is prima- 32 fade evidence that the Bidder has made the investigation, examinations and tests 33 herein required. Claims for additional compensation due to variations between 34 conditions actually encountered in construction and as indicated in the Contract 35 Documents will not be allowed. 36 37 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The 39 Contractor shall not take advantage of any gross error or omission in the Contract 40 Documents, and the City shall be permitted to make such corrections or 41 interpretations as may be deemed necessary for fulfillment of the intent of the 42 Contract Documents. 43- 44 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 45 46 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous 47 to the site which have been utilized by City in preparation of the Contract ` 48 Documents. The logs of Sail Borings, if any, on the plans are for general 49 information only. Neither the City nor the Engineer guarantee that the data shown 50 is representative of conditions which actually exist. 51 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised August 21, 2015 002113 -4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4,2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02, of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any"technical data" or 11 any other data, interpretations, opinions or information. 12 13 4.3,The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods,techniques, sequences 17 or procedures of construction (if any) that may be shown or indicated or expressly 18 required by the Contract Documents, (iii)that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work, 25 26 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work, Etc, 32 33 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are 43 listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary 44 right-of-way, easements, and/or permits are not obtained,the City reserves the right to 45 cancel the award of contract at any time before the Bidder begins any construction work 46 on the project. 47 48 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 49 way,easements, and/or permits, and shall submit a schedule to the City of how 50 construction will proceed in the other areas of the project that do not require permits 51 and/or easements. 52 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised August 21, 2015 002113 -5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6, interpretations and Addenda 2 3 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 4 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 5 received after this day may not be responded to. Interpretations or clariflcations 6 considered necessary by City in response to such questions will be issued by Addenda 7 delivered to all parties recorded by City as having received the Bidding Documents. 8 Only questions answered by formal written Addenda will be binding. Oral and other 9 interpretations or clarifications will be without legal effect. 10 11 Address questions to: 12 13 City of Fort Worth 14 1000 Throckmorton Street 15 Fort Worth, TX 76102 I6 Attn: Adolfo Lopez, Fort Worth Water Dept. 17 Fax: 817-392-2527 18 Email: adoifo.lopez@fortworthtexas.gov 19 Phone: 817-392-7829 20 21 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 22 city. 23 24 6.3.Addenda or clarifications may be posted via Buzzsaw at <InsertUnkto Documen&F. 25 26 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 27 INVITATION TO BIDDERS, Representatives of City will be present to discuss the 28 Project. Bidders are encouraged to attend and participate in the conference. City will 29 transmit to all prospective Bidders of record such Addenda as City considers necessary 30 in response to questions arising at the conference. Oral statements may not be relied 3? upon and will not be binding or legally effective. 32 33 7. Bid Security 34 35 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 36 (5) percent of Bidder's maximum Bid price on form attached,issued by a surety meeting 37 the requirements of Paragraphs 5.01 of the General Conditions. 38 39 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 40 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 41 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 42 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 43 Such forfeiture shall be City`s exclusive remedy if Bidder defaults, The Bid Bond of all i 44 other Bidders whom City believes to have a reasonable chance of receiving the award I45 will be retained by City until final contract execution. 46 47 S. Contract Times 48 The number of days within which, or the dates by which, Milestones are to be achieved in 49 accordance with the General Requirements and the Work is to be completed and ready for 50 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 51 attached Bid Form. 52 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 i" Revised August 21, 2015 1 0021 13 -- 6 INSTRUCTIONS TO BIDDERS Page 6of9 1 9. Liquidated Damages 2 Provisions for liquidated damages are set forth in the Agreement. 3 4 10.Substitute and "Or-Equal" Items 5 The Contract, if awarded, will be on the basis of materials and equipment described in the 6 Bidding Documents without consideration of possible substitute or"or-equal" items. 7 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or"or- 8 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 9 City, application for such acceptance will not be considered by City until after the Effective 10 Date of the Agreement. The procedure for submission of any such application by Contractor 11 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 12 Conditions and is supplemented in Section 0125 00 of the General Requirements. 13 14 11.Subcontractors,Suppliers and Others 15 16 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12- 17 2011 (as amended), the City has goals for the participation of minority business 18 and/or small business enterprises in City contracts. A copy of the Ordinance can be 19 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 20 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 21 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture 22 Form as appropriate. The Forms including documentation must be received by the 23 City no later than 2:00 P.M. CST, on the second business days after the bid opening 24 date. The Bidder shall obtain a receipt from the City as evidence the documentation 25 was received. Failure to comply shall render the bid as non-responsive. 26 27 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 28 or organization against whom Contractor has reasonable objection. 29 30 12.Bid Form 31 32 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 33 obtained from the City. 34 35 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 36 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 37 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 38 price item listed therein. In the case of optional alternatives, the words "No Bid," 39 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 40 written in ink in both words and numerals, for which the Bidder proposes to do the 41 work contemplated or furnish materials required. All prices shall be written legibly. In 42 case of discrepancy between price in written words and the price in written 43 numerals, the price in written words shall govern. 44 45 12.3. Bids by corporations shall be executed in the corporate name by the president or a 46 vice-president or other corporate officer accompanied by evidence of authority to 47 sign. The corporate seal shall be affixed. The corporate address and state of 48 incorporation shall be shown below the signature. 49 CITY OF FORT WORTH MSR201Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised August 21, 2015 1 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 2 partner, whose title must appear under the signature accompanied by evidence of 3 authority to sign. The official address of the partnership shall be shown below the 4 signature. 5 6 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 7 member and accompanied by evidence of authority to sign. The state of formation 8 of the firm and the official address of the firm shall be shown. 9 i0 12.6. Bids by individuals shall show the Bidder's name and official address. - 11 12 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 13 indicated on the Bid Form. The official address of the joint venture shall be shown. 14 ' 15 12.8. All names shall be typed or printed in ink below the signature. 16 17 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 18 which shall be filled in on the Bid Form. 19 20 12.10. Postal and e-mail addresses and telephone number for communications regarding ' 21 the Bid shall be shown. 22 23 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 24 Texas shall be provided in accordance with Section 00 43 37--Vendor Compliance to 25 State Law Non Resident Bidder. 26 27 13.Submission of Bids 28 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at 29 the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to 30 Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked 31 with the City Project Number, Project title, the name and address of Bidder, and 32 accompanied by the Bid security and other required documents. If the Bid is sent through 33 the mail or other delivery system, the sealed envelope shall be enclosed in a separate 34 envelope with the notation "BID ENCLOSED" on the face of it. 35 36 14.Modification and Withdrawal of Bids 37 38 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office r 39 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 40 must be made in writing by an appropriate document duly executed in the manner 41 that a Bid must be executed and delivered to the place where Bids are to be j 42 submitted at any time prior to the opening of Bids. After all Bids not requested for 43 withdrawal are opened and publicly read aloud, the Bids for which a withdrawal 44 request has been properly filed may, at the option of the City, be returned 45 unopened. 46 47 1.4,2. Bidders may modify their Bid by electronic communication at any time prior to the 48 time set for the closing of Bid receipt, 49 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised August 21, 2015 i 002113 -8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 15,Opening of Bids 2 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 3 abstract of the amounts of the base Bids and major alternates (if any) will be made available 4 to Bidders after the opening of Bids. 5 6 16.Bids to Remain Subject to Acceptance 7 All Bids will remain subject to acceptance for the time period specified for Notice of Award 8 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 9 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 10 11 17.Evacuation of Bids and Award of Contract 12 13 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 14 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 15 and to reject the Bid of any Bidder if City believes that it would not be in the best 16 interest of the Project to make an award to that Bidder, whether because the Bid is 17 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 18 meet any other pertinent standard or criteria established by City. City also reserves 19 the right to waive informalities not involving price, contract time or changes in the 20 Work with the Successful Bidder. Discrepancies between the multiplication of units 21 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 22 between the indicated sum of any column of figures and the correct sum thereof will 23 be resolved in favor of the correct sum. Discrepancies between words and figures 24 will be resolved in favor of the words. 25 26 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 27 among the Bidders, Bidder is an interested parry to any litigation against City, 28 City or Bidder may have a claim against the other or be engaged in litigation, 29 Bidder is in arrears on any existing contract or has defaulted on a previous 30 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 31 Bidder has uncompleted work which in the judgment of the City will prevent or 32 hinder the prompt completion of additional work if awarded. 33 34 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 35 other persons and organizations proposed for those portions of the Work as to which 36 the identity of Subcontractors, Suppliers, and other persons and organizations must 37 be submitted as provided in the Contract Documents or upon the request of the City. 38 City also may consider the operating costs, maintenance requirements, performance 39 data and guarantees of major items of materials and equipment proposed for 40 incorporation in the Work when such data is required to be submitted prior to the 41 Notice of Award. 42 43 17.3. City may conduct such investigations as City deems necessary to assist in the 44 evaluation of any Bid and to establish the responsibility, qualifications, and financial 45 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 46 organizations to perform and furnish the Work in accordance with the Contract 47 Documents to City's satisfaction within the prescribed time. 48 49 17.4. Contractor shall perform with his own organization, work of a value not less than 50 35% of the value embraced on the Contract, unless otherwise approved by the City. 51 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised August 21, 2015 i 1 002113 -9 1 INSTRUCTIONS TO BIDDERS Page 9of9 1 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 2 responsive Bidder whose evaluation by City indicates that the award will be in the j 3 best interests of the City. f 4 5 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 6 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 7 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 8 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain 9 a comparable contract in the state in which the nonresident's principal place of 10 business is located. II 12 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to 1 13 be awarded, City will award the Contract within 90 days after the day of the Bid 14 opening unless extended in writing, No other act of City or others will constitute 15 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 16 the City. 17 18 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 19 20 18.Signing of Agreement 21 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 22 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 23 Contractor shall sign and deliver the required number of counterparts of the Agreement to 24 City with the required Bonds, Certificates of Insurance, and all other required documentation, 25 City shall thereafter deliver one fully signed counterpart to Contractor. 26 27 28 29 END OF SECTION I r 1 1 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised August 21, 2015 l 003513- 1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 I SECTION 00 35 1.3 2 CONFLICT OF INTEREST AFFIDAVIT 3 -, 4 Each bidder, offeror, or respondent(hereinafter also referred to as"you')to a City of Fort Worth 5 (also referred to as"City') procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government officer Conflicts Disclosure 7 Statement(the attached CIS Form) below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on City 9 Work. The referenced forms may be downloaded from the website links provided below. 10 II http://www.ethics.state.tx.us/forms/CIO.Ddf 12 13 http://www.ethics.state.tx.us/forms/CIS.pdf 14 15 E: CIQ Form is on file with City Secretary 16 17 CIQ Form is being provided to the City Secretary 18 19 CIS Form is on File with City Secretary 20 21 CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER, / ' 41ZIl rt..,26 +�.Sa+��s ls�r. -6 OQc d 27 28 Company (Please Print) 29 30 P. 0 4 ax0 _Signature: 31 Address I 32 33 WY0 Title: li Sic 4 w' ' 34 City/State/Zip (Please Print) 35 i 36 37 EN® OF SECTION CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Clty Project Number 100909 Revised March 27,2012 i a 004100 BID FORM Page I of 3 SECTION 00 4100 BID FORM TO: The City Manager 1 c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Sewer Main Replacements Contract 2017 City Project No.: 100909 1. Enter Into Agreement i The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. a c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly Or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS • Form Revised 20120327 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls I � g I l I 00 41 00 BID FORM Page 2 of 3 e 3. prequalifiication The Bidder acknowledges that the following work types must he performed only by prequalified contractors and subcontractors: } a. Sewer Improvements 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 days days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a.This Bid Form, Section 00 4100 b. Required Bid Bond,Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section QO 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 R 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 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. i I Total Bid$ Z� 988, Q 00, S CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 410000 43 13_00 42 43_00 43 37_00 45 1200 35 13 Bid Proposal Workhook.xls 4 00 41 00 BID FORM Page 3 of 3 i 7. Bid Submittal ' This Bid is submitted on yp g /7 by the entity named below. Respectfully submitte , Receipt is acknowledged of the following Addenda: Initial By, Addendum No. is (Signature) Addendum No. 2: Addendum No.3: Addendum No.4. (Prin(d Name) Title: Company://,. Tr�afie,/�L d6cx Corporate Seal: Address: �®x yoE�zg �Or T �✓ds��11 TiY ��f`�Q State of Incorporation: X4 Finail:7. S.CLIlY�C- C/eCGpi7� 7.1**"tTi.o�. Cvis'7 Phone: lgds END OF SECTION i E 3 I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUINFNTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 3700 45 12_00 35 13_Sid Proposal Workbook.xls i 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors ' whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. i A. Nonresident bidders in the State of Stare Here or$Ian;, , our principal place of business, are required to be 'YQ Herr -percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Stale H --° or Blank,., our principal place of business, are not required to underbid resident bidders. b. The principal place of business of our company or our parent company or majority owner is in the State of Texas. { s BIDDER: - 1 By: o Cir Z.le C Co.,s/I. e-f are ldminA.,� f'� (Signature) Title: P.fiLYtf7 i /GDI!" !/O�I�/ �rff / C• Date. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 1300 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1.. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification ' 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's i 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 of 23 Incorporation,Articles of Organization, Certificate of Formation, LLC Regulations, 24 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 following 29 web address www.window.state.tx.us/taxpermitl and fill out the application ? 30 to apply for your Texas tax ID. 31 (2) The firm's a-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun &Bradstreet. This number is 33 used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements Financial statement submission must be provided in 42 accordance with the following; 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration.DE2 45 (2) To be satisfactory, the financial statements must be audited or reviewed 46 by an independent, certified public accounting firm registered and in 47 good standing in any state. Current Texas statues also require that 48 accounting firms performing audits or reviews on business entities within 49 the State of Texas be properly licensed or registered with the Texas 50 State Board of Public Accountancy. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 004511 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (3) The accounting firm should state in the audit report or review whether 2 the contractor is an individual, corporation, or limited liability company. 3 (4) Financial Statements must be presented in U.S. dollars at the current 4 rate of exchange of the Balance Sheet date. 5 (5) The City will not recognize any certified public accountant as 6 independent who is not, in fact, independent. 7 (6) The accountant's opinion on the financial statements of the contracting 8 company should state that the audit or review has been conducted in 9 accordance with auditing standards generally accepted in the United 10 States of America. This must be stated in the accounting firm's opinion. II It should: (1) express an unqualified opinion, or (2) express a qualified 12 opinion on the statements taken as a whole. 13 (7) The City reserves the right to require a-new statement at any time. 14 (8) The financial statement must be prepared as of the last day of any 15 month, not more than one year old and must be on file with the City 16 16 months thereafter, in accordance with Paragraph 1. 17 (9) The City will determine a contractor's bidding capacity for the purposes 18 of awarding contracts. Bidding capacity is determined by multiplying the 19 positive net working capital (working capital = current assets—current 20 liabilities) by a factor of 10. Only those statements reflecting a positive 21 net working capital position will be considered satisfactory for 22 prequalification purposes. 23 (10) In the case that a bidding date falls within the time a new financial 24 statement is being prepared, the previous statement shall be updated 25 with proper verification. 26 b. Bidder PregualificationApplication. A Bidder Prequalification Application must be 27 submitted along with audited or reviewed financial statements by firms wishing to he 28 eligible to bid on all classes of construction and maintenance projects. Incomplete 29 Applications will be rejected. 30 (1) In those schedules where there is nothing to report, the notation of 31 "None"or"N/A"should be inserted. 32 (2) A minimum of five (5) references of related work must be provided. 33 (3) Submission of an equipment schedule which indicates equipment under 34 the control of the Contractor and which is related to the type of work for 35 which the Contactor is seeking prequalification. The schedule must 36 include the manufacturer, model and general common description of 37 each piece of equipment. Abbreviations or means of describing 38 equipment other than provided above will not be accepted. 39 40 3. Eligibility to Bid 41 a. The City shall be the sole judge as to a contractor's prequalification. 42 b. The City may reject, suspend, or modify any prequalification for failure by the 43 contractor to demonstrate acceptable financial ability or performance. 44 c. The City will issue a letter as to the status of the prequalification approval. 45 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 46 the prequalified work types until the expiration date stated in the letter. 47 48 49 50 51 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 004511 -3 BIDDERS PREQUAL.IFICATIONS Page 3 of 3 1 END OF SECTION! 2 i y I i CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 �I 004512- 1 PREQUALIFICATION STATEMENT ` Page Iof1 ' 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 �S 4 Each Bidder for a City procurement is required to complete the information below by 5 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 6 major work type(s) listed. 7 Major Work Contractor/Subcontractor Company Name Prequalification Type Expiration Date Sewer f Improvements Cr Ir'G/.e if g 9 10 The undersigned hereby certifies that the contractors and/or subcontractors described in 11 the table above are currently prequaliffed for the work types fisted. 12 13 BIDDER. Ls ,� 14 i1110 s/ GirsslTd ,C.76. �6�c __ 15 Circlt By: 16 Company (Pleas Print) 17 18 /: �� d X 43'Z _Signature: 19 Address i 20 �- 21 /pi 1,4� X, � . / Ili 310 Titie: 22 City/State/Zip (Please Print) 23 24 Date: I- 2 ip l 7 25 26 END OF SECTION 27 3 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised 3uly 1,2011 i 1 004526- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 i SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 project No. 02046, Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: ' 12 13 Company ___Iplpase P int) 15 9 0K Y4 —FOX Signature: Z--u-eop 16 Address 1 /�, s•f�i 19 City/State/zip (Please Print) 20 21 fi`"aY Puy. 1vffCHELE S.LANKFORD 22 THE STATE OF TEXAS § _x, '. NotagPablic 23 STATE OF TEXAS 24 COUNTY OF TARRANT 3 MyC C�to#1rt7somm.!�Uc1 w 7,9 �'a hF of i�' 013 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 r-- , known to me to be the person whose name is acknowledged to me that he/she executed the same 28 subscribed to the foregoin instirment, anc 29 as the act and deed of_ r��i d for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 G EN UNDER MY HAND AND SEAL OF OFFICE this day of 33 201_7. 34 35 , 36 l 37 Notary Public in and for the State of I e s uld- 38 r 39 END OF Sn-CTION 40 CITE'OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1,2011 00 45 40- 1 Minority Business Enterprise Specifications Page 1 of 2 i SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEM ENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business 10 Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated 11 in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is 7" of the total bid value of the contract (Base bid applies to Parks 15 and Community Services). 16 17 Note., If both MBE and SBE subcontracting goals are established for this project, then an 18 Offeror must submit both a MBE Utilization Forth and a SBE Utilization Form to be deemed 19 responsive. 20 21 COMPLIANCE TO BID SPECIFICATIONS 22 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 23 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 25 2. Meet or exceed the above stated MBE goal through MBE 3oint Venture participation, or 26 3. Good Faith Effort documentation, or; 27 4. Prime Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 The applicable documents must be received by the Purchasing Division, within the following times 31 allocated, in order for the entire bid to be considered responsive to the specifications. The Offe?-01- shall 32 deliver the MBE dor-urneRtatiori in person to the appropriate employee of the pur<hasing [division Zinc# 33 obtain a date/tlme receipt. Such receipt shall be evidence that the City received the dao�rreritadQn in 34 the Hme aIloci3ted. A faxed and/or emaRed copy will not be acgepte€il. 35 1. Subcontractor Utilization Form, received no later than 2:00 p.m., on the second City if goal is met or exceeded: business day after the bid opening date, exclusive of the bid opening date. ' 2. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization Form, if business day after the bid opening date, exclusive of the bid _.participation is less than stated oal: opening date. 3. 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 no MBE participation: opening date, 9. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City if you will perform all business day after the bid opening date, exclusive of the bid contracting/supplier work: opening date. 36 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised June 9, 2015 r 004540-2 Minority Business Fnterprise Specifications Page 2 of 2 1 _ 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City or exceeded. business day after the bid opening date, exclusive of the bid o enin date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. b 7 Any Questions, Please Contact The M/WBE Office at(817) 212-2674. 8 END OF SECTION - 9 10 11 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised June 9, 2015 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 1. 0170.0102 50 Ea. Work Order Mobilization 01 70 00 $ Z400 $ 140 p 0 p Per Each: 1 1 7WyO 11444SO ,; -'• Dollars and 40 Cents 2. 0170.0103 10 Ea. Work Order Emergency Mobilization 017000 D_ DOO Per Each: Dollars and l!p Cents • Op 3. 3331.5301 300 Lf. 8"PVC Sewer Pipe,0'to 6' 33 31 20 $ z, $ /ZfiC10 O Per Linear Foot: lolrk /W 47 Dollars and 009 Cents ' pU o0 4. 3331.5304 400 Lf. 8"PVC Sewer Pipe,6'to 8' 333120 $ 7L�y $ 17G pQ Per Linear Foot: T4�fyu r Dollars and r76 Cents �/7 p 0 00 5. 3331.5307 300 Lf. 8"PVC Sewer Pipe,8'to 10' 33 31 20 $ 7!. $leloo Per Linear Foot: YI 4csxwn _Dollars and r!a Cents ad 6. 3331.5310 30 Lf. 8"PVC Sewer Pipe,10'to 12' 33 31 20 $ '�^-0 $ 1SC1U { Per L;//arinear'Foot: / y _Dollars and n Cents 7. 3331.5313 100 Lf. 8"PVC Sewer Pipe,12'to 14' 33 31 20 � $ 5 Per Linear Foot: TiT fl/irn Dollars and 40 Cents // �j oU � d ' 8. 3331.5316 100 Lf. 8"PVC Sewer Pipe,14'to 16' 33 31 20 $ lG !8 $�p 7190 Per Linear Foot: Dollars and dh Cents i S-1 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM#NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 9. 3331,5319 100 Lf. 8" PVC Sewer Pipe,16'to 18' 333120 $ &00 Per Linear Foot: / I'w/4 Dollars and ri� Cents - 10. 3331.5401 100 Lf. 10" PVC Sewer Pipe,0'to 6' 333120 $ y OCR pUT Per Linear Foot: TOrL//f Dollars and �2 d Cents aU o � 11. 3331.5404 100 Lf. 10"PVC Sewer Pipe,6'to 8' 33 31 20 $ Per Linear Foot: TOrlri /2/I?♦ Dollars and 170 Cents 7DD 00 12. 3331.5407 100 Lf. 10" PVC Sewer Pipe,8'to 10' 333120 Per Linear Foot., X711 h//,!_ Dollars and ild Cents o G 00 13. 3331.5410 50 Lf. 10" PVC Sewer Pipe,10'to 12' 33 31 20 $ $ 9o(J Per Linear Foot: t ei3O T Dollars and�_U Cents 14. 3331.5413 50 Lf. 10"PVC Sewer Pipe,12'to 14' 33 31 20 $ 2 Per Linear Foot: IXIA, &g!o Dollars and /!D Cents OU oD 15. 3331,5416 50 Lf. 10" PVC Sewer Pipe,14'to 16' 33 31 20 Per Linear Foot: c�PlJP/? h/P 6 Dollars and —Cents 16. 3331.5419 50 Lf, 10"PVC Sewer Pipe,16'to 18' 33 31 20 $ fD0 ©d$ 40 Q 00 Per Linear Foot:: 4&?��[/,(jA'���... Dollars r and Cents I � D and 17. 3331.5501 50 Lf. 12"PVC Sewer Pipe,0'to 6' 33 31 20 $ S3 $ d Per Linear Foot:: Y"1 Dollars and /70 Cents 1 S-2 r,. P ITEM BID LIST DESCRIPTIOIN OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 18. 3331.5504 50 Lf. 12" PVC Sewer Pipe,6'to 8' 333120 0U $ DD 00 Per LinearFoot: Dollars and Cents G0 14. 3331.5507 50 Lf. 12"PVC Sewer Pipe,8'to 10' 333120 $ $ � G 2yaQ Perr Linear Foot: �' � Dollars and Cents 00 G 20. 3331,5510 50 Lf. 12"PVC Sewer Pipe,10'to 12' 333120 $ p3 $ ,�/SQ Per Linear Foot: Dollars and Cents p � U 00 21. 50 Lf. 12"PVC Sewer Pipe,12'to 14' 33 31 20 $ fpQ $ "to, Per Linear Foot: rf/,L'fyj Dollars and. W r —Cents d G a 22. 50 Lf. 12"PVC Sewer Pipe,14'to 16' 33 31 20 $ Aq $ De7 d 6 '. Per Linear Foot: Dollars and 1,70 Cents - a 23. 50 Lf. 12"PVC Sewer Pipe,16'to 18' 33 31 20 $ Per Linear Foot: ; r2 Dollars and /,O Cents D C1 o D 24. 3331.5601 50 Lf. 15"PVC Sewer Pipe,0'to 6' 333120 $ Q $ Qp a Per Linear Foot: Dollars and 17 !) Cents D � 25. 3331.5604 50 Lf. 15"PVC Sewer Pipe,6'to 8' 333120 $ DG�j. Per Linear Foot: Dollars and d Cents 26. 33315607 50 Lf. 15"PVC Sewer Pipe,8'to 10' 33 3120 G Per Linear Foot: Dollars and_ Z7- o Cents B-3 t r i ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UPNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN!IN WORDS SECTION NO. PRICE AMOUNT 27. 3331.5610 50 Lf. 15"PVC Sewer Pipe,10'to 12' 333120 Per Linear Foot: try t Dollars and hU Cents 00 �o 28. 50 Lf. 15" PVC Sewer Pipe,12'to 14' 33 31 20 $ SO $ of QD O Per Linear Foot: P14�i1'i/ Dollars and lid Cents 90 oD ! 29. 50 Lf. 15"PVC Sewer Pipe,14'to 16' 333120 $ su: _ $ y�so Per Linear Foot: �^+ { Dollars and Tld Cents t 30. 50 Lf. 15"PVC Sewer Pipe,16'to 18' 333120 $ lep O O$ �4 D O o b Per Linear Foot: / 0&, �![�lf�/��7'•�/i�r, Dollars and Cents ao _ 31. 3331.5331 50 Lf. 8"DIP Sewer Pipe,0`to 6' 33 11 10 $ $ �Z�© Per Linear Foot: Dollars and n a Cents 32. 3331.5334 50 Lf. 8" DIP Sewer Pipe, 6'to 8' 331110 $ 3'Y0 o v Per Linear Foot: Dollars and 00e Cents 33. 3331.5337 50 Lf. 8" DIP Sewer Pipe,8'to 10' 3311 10 $ ,Q $ 3S0 0 Per Linear Foot: c�,OP�,O 75 Dollars and _-- /�O Cents 5 oa �d 34. 3331.5340 50 Lf. 8" DIP Sewer Pipe,10'to 12' 33 11 10 Per Linear Foot: Dollars and a j Cents as 35. 3331.5343 50 Lf. 8" DIP Sewer Pipe,12'to 14' 33 11 10 Per Linear Foot: Dollars and T� (� Cents 8-4 e ITEM RID LIST DESCRIPTION OF ITEMS WITH RID SPECIFICATION UNIT TOTAL NO, ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT dG 36. 3331.5346 50 Lf, 8" DIP Sewer Pipe,14'to 16' 33 11 10 $ s $ Y,?S-o a a Per Linear Foot: Dollars and 4; Cents 37. 3331.5349 50 Lf. 8"DIP Sewer Pipe,16'to 18' 33 11 10 $ j zSj} Per Linear Foott- OoM Dollars and T Cents 38. 3331.5431 50 Lf. 10" DIP Sewer,0'to 6' 331110 $ ,0 $ sS-D D Per Linear Foot: sn-ley2 1 Dollars and *?,o Cents 00 a a 39. 3331.5434 50 Lf. 10"DIP Sewer,6'to 8' 33 11 10 � $ r�le S O Per Linear Foot: cSPdPjj .a 70!Wr,'.6 Dollars and .t)D Cents 40. 3331.5437 50 Lf. 10" DIP Sewer,8'to 10' 33 11 10 $ 4 $ 3T 'd cp O Per Linear Foot: P P A0 Dollars and Cents 41. 3331.5440 50 Lf. 10"DIP Sewer,10'to 12' 33 11 10 $ 8u d d yoo a Per Linear Foot: Dollars and Cents 0 ad 42. 3331.5444 50 Lf. 10"DIP Sewer,12'to 14' 33 11 10 $ Q $ f►rs'40 d Per Linear Foot: ,7I/7.e Dollars and /y D Cents O a G coo 43. 3331.5446 50 Lf, 10"DIP Sewer,14'to 16' 331110 $ 95- $ 7 7a"d j Per Linear Foot: ++ 1j/12.e d )lee Dollars and 140 Cents 40 44. 3331.5449 50 Lf. 10"DIP Sewer,16'to 18' 33 11 10 Per Linear Foot: 11 ! ©l!@�llAQ/J'P TR�PI7�//r�l�ilars and !7 d Cents 8-5 T FI ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. .e PRICES WRITTEN IN WORDS SECTION NO, PRICE AMOUNT 7S O O d � 45. 3331.5531 50 Lf. 12"DIP Sewer,0'to 6' 33 11 10'-r $ $SAs'Q Per Linear Foot: S"�V+�117 TJ s'Q Dollars and n O Cents so p G d a 46. 3331.5534 50 LE 12" DIP Sewer,6'to 8' 33 11 10 $ 10 .'" $ G Per Linear Foot: Dollars and e74; Cents e 47. 3331.5537 50 LF. 12"DIP Sewer,8'to 10' 331110 $ s' _cp Per Linear Foot: I fr.1 T/�r'�__Dollars and /9d Cents 48. 3331.5540 50 Lf. 12"DIP Sewer,10'to 12' 33 11 10 $ d $ Per Linear Foot: Xq Dollars and_ f7a Cents 49. 50 Lf. 12"DIP Sewer,12'to 14' 33 11 10 $ 1 �$ Per Linear Foot: /7/J7tr1yG Dollars and A d Cents 50. 50 Lf. 12"DIP Sewer,14'to 16' 33 11 10 $ S"�d Per Linear Foot: Ot2P he/rrl%i�t��'�/7 Dollars and r!u Cents 51. 50 Lf. 12"DIP Sewer,16'to 18' 33 11 10 $ /3a $ d Per Linear Foot: 0l9t/j�nA7i'rr ,�i'i+ollars and d Cents . Od o0 52. 3331.5731 50 Lf. 16"DIP Sewer,0'to 6' 331110 $ 4d $ 7000 Per Linear Foot: e7 Dollars and` zz a Cents • pU p a 53. 3331.5734 50 Lf, 16" DIP Sewer,6'to 8' 331110 $ $ Per Linear Foot: Dollars and 0 Cents 1 8-6 G ` ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO, PRICE AMOUNT 54. 3331.5737 50 Lf. 16"DIP Sewer,8'to 10' 33 11 10 $ ?b $ V'S-D 0 a d Per Linear Foot: 12/!7��d Dollars and 170 Cents 55. 3331.5740 50 Lf. 16" DIP Sewer,10'to 12' 331110 $ /45— $ V7YO Per Linear Foot: f4- &1"� Dollars and hD Cents o s 56. 50 Lf. 16" DIP Sewer,12'to 14' 33 11 10 zQQ Per Linear Foot: Dollars and 4 a Cents O CJ d d 57. 50 Lf. 16"DIP Sewer,14'to 16' 331110 _ $ j Zd-4 Per Linear Foot: Drl� ��►rlr'A��'d<<• Dollars and n a Cents 58. 50 Lf. 16" DIP Sewer,16'to 18' 331110 J Y� $ 70,00 Per Linear Foot: ' t3�lf fjsrt�d!ld�TOP/J� Dollars and 09 a Cents 1 59. 3331.5815 50 Lf. 8"PVC Sewer Pipe,0'to 6',CLSM 333120 00 o d Backfill � A/00 O Per Linear Foot. elv" _ Dollars and v Cents 60. 3331.5816 50 Lf. 8" PVC Sewer Pipe,6'to 8',CLSM 33 31 20 © (, D 0 Backfill &/Z.S'D Per Linear Foot: �1Qih Tiy-� Dollars and J7 0 Cents S 61. 3331.5817 50 Lf. 8"PVC Sewer Pipe,8'to 10',CLSM 333120 d Backfill G s y7LrO Per Linear Foot: Dollars and _Cents t r B-7 I ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL i NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS v SECTIOIN NO. PRICE AMOUNT 62. 3331.5818 50 Lf. 8"PVC Sewer Pipe, 10'to 12',CLSM 33 31 20 ;, a Backfill $ Per Linear Foot: / 4l7 de �up A'r P oO""' Dollars and iy d Cents 63. 3331,5819 50 Lf. 8"PVC Sewer Pipe,12'to 14',CLSM 333120 p d a Backfill $ //Q $ jD 0 Per Linear Foot: J 011oF4 ❑oIIars and r?cd Cents 64. 3331.5820 50 Lf. 8"PVC Sewer Pipe, 14'to 16',CLSM 333120 Backfill $ / O Per Linear Foot: 1l,, AIM N/�A��,IT�6�/�f Dollars and 094 Cents 65. 3331.5821 50 Lf. 8"PVC Sewer Pipe, 16'to 18',CLSM 333120 D d o Backfill $ 13 $ 910 O /Per Linear Foot:/ J /1 CY1�/gun prP�j/5!'fI(� /!]gollars and hcJ r--�--Cents 66. 3331.5830 50 Lf, 10"PVC Sewer Pipe,0'to 6',CLSM 33 31 20 O Q 00 Backfill p $ Per Lineaf root: /1lhLTy Dollars and 77D Cents 67. 3331.5831 50 Lf. 1.0" PVC Sewer Pipe,6'to 8',CLSM 33 31 20 h Backfill $ 9s� rx o Per Linear Foot: e7/nt 14 7Iy a Dollars and f7 o Cents 68. 3331,5832 50 Lf. 10"PVC Sewer Pipe,8'to 10',CLSM 33 31 20 G o C Backfill Per Linear Foot: CA op 4W&: :e d Dollars and. W40 Cents B-8 E 6 G i ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPIECIFICATIOIN UNIT TOTAL. NO. ITEM NO. QTY, PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 69. 3331.5833 50 Lf. 10" PVC Sewer Pipe,10'to 12',CLSM 33 31 20 00 a G Backfill $$T._,57 Per Linear Foot: OI7e hurrp/s��/ t.'r Dollars and .o[J Cents 70. 3331.5834 50 Lf, 10"PVC Sewer Pipe,12'to 14',CLSM 33 31 20 00 o O Backfill $ //0 $ 5-svo Per LinearFoot: J d/!r hur� r�rl 41 Dollars and .19 a Cents U Gs. 71. 3331.5835 50 Lf. 10" PVC Sewer Pipe,14'to 16', CLSM 33 3120 Ts p O v p Backfill Per Linear Foot: C9/7$��/!7R'!`Pt°��l�A/tTu TfYA7ollars and t2 d - �Cents 00 72. 3331.5836 50 Lf. 10"PVC Sewer Pipe,16'to 18',CLSM 33 31 20 �J 7 c a G Backfill Per Linear Foot: /� ©I�� u��**6ltOi14 Dollars and .10 �- -Cents 73. 3331.5845 50 Lf. 12"PVC Sewer Pipe,0'to 6',CLSM 333120 a O p G Backfilf $ y7Sd Per Linear Foot: ozeale!u !/r Dollars and Cents 74. 3331.5846 50 Lf. 12" PVC Sewer Pipe,6'to 8',CLSM 33 31 20 d O c Backfill $ ZOO Per Linear Foot: / O/]! hur�s�'rr6 Dollars and Cents 75. 3331.5847 50 Lf. 12"PVC Sewer Pipe,8'to 10',CLSM 333120 Backfill $ l $ 5 ,es— a Per Linear Foot: OA/ h[�tiR�rP� �f Dollars and h to Cents B-9 r ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN FIORDS SECTION NO. PRICE AMOUNT 76. 3331.5848 50 Lf. 12"PVC Sewer Pipe,10'to 12',CLSM 33 3120 00 00 Backfill $ / 0 $ SS'D O Per//Linear Foot: / 0199 hiifJ 0/--�>1ri _Dollars and hU Cents 77. 50 Lf. 12"PVC Sewer Pipe,12'to 14',CLSM 33 31 20 Backfill $ l�s' O O $ Per Linear Foot: O/JP/ju��le� � r1 Dollars and Cents 78. 50 Lf. 12" PVC Sewer Pipe,14'to 16',CLSM 33 31 20 00 e tr Backfill $ / Q $ Per Linear Foot: / �X lYA�1�i �ti Dollars and *V Cents 79. 50 Lf. 12"PVC Sewer Pipe,16'to 18',CLSM 3331.20 O U a b Backfill $ $ 7QO 0 Per Li/near Foot: Onf X_g f/'e00V-0-,'1i� Dollars ' and r0 Cents 80. 3331.5853 50 Lf. 15"PVC Sewer Pipe,0'to 6',CLSM 333120 Q Backfill y7So Per Linear }Foot: � !71/7e r_y ee, .!� -- Dollars i and 4 d Cents 81. 3331.5854 50 Lf. 15"PVC Sewer Pipe,6'to 8',CLSM 333120 D a C) Backfill $ /QG $ ,SOo 0 Per Linear Foot.- awe Dollars and /9d Cents i 82. 3331.5855 50 Lf. 15" PVC Sewer Pipe,8'to 10',CLSM 33 31 20 00 d d Backfill $ �a $ ,SS"OD Per Linear Foot: Dollars Iand 'gd T Cents +J+ _ 1 B-10 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 83. 3331.5856 50 Lf. 15" PVC Sewer Pipe,10'to 12',CLSM 333120 () 00 Backfill $ $ sj Ts`Q Per/linear Foot: 4/!t /fane�✓P�� i�sr� Dollars jand !!d Cents 84. 50 Lf. 15"PVC Sewer Pipe, 12'to 14',CLSM 33 31 20 p U '0 O Backfill $��� $ vles-Q Per Linear Foot: OAPZ-0*7A ��i✓ f✓Q Dollars and .104 Cents 85, 50 Lf. 15"PVC Sewer Pipe,14'to 16',CLSM 333120 6) 0 a Backfifl $ $ 7SQ Per Linear Foot: / .t�1�4'r✓e111'k7L yBDolEars and '070 Cents 86, 50 Lf. 15"PVC Sewer Pipe,16'to 18',CLSM 33 31 20 O Backfifl $ �75� $ 7ZL57O a Per Linear Foot: Oyt &l0 Dollars and /J a Cents 87. 3331.5822 50 Lf. 8"DIP Sewer Pipe,Y to 6',CLSM d d p a Backfill $� $ Per Linear Foot: L91M 4411741^01 ��f oilars and h o Cents 88. 3331.5823 50 Lt 8" DIP Sewer Pipe,6'to 8',CLSM 00 Backfill $ /30 G 5,470 ° a Per Lin/ear Foot: //, -f *JM041�®�T�-� Dollars and /7 " Cents 89. 3331.5824 50 Lf. 8"DIP Sewer Pipe,8'to 10',CLSM a d �d Backfifl $ $ 7s"0 Per Linear Foot: OAe hwnptira�� i` r Dollars and h o Cents i B-11 p v S ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 90. 3331.5825 50 Lf. 8"DIP Sewer Pipe,10'to 12',CLSM vQ p 4 Backfill Per Linear Foot: ,qL- htfi2l(r"d Tadfu Dollars and /7 o ---TTCents 91. 3331.5826 50 Lf. 8"DIP Sewer Pipe,12'to 14',CLSM 00 Backfill $$ $ S- Per Linear Foot: OAt�unC,�r�+a2�i/rj �j'�pollars and /70 Cents 92. 3331.5827 50 Lf. 8"DIP Sewer Pipe,14'to 16',CLSM p 0 a Backfill $ A5 (0 $ 7S'o Per Linear Foot: o/ X4,04/r d l,y Dollars and -Po Cents 93. 3331.5828 50 Lf. 8" DIP Sewer Pipe,16'to 18',CLSM O O D U Backfill Per Linear Foot: an > d heuhc��sd+sr.�"}y Dollars and Cents 94. 3331.5837 50 Lf. 10"DIP Sewer,0'to 6',CLSM Backfill $$ �$ M0 d d Per Linear Foot: si .ifs_ O/k n ri it y Dollars and /7 4D Cents } ,l 95. 3331.5838 50 Lf. 10"DIP Sewer,6'to 8',CLSM Backfill $ 774 Per Linear Foot: Cd�P_ dl-7q --e't/r--A Dollars and fJ C Cents 96. 3331.5339 50 Lf. 10"DIP Sewer,8'to 10',CLSM Backfill d O 00 Per Linear Foot: /� 1 Ont�sris�ii�rorTe/%#-;bollars and hd Cents 97. 3331.5840 50 Lf. 10" DIP Sewer,10'to 12',CLSM Backfill 0 00 Per Linear Foot: Dollars and 0743 Cents 8--12 i i ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 98. 3331.5841 50 Lf. 10"DIP Sewer,12'to 14',CLSM Backfill o d G Per jLinear Foot: Dl�e ha�nA�i'�d �i'��!`i✓�[3ollars and u Cents 99. 3331.5842 50 Lf. 10" DIP Sewer,14'to 15',CLSM Backfill d a Per Linear Foot: A7*hun��.�tSIX Dollars ti and 7 Cents 100. 3331.5843 50 Lf. 10"DIP Sewer,IG'to 18',CLSM Backfill o d t! v Per Linear Foot: Dollars T and Cents 101. 3331.5849 50 Lf. 12"DIP Sewer,0'to 6',CLSM Backfill $ Per Linear foot: 0.4�J�u�a��✓� �'��/ 1/d� Dollars and Vdo Cents 102, 3331.5850 50 Lf. 12" DIP Sewer,G'to 8',CLSM Backfill $ 7,SoU Per Linear Foot: GCL��irnofi'oer� �� Dollars and 10 D _Cents 103. 3331.5851 50 Lf. 12"DIP Sewer,8'to 10',CLSM Backfill 00 C) U Per Linear Foot: and Cents 104. 3331.5852 50 Lf. 12" DIP Sewer,10'to 12',CLSM Backfill a U p U Per Linear Foot., 1 Dollars and wo Cents _ 105. 50 Lf. 12" DIP Sewer,12'to 14',CLSM Backfill a d b Per Linear Foot: d »Dollars and h Cents B-13 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 106. 50 Lf. 12"DIP Sewer,14'to 16',CLSM Backfi[I J p Per Linear Foot: /3 Dollars and OP -� Cents 107. 50 Lf. 12"DIP Sewer,16'to 18',CLSM Backfill 4) (J Per Linear Foot: AAA haodJ�e�,Siy/�!y �Yg Dollars IF and Cents � o QCi 108. 3331.5857 50 Lf. 16" DIP Sewer,0'to 6',CLSM Backfill Per Linear Foot: Lit li&� .o/,.,gY�i o, z Dollars and 'ea Cents 109. 3331.5858 50 Lf. 16" DIP Sewer,6'to 8',CLSM Backfill $ ��j LS^ $ ?T r[) Per Linear root: O/!/ �vo le7tf Aje Dollars and. � Cents 110. 3331.5859 50 Lf. 16" DIP Sewer,8'to 10',CLSM Backfilf U d Per Linear Foot: O!7 G /as�n�✓i��si''�� Dollars and _W d Cents 3331.5860 50 Lf. 16" DIP Sewer,10'to 12',CLSM Backfill d p U 1G $�ZSa Per Linear Foot: oOr /jQ..v ars�.fi.�j //� Dollars y and *>O Cents i r 112. 50 Lf. 16" DIP Sewer, 12'to 14',CLSM Backfill g D O G ' Per Linear Foot: L Dollars and 20 _Cents 113. 50 Lf. 16"DIP Sewer,14'to 16',CLSM Backfill 00 00 $ 9000 Per Linear Foot: D/7l"�r�l� �Dollars and 40 Cents B-14 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT 'TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 114. 50 Lf. 16" DIP Sewer,16'to 18',CLSM Backfill Per Linear Foot: Dollars and rtD Cents 115. 3305.3002 50 Lf. 8"D.I.Sewer Carrier Pipe 33 05 24 $ /Oa 06 $ ,5 00 O Od Per Linear Foot: 4.10/.,-,cam Dollars and ,r u Cents 1 oG 116. 3305.3003 50 Lf. 10" D.J.Sewer Carrier Pipe 33 05 24 $/gyp O O $ 900 p Per Linear Foot: }�e. ` OA.I 011.00f /#id 6 Dollars and e ¢ If Cents oU 117. 3305,3004 50 Lf. 12"D.1,Sewer Carrier Pipe 33 05 24 $/j?p D O $ �ps'00 Per Linear Foot: O/�t�u.,sfj�•r/ .bir Dollars and rya _Cents oU 118. 3305.3006 50 Lf. 16"D.I.Sewer Carrier Pipe 33 05 24 $ /y� c o $ 00 Per Linear Foot: / p?I /hyAG�P,e�T�� Dollars and Ape Cents a O 00 119. 3305.1001 50 Lf. 12"Casing By Open Cut 33 05 22 $ /, S" $ Mo Per Linear Foot: o�r /M_' D/7r,Ifll n l r Dollars k and 9240 _Cents 00 ma 120. 3305.1002 50 Lf. 16"Casing By Open Cut 33 05 22 $ y�� $ 7�S'C� Per Linear Foot: DAP/`u��id�DvTy i _ Dollars and 4074 Cents ov 121. 3305.1003 50 Lf. 20"Casing By Open Cut 33 05 22 Per Linear Foot: / cwy. /�/�r/4+4 Dollars and 0ej Cents B-15 i i ITEM BID LIST DESCRIPTION OF ITJEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO, PRICE AMOUNT 122. 3305.1004 50 Lf. 24"Casing By Open Cut 33 05 22 $,Z 0 Z> Per Linear Foot: 6� _Dollars and I a Cents p 123. 3305.1005 50 Lf. 30"Casing By Open Cut 33 05 22 $ 22o Per Linear Foot: Awl , Al Dollars and Cents oa 124. 3305.1101 SD Lf. 12"Casing By Other Than Open Cut � a 33 05 22 $,SS'O $Z7,5`0 O Per Linear Foot: �? a ve hun �sa� ¢-'a Dollars and A 0 Cents c O �, G 125, 3305.1102 50 Lf. 16"Casing By Other Than Open Cut 330522 $Jrs'O $ Per Linear Foot: i�a �iivn�i� �f Dollars r and /]o Cents 126. 3305.1003 50 Lf. 20"Casing By Other Than Open Cut 33 05 22 Ike Per Linear Foot: ts!• R!!!7 J"�� Dollars and 120 Cents �47 a O ;• 127. 3305.1104 50 Lf. 24"Casing By Other Than Open Cut 33 05 22 $ Per Linear Foot: al''i 41 s✓rr✓�Af Dollars and /1 D Cents 128. 3305.1105 50 Lf. 30"Casing By Other Than Open Cut 33 05 22 Per Linear Foot: Dollars and /74 Cents i 470 ad 129. 50 Lf. Bore&Jack 8"D.I.Sewer Pipe 4 $ SD $ Z7S PPeer`Linear Foot: frame handi'���i�� Dollars and Q Cents _ d O s G 130. 50 Lf. Bore&Jack 10"D.I.Sewer Pipe $ S_U $ -77SpC Per Linear Foot: ✓�/lu �� /H Dollars and !1 C Cents B -16 I ITEM BID LIST DESCRIPTIOfN OF ITEMS WITH BID SPECIFICATION UNIT TOTAL No. ITEM NO. QTY. PRICES WRITTEN IiN WORDS SECTION NO. PRICE AMOUNT 131, 50 Lf. Bore&Jack 12"D.I.Sewer Pipe $ y�`'s O Q $ Z�,�"O d 1 Per Linear Foot: +Lt''a1—l�rr�d�'ro% i Dollars and 010 r— Cents 00 00 132. 50 Lf. Bore&Jack 16"D.I.Sewer Pipe $ j'S"'y $ '�sd U Per Linear Foot: Dollars and- r!o Cents 133. 5o Lf. 42"Wood Box Tunnel w/8 D.I. or PVC Pipe and Grout,as Specified by 4 U Engineer $ ,$S'd $ 7s00 Per Linear Foot: Dollars and e7 a Cents 134. 50 Lf. 42"Wood Box Tunnel w/ 10"D.T. or PVC Pipe and Grout, as Specified by 00 O CJ Engineer $ ©0 $ QUO O Per Linear Foot: e �linp.,'s df Dollars and 44 Cents 135. 50 Lf. 42"Wood Box Tunnel w/12" D.T.or PVC Pipe and Grout, as Specified by a d p Engineer $ s!) $ 3�.sO C) Per Linear Foot: Dollars + and 40 Cents t 136. 50 Lf, 42"Wood Box Tunnel w/16" D.I. Pipe d and Grout,as Specified by Engineer o - $ 70 a � 3�Sodo Per Linear Foot: 's4A".9 flan e%--0"" Dollars and 4?10 Cents 137. 50 Lf. 48"Wood Box Tunnel w/8" D.I.or PVC d G Pipe and Grout,as Specified by O Engineer $ $ ?0000 Per Linear Foot: srx�U Dollars and_ �Q�o _Cents B-17 a I ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION LIIVIT TOTAL NO. ITEM NO. Qm PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 138. 50 Lf. 48"Wood Box Tunnel w/ 10"D.I. or PVC Pipe and Grout,as Specified by C9 D a O Engineer $ &v d 0 $ So c 0 v Per Linear Foot:/ /.r/uri�/�.�� Dollars and 11O Cents 139. SO Lf, 48"Wood Box Tunnel w/ 12"D.I. or 1 PVC Pipe and Grout,as Specified by B 0 o 0 Engineer $ �D $ 3 ZS o 0 Per Linear Foot. f .S'%:C"sired«� � Dollars and !9 b Cents i ;i 140. SO Lf. 48"Wood Box Tunnel w/ 16"D.I. Pipe 0 U a a and Grout,as Specified by Engineer $ P,0 O $ Sao U Per Linear Foot:/ i7wnD'I'�4/ Dollars and /70 Cents 141. 0330.0001 50 Lf, Concrete Encase Sewer Pipe 03 30 00 $ 7S- $ rz5-U Per Linear Foot: rfPl�lJl //. Dollars and 7a J Cents d D a C1 142. 3301.0001 1000 Lf. Pre-CCTV Inspection 330131 $ � $ 5200 G Per Linear Foot: �i d! Dollars and n0 Cents 00 00 143. 3301.0002 1000 Lf. Post-CCTV Inspection 330131 $ 3 $ c300-0 Per Linear Foot: &-O-P Dollars and n0 Cents i U144. 3305.0109 200 Lf. Trench Safety 330510 $ c; O $ 600 Per Linear Foot: Anse _Dollars and r1a Cents 145. 3305.0103 5 Ea. Exploratory Excavation of Existing 33 05 30 O d d utilities(0'-S') $ lj"DD s Per Each: e7/?4r plrS0.�1s/ tlN/ unlY//P Dollars and Oad. Cents i B-18 F ` ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL No. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 146. 3305,0103 5 Ea. Exploratory Excavation of Existing 33 05 30 00 00 Utilities(5'-10') $ Z0OO $ /0000 Per Each: f ci Dollars and h a Cents 147. 3305.0103 5 Ea. Exploratory Excavation of Existing 33 05 30 a D o, r Utilities(10'-20') $ Xs—b O Per Each: ��r.� �Iflli�SOgP 7/� Dollars and , f Cents p o � 148. 3339.1001 30 Ea. 4'Dia. Manhole(0'-6'Depth) 33 39 10,33 39 20$ 2'D0 $ 14e400 4� Per Each: 4u r YgViv son a/ 4-10 e'a rr/'tC/ Dollars and /9!1 Cents o O oD 149. 3339,1003 10 Vf. 4'Dia. Manhole Extra Depth 33 39 10,33 39 20 $ Per Vertical Foot: aw&1,V Q& 'i Dollars and a Cents a 150. 3339.1002 20 Ea. 4'Dia. Drop Manhole(0'-6'Depth) 33 39 10,33 39 20 $ Pe�r Each: Aw-, 1.46,x0,7 te11, 4' �iiira.o�i�t/ Dollars and /l d Cents 151. 10 Vf. 4'Dia. Drop Manhole Extra Depth 33 3910,33 39 20'$ OLS—O $ Zwj O O J Per Vertical Foot: ]"lroha�o�r<� �7 Dollars and AB - 'l—Cents w i 152. 3339.1004 20 Ea. 4' Dia.Shallow Cone Section Manhole 33 3910,33 39 20 [J p Q Per Each:1 $ Dd d $ D p0 G L/ T/f0llSOnl�' Dollars and D Cents d d J. 153. 3339.1005 5 Ea. 4'Dia.Type Manhgle(0'-6' Depth) 33 39 10,33 39 20$ SSDd $ Per Each:/ �a pA,,Vpn ✓ �ii.I f14140l 400 _Dollars and__ i?d Cents B-19 r ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL No. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT o d 154. 5 Vf. 4'Dia.Type A Manhole Extra Depth $ $ /z5-6 o Per Vertical Foo/ot: Dollars and Cents 155. 3339.1006 5 Ea. 4'Dia. Fiberglass Manhole(0'-6'Depth) 33 39 30 00 c0 �pue 7/10lrr6Qrn� cS"DrJ $ zZS4D Per Each:/ TJ s10 /ltir���� Dollars and -70 Cents 156. 5 Vf. 4'pia. Fiberglass Manhole Extra Depth 00 o a Per Vertical Foot: 012le i 11 Dollars and *424 Cents 157. 3339.1007 5 Ea. 4'Dia. Fiberglass Drop Manhole(0'-6' 33 39 30 O U 00 Depth) s ,50470 $ ZS0a0 Per Each: / 12iiSOn D' Dollars and Cents 158. 5 Vf. 4'Dia. Fiberglass Drop Manhole Extra 0 00 Depth $ ZS-0 $ /ZS'-p 1PerVertical Foot: luiO �yn��r� Dollars 1 and O Cents 159. 3339.1010 5 Ea. 4' Dia.Fiberglass Type A Manhole(0'- 33 39 30 00 040 6'Depth) $ ,S.SO 4 $ Z 76f`p O Per Each: �d fi7 Dollars ftt and 1?D Cents f 160. 5 Vf. 4'Dia.Fiberglass Type A Manhole Extra _ 00 d d Depth $ z.5 $ Per Verti//cal Foot: h� �.�� �Dollars f and }i0 Cents 00 a 161. 3339.1101 5 Ea. 5'Dia. Manhole (0'-6'Depth) 33 39 10,33 39 20$ f d O $ 300 CJO Per Each: (X IhIOi-_,KAX0f7 Dollars and r' d Cents I S B-20 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT A d 162. 3339.1103 5 Vf. 5'Dia. Manhole Extra Depth 33 39 10,33 39 20 Per Vertical Foot: ' . 2 i" Dollars and of Cents dD ad 163. 3339.1102 5 Ea. 5'Dia. Drop Manhole(0'-6' Depth)/ 33 39 10,33 39 20$ laSy0 $ 7,? 00 Peter Each: -15X 114ev.S'Or�d Jura ors fol Dollars and n u Cents 164, 5 Vf. 5'Dia. Drop Manhole Extra Depth $ 00 $ 12'O 0 Per Vertical Foot: -/kre•e AW"le oec/ Dollars and d Cents D G o0 165. 3339.1104 5 Ea. 5'Dia.Shallow Manhole 33 39 10,33 39 20$s'O D 0 $ Per Each:: �04< l��ausr7 r� Dollars and .) U Cents CP 0 o v 166. 3339,1105 5 Ea. 5'Dia.Type A Manhole(0'-6' Depth) 33 39 10,33 39 20 0 0 $ 31000 Per Each: c/ k 1 // TIdO XmgWi"y0/ Dollars a ev and 470 Cents co���•� a d 167. 5 Vf. 5'Dia.Type A Manhole Extra Depth PerVerttfcal Foot: Dollars and !!o Cents 168. 3339.1106 5 Ea. 5'Dia. Fiberglass Manhole(0'-6'Depth) 33 39 30 jo e v $S yod $ z5"aov Per Each: i Dollars and Cents 169. 5 Vf, 5'Dia. Fiberglass Manhole Extra Depth Per Vertical Foot: Dollars and &CO. Cents k B-21 I i j ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL. NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 170, 3339.1107 5 Ea. 5' Dia. Fiberglass Drop Manhole 33 39 30 d O p GJ (0'-6' Depth) • $ Per Each: -S'!,r 7d:4OMd'9001 fiirr'rszano�s'i� Dollars and d Cents 171. 5 Vf. 5'Dia. Fiberglass Drop Manhole Extra Depth $ ZcS�O $ /Z�d Per Vertical Foot: irio �r�nt!'i•��l�' Dollars and 0940 Cents 172. 3339.1110 5 Ea. 5'Dia. Fiberglass Type A Manhole 33 39 30 d o G (0'-6'Depth) // $ ,SOD $ 3zis'0o Peen Each: �Cl a th)!Aa.rOn a/ Dollars and Cents 173. 5 Vf. 5'pia. Fiberglass Type A Manhole Extra 00 Depth $ ZS'O $ f�es0 i Per Vertical Foot: XW a Dollars and n u Cents 174. 5 Ea. External Drop Into Existing Manhole 00 p• U (Up to 6'of Drop) $ dXs00 $ ZZ -5"0 O i Per Each: 10",w e 01/rs4r7O� Dollars and Cents i 175. 5 Vf. External Drop Extra Depth(Over 6'of O O 00 Depth) $ ,?QO $ /j'4 b Per Vertical Foot: A Dollars and i70 Cents 176. 5 Vf. Internal Drop into Existing M.H. do d (Up to 6'of Drop) Per Vertical Fopt: �/'�✓ IOXCAVf4APll�&j �i/ u, //,045011ars { and /1!G Cents 1 B-22 i i I ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 177, 5 Ea. Internal Drop Extra Depth 0 (Over 6`of Drop) $ c?0 0 ® �+ a U Per Each: 1h1%-e Dollars and ,p.0 Cents r 178. 3339.0003 5 Ea. Wastewater Access Chamber 33 39 40 o v (Any Depth) /�$"4 D $ 7 S [6 a Per Each: 0.47.1 0' Dollars and d Cents oa oG 179. 3305.0112 30 Ea. Concrete Collar 33 05 17 00 Per Each: '�40;e e.1 Dollars and n c+ Cents 180. 3301.0101 30 Ea. Manhole Vacuum Testing 330130 $ Per Each: Dollars and V a Cents 181. 3305.0107 10 Ea. Manhole Adjustment, Minor 330514 0 [j (Grade Ring Adjustment) $ /S'Dd $ /X09O0 Per Each: pwe 1AdNs an 0" Dollars and Cents 182. 3305.0106 10 Ea. Manhole Adjustment, Major(Structural 330514 Modification) $ 3p04 d Per Each: l��'I.I 411�'Or� t' Dollars and /y Q Cents U tl C 183. 3305.011�} 10 Ea. Manhole Adjustment, Major w/Cover 330514 V$ ,f y"p0 O Sao � 3 f Per Each: 7i rig" h A617 it l/ Dollars and mac! Cents 6-23 I ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 184. 60 SF. Interior Coat Manhole $ d $ OO 00 Per Each: cif✓✓Y! Dollars and J2 O Cents 185. 0241.5001 10 Ea. Abandon Manhole 02 41 14 $$ O U � p �dBU Per Each:ell /i r!!/l7llsy� Dollars and`' .170 Cents D 186. 0241.2201 10 Ea. Remove 4' Dia. Sewer Manhole 024114 $ /4 O 0 $ /add'p Per Each: / OAfhtZ�cS'13r� Dollars and -0p4:11 Cents 0 000 187. 0241.2202 10 Ea. Remove S'Dia. Sewer Manhole 02 41 14 $lz©O $ /FOOD Per Each: Onr y�hpli.S!!/24l Dollars and ;s D Cents G Q 188. 0241.2001 20 Cy. Sanitary Line Grouting 02 41 14 $ /o O Per Cubic Yard: E O/7t �W/�����i��sAallars and tjca -lCents a 189. 0241.2101 10 Ea. 4"Sewer Abandonment Plug 02 41 14 $ /QQ d $/40040 O Per Each: a 199P �/24LSlJn p Dollars and a 0 Cents 00 op 190. 0241.2102 10 Ea. 6"Sewer Abandonment Plug 024114 $ /,,SOp $ Per Each: Dnr WoA'S"pr2.p' -Wee , r�dt f�ur241;1.'00'0' Dollars and 9d Cents d b O • d 191. 0241.2103 10 Ea. 8"Sewer Abandonment Plug 024114 $Zo0 U $ 9000 Per Each: Dollars and /2 U Cents B-24 , ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION!NO. PRICE AMOUNT b oa 1 192. 0241.2104 5 Ea. 10"Sewer Abandonment Plug 024114 $ 2000 $ pO0 0 I Per Each: Twy �// �ielJ.S4G/ Dollars and !Jd Cents o O s O 193. 0241,2105 5 Ea. 12"Sewer Abandonment Plug 024114 $ 2.$"06 $ /Z.s'AO Per Each:f,/ Dollars and Z2 d Cents 194. 0241.2106 5 Ea. 15"Sewer Abandonment Plug 02 41 14 $ dad $ 1.1 OD u Per Each: `JJ Ale-1-1 Thmer,sar� dJ Dollars and /Jd Cents a U aD 195. 0241.2107 5 Ea. 16"Sewer Abandonment Plug 024114 $ 60� $ /,j`D O 0 Per Each: hau�pnd� Dollars and n0 Cents aU 8CJ 196. 20 Ea. 4"Sewer Service Tap Per Each: Dollars and 1);,d Cents 197. 3331.3101 50 Lf. 4" PVC Sewer Service Line 3331.50 $ 2 $ Per Linear Foot: Al --' 7�y fJ Dollars O and _ n O Cents 198. 3331.3103 50 Lf. 4" Bored Sewer Service Line 333150 Per Linear Foot: Dollars Cents � v Od 199. 3331.3106 50 Lf. 4"DIP Sewer Service Line 333150 $ GS Per Linear Foot: Dollars and /7 cJ Cents i B-25 1¢ I i ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL. k NO. ITEM NO. QTY.. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 200. 3331.3107 50 Lf. 4" DIP Bored Sewer Service Line 33 31 50 $ ' d $ X 7Xo O G Per Linear Foot: ur'Pd_!/JTr� !/d B Dollars and /JO Cents 201. 3331.3105 50 Lf. 4"Private Sewer Service Line 3331.50 r Per Linear Foot: Dollars and A? Cents 202. 3331.3109 50 Lf. 4"DIP Private Sewer Service ine 333150 $ 7S- $ Per Linear Foot: Dollars and Cents 0 p U 203. 3331.3102 20 Ea. 4"2-Way PVC Cleanouf 333150 $ 2s0 $ '32,0©O Per Each: Two faun q�ir.r,�y��y Dollars and Cents j d U 0 204. 10 Ea. 4"2-Way Cast Iron Cleanout 333150 3 to O Per Each: i •`�� �un�i� ihy. Dollars J� and rid Cents o U 205. 20 Ea. 4"Private Service Line PVC Cleanout $ ,SOOD Per Each: 3 rsiy un it � u Dollars and rV d Cents po pU 206. 50 Ea. 6"Sewer Service Tap $ fD D $ ,7:%-40 00 Per Each: ev/Dollars and Cents D d 00 207. 3331.3201 50 Lf. 6" PVC Sewer Service Line 333150 $ & $ 7�d Per Linear Foot: Dollars and Cents B-26 i ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL f NO. ITEM NO. QTY. PRICES WRITTEN!IN WORDS SECTION NO, PRICE AMOUNT �d 208. 3331,3203 50 Lf. 6"Bored Sewer Service Line 333150 $ , , " $ 3 5747 A Per Linear Foot: Dollars and r714 Cents i 209. 3331.3206 50 Lf. 6" DIP Sewer Service Line 33 31 50 $ Per Linear Foot: efI�Cl1ifi tree Dollars and .7 d Cents o C7 0 210. 3331.3207 50 Lf. 6" DIP Bored Sewer Service Line 333150 $ Q $ 'fOOQ Per Linear Foot: �/�• �,cr Dollars and v Cents aG 00 211. 3331.3205 50 Lf. 6" Private Sewer Service Line 33 31 50 $ ;7Q $ Per Linear Foot: SrdII?��/ Dollars and �n d Cents P p o p U 212. 3331,3209 50 Lf. 6"DIP Private Sewer Service Line 33 31 50 $ U d $ Y'00 0- Per Linear Foot: e f C/4� ✓ Dollars and Rd Cents i v0 d0 213. 3331.3202 50 Ea. 6"2-way PVC Cleanout 333150 $ xig4 $ Zzs'aD Per Each: �pt�r �t�r�I'r'Id'��l�Dollars and 'gp.t1 Cents 00 � 214. 10 Ea. 6"2--way Cast Iron Cleanout 33 31 50 $ 54-bo 0 Per Each: 9r y i �i rf�s s✓r� Dollars and r7d Cents p � od 215. 20 Ea, 6"Private Service Line PVC Cleanout $ 4100 $ 'OoO Per Each: Dollars and y Cents F B-27 1 J ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. .ITEM NO. QTY, PRICES WRITTEN IN WORDS SECTION NO. PENCE AMOUNT a � i 216. 20 Ea. 8"Sewer Service Tap $ 7s'd $ i Per Each: 40"Or! ? �iva�rv�r � Dollars and .s o Cents a 217. 3331,3301 50 U. 8"PVC Sewer Service Line 333150 $ yd $ Z040 a Per Linear Foot: TDB Dollars and /7D Cents 218, 3331.3303 50 Lf. 8" Bored Sewer Service Line 333150 —Z 4.. $ 3,S'Q Per Linear Foot: .�ll�!/7lr1 l�d.G Dollars �T and _- ��z Cents 219. 3331.3306 50 Lf. 8" DIP Sewer Service Line 333150 $ Per Linear Foot: •s��'��7 Dollars and 0070 If Cents 220. 3331.3308 50 Lf, 8" DIP Bored Sewer Service Line 33 31 50 $ Per Linear Foot: f Dollars _ an '� Cents cv aU 221. 3331.3305 50 Lf. 8"Private Sewer Service Line 33 31 50 $ 7-5' $ 7S'Q Per Linear Foot: Dollars and Q y mm_Cents 222. 3331..3310 50 Lf, 8"DIP Private Sewer Service Line 33 31 50 $ d Per Linear Foot: B/�f r Dollars an Cents P O d G 223. 3331.3302 20 Ea. 8"2-way PVC Cleanout 333150 s $ f!QUO Per Each: 1 Dollars and - e? 4 —Cents B 28 ITEM BID GIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY- PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 224. 20 Ea. 8"2-way Cast Iron Cleanout 33 31 50 0 0 ,0 O Per Each: �0&A1Arz7®v-.. re/Dollars and'/ a y Cents 225.' 20 Ea. 8"Private Service Line PVC Cleanout $ O D Peter'Each: 7' ! �o�►��/ 00' Dollars and q o Cents 226. 1 Ea. Plumbing Permit for Sewer Service Inspection $ $32.82 $ 32.82 Per Each: O Dollars and Cents 00 � G 227. 3137.0101 20 Sy. Concrete Riprap 31 37 00 $ 45_0 $ QOD Per Square Yard: 0&,e - Dollars and Cents 228. 3137.0102 20 Cy. Large Stone Riprap,dry 313700 $ /S-0 $ —?coo 00 Per Cubic Yard: 004--44, ie� y Dollars and A#7 Cents N U G 0 229. 3137.0103 20 Cy. Large Stone Riprap,grouted 31 37 00 $ ,3QD D Per Cubic Yard: 000 hu r�r.r�r�y¢,�,F Dollars and Aa Cents r 230, 3305.0203 100 Cy. Imported Embed ment/Backfill, 33 05 10 d Controlled Low Strength Material Q D (CLSM) Per Cubic Yard: Dollars and jVd Cents B-29 ITEM RID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT { .T 231. 3305.0204 50 Cy. Imported Embedment/Backfill, 33 05 10 O D 00 Crushed Rock $ Per Cubic Yard: _ Ttyr� rf /Irg Dollars and /9y Cents 232. 50 Cy. Imported Embedment/Backfill,Cement 33 05 10 a' Stabilized Sand(CSS) $ lc $ 7�40 U f Per Cubic Yard: .4'r f Dollars and 0740 Cents 233. 50 Cy. Imported Acceptable Backfill Material 33 05 10 $ p U $ D G i Per sCubic Yard: 70 0/1"4v rr Dollars and 00 Cents o G � d 234. 3292.0100 20 Sy. Block Sod Placement 329213 $ Ze O Per Square Yard: l!!7 Dollars and 07 40 Cents 235. 3292.0200 20 Sy. Seeding, Broadcast 32 92 13 $ to $ Ili A Per Square Yard: P� Dollars and /7O Cents d � U 236. 3292.0400 20 Sy. Seeding, Hydromulch 32 92 13 ef Per Square Yard: Dollars and _ Cents 237, 3292.0500 20 Sy. Seeding,Soil Retention Blanket 32 92 13 $ $ SO Q Per Square Yard: a �•r!/r�1 Dollars and 040 Cents I B-30 r ITEM RID LIST DESCRIPTION OF ITEMS WITH RID SPECIFICATION UNIT TOTAL, NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 238. 3213.0301 40 Sy. 4"Conc Sidewalk 321320 $ Per Square Yard: Dollars and .10 Cents 239. 3213.0351 20 Sy. 4"Conc Sidewalk, Exposed Aggregate 32 13 20 00 0-0 Per Square Yard. y,Si -0,sfy �� Dollars and 00 Cents p U a G 240. 3213.0401 50 Sy. 6"Concrete Driveway 321320 $ 7,S' $,77Sy Per Square Yard: c�tdlHJll /J;.e Dollars and no Cents 241. 3213.0451 20 Sy. 6"Concrete Driveway, Exposed 321320 o a v G Aggregate $ 4,5— $ f 7D0 Per Square Yard: iV /f � Dollars and h 0 Cents 242. 3216.0101 60 Lf. 6"Conc Curb and Gutter 321613 $ 3S $ G ma Per Linear Foot: Dollars and n d Cents 243. 60 Lf. 6"Conc Curb&Gutter Attached to 32 16 13 d p G Conc Pvmt. 3s'' $ z/oa Per Linear rFFoot: Dollars and 00 Cents - 00 O C) 244. 3216.0301 20 Sy. 9"Conc Valley Gutter,Residential 321613 $ �d $ Per Square Yard: s,Pdlq ;J Dollars and /?d Cents B-31 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 245. 3216.0302 20 5y. 11"Conc Valley Gutter, 32 16 13 O(j Arterial/Industrial $ () $ /,goo vD Per Square Yard: 171W.el_ Dollars and 40 Cents 246. 3201.0150 100 Lf. Asphalt Pvmt Repair,Sewer Service 320117 �b $ S00 C7 CJ Per Linear Foot'': TO/� Al ;d Dollars and !?D Cents 247. 3201.0111 100 Lf. 4'Wide Asphalt Pvmt Repair, 32 01 17 o d d Residential Per Linear Foot: T+ Dollars and h pl Cents 248. 3201.0112 300_ Lf. 5'Wide Asphalt Pvmt Repair, 32 01 17 00 C� I d Residential $ Cp// Per Linear Foot: Dollars and J70 Cents 249, 3201.0113 300 Lf. 6'Wide Asphalt Pvmt Repair, 32 01 17 0 O a d Residential $ 4,0 $ �Q�O 0 j Per Linear Foot: II ; - Dollars and Cents ' D 250. 3201.0121 300 Lf. 4.'Wide Asphalt Pvmt Repair,Arterial 32 0117 p (J $ SSs $ /Gs'a a Per Linear Foot: pp _Dollars and 70 Cents 251. 3201.0122 300 Lt 5'Wide Asphalt Pvmt Repair,Arterial 32 01 17 00 00 Per Linear Foot: s�X�y Dollars and ��Td Cents I B-32 f F ITEM BID LIST DESCRIPTION OF ITEMS WITH BID. SPECIFICATION UNIT TOTAL NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 252. 3201.0123 300 Lf. 6'Wide Asphalt Pvmt Repair,Arterial 32 01 17 00 Per Linear Foot: Dollars and !?d Cents 253. 3201.0131 300 Lf. 4'Wide Asphalt Pvmt Repair,Industrial 32 0117 o Per Linear Foot: Dollars and Ad Cents 254. 3201.0132 300 Lf. 5'Wide Asphalt Pvmt Repair,Industrial 32 0117 d Q ® 4 f $ 7D $ z/DDD Per Linear Foot: Dollars and /?d Cents 255. 3201.0133 300 Lf. 6'Wide Asphalt Pvmt Repair, Industrial 32 01 17 d G m U $ 7S"' $ ZZ,ryo Per Linear Foot: r `fee-e/!h- „fe Dollars ... and 1#749 Cents 255. 3201.0201 300 Sy. Asphalt Pvmt Repair Beyond Defined 320117 00 U d Width,Residential $ z.s $ ,7,510D Per Square Yard: /� .-,v 4 G Dollars and 'v d Cents i 257. 3201.0202 300 Sy. Asphalt Pvmt Repair Beyond Defined 32 0117 d Width,Arterial $ 3 $ 40D Per Square Yard: /yi-il Dollars and A & Cents j 258. 3201.0203 300 Sy. Asphalt Pvmt Repair Beyond Defined 320117 C! cl 0 cr i Width,Industrial $ S- $ 1�,�DD Per Square Yard: Dollars and n y Cents B-33 ITEM BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT" TOTAL NO. ITEM NO, QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT 259, 3201,0301 100 Sy, 2"Thick Extra Width Asphalt Pavment 320117 o p Repair Per Square Yard: Dollars and "m Cents 260. 3201,0302 100 Sy. 3"Thick Extra Width Asphalt Pavment 32 01 1700 Repair $ Zt3 $Z.T00 Per Square Yard: it T41--n{ Dollars and Oro Cents E 261. 3201.0303 100 Sy. 4"Thick Extra Width Asphalt Pavment 32 01 17 C D d G Repair $ Per Square Yard: ee:j-41 Dollars and 0 Cents 262. 3201.0303 75 Lf. Temporary Asphalt Paving Repair 32 0117 $ 20 Per Linear Foot: Dollars and Ad Cents 263, 3211.0112 40 Sy. 6"Flexible Base,Type B,GR-1 321123 $ /,f' $ �QQ Per Square Yard: Af atn __ Dollars and 07.0 Cents O � CJ 264. 3211,0122 40 Sy. 6"Flexible Base,Type B,GR-2 321123 $ $ Per Square Yard: well g Dollars and n d Cents 265. 3201.0614 300 Sy. Conc Pvmt Repair,Residential 320129 $ 73^ $ ezroo Per Square Yard: Dollars and Ad Cents B-34 ITEM RID LIST DESCRIPTION OF ITEMS WITH RID SPECIFICATION UNIT TOTAL i NO. ITEM NO. QTy. PRICES WRITTEIN IN FJORDS SECTION NO. PRICE AMOUNT 266. 3201.0616 300 Sy. Conc Pvmt Repair,Arterial/Industrial 320129 Per Square Yard: Dollars and h v Cents 267. 300 Sy. Conc. Pvmt.Repair Beyond Defined o 0 O [! Width,Residential $ p $ 100047 Per Square Yard: Dollars and d Cents f 268. 100 Sy. Conc. Pvmt,Repair Beyond Defined 0 C/ Width,Arterial/industrial $ $ O40 Per Square Yard: Dollars and Cents 269. 3214.0100 50 Sy. Brick Pvmt Repair 32 14 16 $ 7D $ Per Square Yard: ? J�«'✓.l7, Dollars and "sd Cents dv d G 270. 3214.0400 50 Sy. Brick Pvmt Repair(City Supplied) 32 1416 $ Per Square Yard: . shxf If _Dollars and n 4) Cents ° 0 00 271. 3305.0001 5 Ea. 4"Waterline Lowering 33 05 12 $ 2S-00 $ le'-0Q Per Each: fyp 4,40AOI 0,01,01 Pi`y/ Dollars and ,q d Cents oB vo 272. 3305.0002 5 Ea. 6"Waterline Lowering 33 05 12 $ Per Each: rop"si.. Dollars and Cents B-35 i ITEM! BID LIST DESCRIPTION OF ITEMS WITH BID SPECIFICATION UNIT TOTAL i NO. ITEM NO. QTY. PRICES WRITTEN IN WORDS SECTION NO. PRICE AMOUNT v G aG 273. 3305.0003 5 Ea, 8"Waterline Lowering 330512 $ Per Each: 7row �hDliSGI� T,i- ++4/1-1 Dollars and nd Cents s � a o C! 274. 3305.0004 5 Ea. 10"Waterline Lowering 33 05 12 $ 5-cf ,0U $ZZ200 Pier Each:: r�'d� T ysGts ei T/✓!fi�iiai� Dollars F and Cents a0 od 275. 3305-0005 5 Ea. 12"Waterline Lowering 330512 $ 4pj,re $c7Z ro J Perr Each: ,sit' ly l/d'� �arst✓f�s� Dollars and sod Cents G 00 276. 3471.0003 25 Ea. Traffic Control 34 71 13 Per Each: 0J7t A40gr SOrsirl Dollars and r o Cents 277. 25 Ea. Street Use Permit $ d $ Q Per Each: O/71 -4ev rs Ai1v Dollars and Cents t TOTAL AMOUNT BID $ Z 90688a G. i B-36 { MERCHANTS f BONDING COMPANYYt. MERCHANTS BONDING COMPANY(MUTUAL) P.O. BOX 1.4498, DEs MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (51S) 243-38S4 "in Homo PUBLIC wom Bond No. N/A KNOWALL PERSONS BY THESE PRESENTS: That William J. Schultz,Inc.dba Circle C Construction_C_ompan P. O.Box 40328,Fort Worth,TX 76140 (hereinafter called the Principal)as Principal, and the Merchants Bonding Company(Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to City of Fort Worth, 1000 Throckmorton Street, .Fort Worth Texas 76102 (hereinafter called the Obligee) in the full and just sum of( 5%of Greatest Amount Bid ) Five Per Cent of Greatest Amount Bid Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. Signed and dated this 29th day-of June 2017 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for i Construction of Sewer Main Replacements Contract 2017, City Project Number 100909 according-to the-terms-of the-proposal-or-bid-made-by4he-Principal-#her-e€ore and-the-Principal shall-duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the. Merchants Bonding Comnan Mutual) as Surety,. or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and retrain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: William J. Schultz,Inc. dba Circle C Construction Company Principal By Teresa S.EK]utts, Pres Witness urety. �,fd�str Merchants Bmpany(Mutual) X �e John A.Miller By Sh ryI . orney-in- ac CON 0333(2115) i ` E HANi7�k BO LTING- COMPANY-,, I POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, F John A Miller John R Stockton;Sheryl A Klutts their true and lawful Attorneys)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing fronds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnify and other writings obligatory in the nature thereof" "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligaf ions in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond, In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent-has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 {ilE■!!ff MERCHANTS BONDING 44Ay �4Ca� %po MERCHANTS NATIONAL BONDING,A NCTUAL) -Z. -0- .v :aV'-:= tea.- r;= 2003 :yam; :y 1933 •"e: By .�' 4 o' • 'b . /-If7p,"'.. + 1sident , STATE OFIOWA ffffiililib9y�•p 4•a.•°4•as COUNTY OF DALLAS ss, On-this-this 6th---day-of April 2017 , before me appeared-L-arry-Taylor,-to-me-personally-known,rrho-betn"y-mom duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. tAt ALICIA K.GRAM v Commwion Number767430 My Commission Expires 115 i Ap1911,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) i 1,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that-the above and foregoing'is a true and correct-copy of-the POWER-OF-ATTORNEY executed by said Companies,which is-still'irrfull force and effect and has not been amended or revoked. ? In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 29th day of June 2017 . '•ispixneiisffff •4ra+.�•• .Imp G�41'�rQ4 8•P Qy SOWS 2003 1933 ;' Secretary YS @ POA0018 (3/17) fff�ast°iiXaF*°O' •°•Oy.4.44 3 MERCHANTS BONDING COMPANY., POWER ER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, John A Miller;John R Stockton;Sheryl A Klutts their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney Is granted and is signed and sdalod by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute.on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by fhe State of Florida Department of Transportation. It is fully understood that consenting to the Stale of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been-given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 e4`•.'4tP0•• �®:• �e•0PtZ '�,¢a• MERCHANTS BONDING COMPANY(MUTUAL) ���G� •_$p 4�.�0 ���• MERCHANTS NATIONAL BONDING,INC. 2003 r��3w ;w `9.3 By . •vtf/•. �°J F, •� fy". l��• President STATE OFIOWA ��•r."'■...'.■.*` '•ea"••�. COUNTY OF DALLAS ss. On this-this�--6th- day of April 2017 before-me appeared-Larry-Taylor,—to-me-personally knowrr-who beirrg-by me-duly-sworn- did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ALIC)A K GRANd p Commission Number767430 "` r My Commission Expires - " i • A011,2020 - e Notary Public (Expiration of notary's commission does nat invalidate this instrument) 1,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify-that-the above and foregoing is a true and-cone t-copy of the POWER-OF-ATTORNEY executed by said Companies,which-is-still in full force and effect and has not been amended or revoked. in Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 29th day of June 2017 . i •ss.►e.a& s•r,•••a Y • R�i� Aa,. ���a .O'er.~ �¢'� �� • F ' 2003 ;`�2 '� 193 C; Secretary a11lovaGi4P-addd+ •�.O,a Be POA 0018 (3/17) 4 00 52 43- 1 Agreement Page 1 of 5 I SECTION 00 52 43 2 AGREEMENT 3 AUG 2 9 1Of' 4 THIS AGREEMENT, authorized on is made by and between the City of Fort 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City' , and William J. Schultz Inc, dba Circle C Construction Com ny 7 authorized to do business in Texas, acting by and through its duly authorized representative, 8 ("Contractor'). 9 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 10 follows: i 11 Article 1. WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 13 Project identified herein. 14 Article 2. PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 Seww&p6mmet&Qznftemt 2L7. 7 18 C&fl3=N42Z&I 19 Article 3. CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 1 23 3.2 Final Acceptance. 24 The Work will be complete for Final Acceptance within - days after the date when the 25 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 1 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in Paragraph 29 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 30 General Conditions. The Contractor also recognizes the delays, expense and difficulties 3I involved in proving in a legal proceeding the actual loss suffered by the City if the Work 32 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 33 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 City Five Hundred Dollars ($500.00) for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. i i } CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised January 6, 2017 005243-2 Agreement Page 2 of 5 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of O ly#illia<1 Dollars 39 40 Article S. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non-Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents (projectspecfic) 51 b. Current Prevailing Wage Rate Table 52 c, Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i, MBE and/or SBE Commitment Form 59 j. Form 1295 Certification No, 60 3. General Conditions. 61 4. Supplementary Conditions. 62 S. Specifications specifically made a part of the Contract Documents by attachment or, 63 if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders, 73 d. Letter of Final Acceptance, 74 75 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised January 6,2017 005243-3 Agreement Page 3 of 5 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its 78 own expense, the city,its officers, servants and employees, from and against 79 any and all claims arising out of, or alleged to arise out of,the work and services 80 to be performed by the contractor, its officers, agents, employees, 81 subcontractors, licenses or invitees under this contract. This indemnification 82 provision is specifically intended to operate and be effective even if it is alleged 83 or proven that all or some of the damages being sought were caused, in whole 84 or in part, by any act, omission or negligence of the city. This indemnity 85 provision is intended to include, without limitation, indemnity for costs, 86 expenses and legal fees incurred by the city in defending against such claims 87 and causes of actions. 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own 89 expense,the city, its officers, servants and employees,from and against any and 90 all loss, damage or destruction of property of the city, arising out of, or alleged 91 to arise out of, the work and services to be performed by the contractor, its 92 officers, agents, employees, subcontractors, licensees or invitees under this 93 contract. This indemnification provision is specifically intended to operate and 94 be effective even if it is alleged or proven that all or some of the damages being 95 sought were caused, in whole or in part, by any act, omission or negligence of 96 the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 101 have the meanings indicated in the General Conditions. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the City. 105 7.3 Successors and Assigns. 106 City and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives,to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised January 6,2017 005243-4 Agreement Page 4 of 5 117 7.6 Other Provisions. 118 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 119 classified, promulgated and set out by the City, a copy of which is attached hereto and 120 made a part hereof the same as if it were copied verbatim herein. 121 7.7 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duly 123 authorized signatory of the Contractor. 124 125 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 126 counterparts. 127 128 This Agreement is effective as of the last date signed by the Parties ("Effective Date'. 129 Contractor: City of Fo rt William J. Schultz, Inc. dba 614___ Circle C Co truction Company By: -�—�� / Jesus Chapa By: /�ct�P �S4 Assistant City Manager (Signature) Date r Teresa S. Skelly Attest: (Printed Name) Cit/ Secretary FO (Seal) �� •.���Z Title: President o Address: P. 0. Box 40328 500 Trammell M&C G ' 2Z 3 _ Fort Worth, TX 76140 Date:---9 :�-1 4! '4S City/State/Zip: Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting requir ents. Jim Dee r Sr. Professional Engineer A�rovesrm and Legality: Douglas W. Black Assistant City Attorney i 130 OFFICIAL RECOIL ' CITY OF FORT WORTH CITY SECRETAMS�R20 7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CitF1'r ► r1&9'9 Revised January 6, 2017 005243-5 Agreement Page 5 of 5 131 132 APPROVAL RECOMMENDED: 133 134 135 136 Chris Harder, P.E. 137 Assistant Director 138 Water Department 139 OFFICIAL RECORD; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS � 0 909 Revised January 6, 2017 FT. wORTHv T i PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification ' from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. Wy signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (I) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 006113-1 PERFORMANCE BOND Page 1 of 2 r 1 BOND NO. TXC608536 2 SECTION 00 6113 3 PERFORMANCE BOND 4 5 THE STATE OF TEXAS � 6 § KNOW ALL 0Y THESE PRESENTS. a 7 COUNTY OF TARRANT § 8 9 That we, William 1. Schultz, Inc. dba Circle C Construction Company, known as"Principal" 10 herein and Merchants Bonding.Com_pany_(Mutual), a corporate surety(sureties, if more than one) 11 duly authorized to do business in the State of Texas, known as"Surety" herein (whether one or 12 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 13 pursuant to the laws of Texas, known as"City"herein, in the penal sum of, One Million Dollars 14 ($1,000,000.00), lawful money of the United States, to be paid in Fort Worth,Tarrant County, 15 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 16 executors,administrators;successors-and-assignsr jointly-and severally,-firmly-by-these presents. 17 W"EREAS, the Principal has entered into a certain written contract with the City } 18 awarded the day of AU 21 , 2017, which Contract is hereby referred to and i 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as 22 Sewer&placements Contract 2017 23 City Project No. 100909 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 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 28 extension of the Contract that may be granted on the part of the City,then this obligation shall 29 be and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort = 32 Worth Division. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1,2011 i 0061 13 -2 i PERFORMANCE BOND Page 2 of 2 { 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 statue. r 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the day of AUG 2 9 2017 6 , 2017. 7 PRINCIPAL: 8 William J. Schultz, Inc. dba 9 Circle C Construction Company 10 I I BY: 12 Signature 13 ATTEST: 14 "fb ! 15 Teresa S. Skelly, President 16 (Principal) Secretary, Michele S. Dame and Title 17 18 Address: P. O. Box 40328 19 500 W.Trammell 20 Fort Worth,TX 76140 21 22 Witness as to Principal 23 SURETY: 24 Merchants Pdr4c,Com an (Mutual) 25 i 26 BY: 27 Signature 28 29 Sheryl A. Klutts,Attorney-in-Fact 30 Name and Title 31 32 Address: 6700 Westown Parkway 33 S r West Des Moines, IA 50266-7754 34 35 Witness as to Surety,John A. Miller Telephone Number; (800) 678-8171 36 37 1 38 39 *Note: If signed by an officer of the Surety Company, there must be on file a certified 40 extract from the by-laws showing that this person has authority to sign such 41 obligation. If Surety's physical address is different from its mailing address, 42 both must be provided. The date of the bond shall not be prior to the date the 43 Contract is awarded. 44 l CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1,2011 i ME RC � BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint, individually, John A Miller;John R Stockton;Sheryl A Klutts their true and lawful Atto rney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following-By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and. undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such-sig nature-and-seal-whon-so used-shall-have the-same force and-effect as though-manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor andlor its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 .•Pq[ C'I�p N4 � t; 0 . �•'•, :+ Q ... o° MERCHANT'S BONDING COMPANY(MUTUAL) R9�' ��, :�Q ,� 9J¢'yam MERCHANTS NATIONAL BONDING,INC. 2003 = � 1933 a By �. • •'may+ •E�j`. v ° President STATE OFIOWA •••r!e■seaaaaFa,a ++°+#+••• COUNTY OF DALLAS ss. y On this this- 61h- day of April- 2017 before-me-appeared-Larry Taylor;to me personally known,-who being-by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. n� tatNumber t s AMCIA K. RAM r Commission Number767430 My Commission Expires .April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this day of , 2017 . ata!urge o•o �o• Coto -0- 0 P.zol � 2003 ;?,>7; 1933 m Secretary POA0018 (3117) ■"'a`""`**` •`��+�,' a 00 61 14- 1 PAYMENT BOND Page 1 of 2 1 BOND NO.TXC608536 2 SECTION 00 61 14 3 PAYMENT BOND 4 - 5 THE STATE OF TEXAS 6 KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 9 That we, William J. Schultz Inc. dba Circle_C Construction Company, known as 10 "Principal" herein, and Merchants Bonding Company (Mutual), a corporate surety (sureties), duly 11 authorized to do business in the State of Texas, known as "Surety" herein (whether one or 12 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 13 pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of One 14 Million Dollars ($1,000,000.00), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and-assigns,jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 day of AUG 2 9 2917 , 2017, which Contract is hereby referred to and made a 20 part_hereof-for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 21 and other accessories as defined by law, in the prosecution of the Work as provided for in said 22, Contract-and designated as 3 23 Sewer Replacements Contract 2017 24 City Project No, 100909 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal 26 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 ' 27 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, 28 then this obligation shall be and become null and void; otherwise to remain in full force and 29 effect. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1,2011 006114-2 1 PAYMENT BOND Page 2 of 2 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 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 5 instrument by duly authorized agents and officers .on this the day of 6 20 7. 2AU67 PRINCIPAL: 8 William J. Schultz, Inc. dba 9 Circle C Construction Company 10 I BY: I-- -��' �c�•� 12 Signature 13 ATTEST: 14 15 (�� Teresa S. Skelly, President 16 (Principal)Secretary, Michele S. Lan d Name and Title 17 18 Address: P. 0. Box 40328 19 500 W.Trammell 20 Fort Worth,TX 76140 2.1 22 Witness as to Principal 23 SURETY: 24 Merchants din Cam an Mu 1 25 s 26 BY: 27 Signature 28 29 Sheryl A. Klutts,Attorney-in-Fact 30 Name and Title 31 32 Address: 6700 Westown Parkway ! 33 West Des Moines, IA-5026.6-7754 f 34 35 Witness as to Surety,JohAA. iller Telephone Number: (800) 678-8171 36 37 38 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 39 bylaws showing that this person has authority to sign such obligation. If Surety's physical 40 address is different from its mailing address, both must be provided. 41 42 The date of the bond shall not be prior to the date the Contract is awarded. 43 44 45 END OF SECTION 46 I CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1,2011 I 1 1 ' M.EPC T BONDING COMPANY,.. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies')do hereby make,constitute and appoint,individually, John A Miller;John R Stockton;Sheryl A Klutts -- their true and lawful Attorneys)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and ail bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This-Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of thefollowing By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc.,on October 16,2015, "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,,and-such-signature-and seal-when-so-used-shalFhave-the-same-force and effect-as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor andlor its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to-the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 �,,••P�VON44 . ••.., •`LNG CQ'=. `� '4$�IP• ��+++ 4�Qr MERCHANTS BONDING COMPANY(MUTUAL) 9.A. ; MERCHANTS NATIONAL BONDING,INC. t�' o • : j ;;j% 2003 ;;��. �'� 1933 By �. •••,rJ .• '. '' .•t7.• President STATE OF IOWA ♦►♦•.•'•'R'•••;��`• +'••**•��• COUNTY OF DALLAS ss. j On this-this Lath day-of Aprif- Z017 before-me-appeared Larry-Taylor, to me-personally-known,-who being-by me duly-sworn- did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. tat s AUCIA K.Gib Commission Number 767-430 _ My Commission Expires a wl* Apnf 1,2020 € Notary Public I (Expiration of notary's commission does not invalidate this instrument) 1,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in-full ' force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this day of 2017 . to No. spa .e®•; •�., 4�► ,� ; v:. 2003 1933 .• Secretary POA0018 (3117) ♦+ ""•`"•'•••*`` �••��,�•• 006119-1 MAINTENANCE BOND Page 1 of 3 1 BOND NO.TXC608536 j 2 SECTION 00 6119 3 MAINTENANCE BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 9 That we, William J. Schultz, Inc. dba Circle C Construction Company known as"Principal" '10 herein and Merchants Bonding Company (Mutual), a corporate surety(sureties, if more than one) 11 duly authorized to do business in the State of Texas, known as"Surety"herein (whether one or 12 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 13 pursuant to the laws of the State of Texas, known as"City"herein, in the sum of One Million 14 Dollars ($1,000,000.00), lawful money of the United States, to be paid in Fort Worth,Tarrant 15 County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WHEREAS,the Principal has entered into a.certain written contract with the City awarded_ 20 the day of 4UG Z 9 2017 , 2017, which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, the 24 "Work") as provided-for—in-said contract and designated as 25 26 Sewer Re /acements Contract 2017 27 City Proiect No. 100909 28 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance with the plans, specifications and Contract Documents that the Work is and will 31 remain free from defects in materials or workmanship for and during the period of twcr(2)" 32 years after the date of Final Acceptance of the Work by the City ("Maintenance Period'); and i 33 34 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 35 receiving notice from the City of the need therefore at any time within the Maintenance Period. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1,2011 l 006119-2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 3 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 4 the City, then this obligation shall become null and void; otherwise to remain in full force and 5 effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal 10 and the Surety under this Maintenance bond; and 11 12 -PROVIDED FURTHER;"that il=any legal action be filed on this Bond, venue shall-lie in 5 + 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, in nature-and.successive 17 recoveries may be had hereon for successive breaches. 18 19 20 i CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1,2011 006119-3 MAINTENANCE BOND Page 3 of 3 I 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this instrument by 2 duly authorized agents and officers on this the day of AUG 2 4 71117 3 , 2017. 4 5 PRINCIPAL• 6 William J. Schultz, Inc. dba 7 Circle C Construction Company 8 i 9 BY: 10 Signature 11 ATTEST: 12 13 l Teresa S. Skelly, President 14 (Principal) Secretary, Michele S. Lank Name and Title 15 16 -Address: P: O:-Box 40328 17 500 W. Trammell 18 Fort Worth,TX 76140 19 20 Witness as to Principal 21 SURETY: 22 Merchants B Com an Mutual 23 24 BY: 25 rig nature 26 27 Sheryl A. Klutts,Attorney-in-Fact 28 Name and Title 29 ATTEST: 30 Address: 6700 Westown Parkway 31 West Des Moines, IA 50266-7754 32 Sur .ty(Secreta ) 33 4 34 i 35 Witness-as.to-Surety.-,-John.A. •filler Telephone-Number: -C8.00) 678-8171 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the 38 by-laws showing that this person has authority to sign such obligation. If Surety's physical 39 address is different from its mailing address, both must be provided. The date of the bond shall 40 not be prior to the date the Contract is awarded. 41 42 43 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1,2011 ME CHA J S BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make•constitute and appoint,individually, '. John A Miller;John R Stockton;Sheryl A Klults -- their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute,.seal and acknowledge any and all bonds, undertakings, E contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of=Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2016. "The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and i undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile'or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,-and-such-signature-and-seal when so-used-shall-have the same force-and-effect-although-manually-fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 O'. •:4•¢°. MERCHANTS BONDING COMPANY(MUTUAL) MERCHANTS NATIONAL BONDING,INC. Ce as 2003 -. :y 1$33 : By71,� � President STATE OF IOWA •��''•"•''•"`'�'` '�''°•+• COUNTY OF DALIAS ss. On this this--6th--day of April 2017 before-me-appeared Larry Taylorto-me-personally-known,—who-being-by-me-duly-sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. AUCIA K.GRAM a p Commission Dumber 767430 My Commission Expires ' ro I* April 1,.2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in-full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and.affixed the seal of the Companies on this day of 12017 . I .Z' 2003 1933 Secretary s0' �r • s'' ' �1r �'-'• •�as � Q e .� -♦.Y•j as •� �/ h. `�. - POA 0018 (3/17) t i MERCHANT BONDING COMPANY. MERCHANTS BONDING COMPANY(MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. BOX 14498 , DES MOINES, IOWA 50306-3498 . (800)678-8171 � (515)243-3854 FAX 4 Please send all notices of claim on this bond to: i Merchants Bonding Company (Mutual)/Merchants National Bonding,Inc. P.O. Box 14498 i Des Moines, Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX(2115) k i POLICY NUMBER: 85316434 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: i COMMERCIAL GENERAL LIABILITY COVERAGE PART 1 SCHEDULE + Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations ANY PERSON OR ORGANIZATION TO WHOM LOCATIONS DESIGNATED AND YOU HAVE AGREED 'TO NAME AS ADDI- DESCRIBED IN THE ABOVE TIONAL INSURED BY WRITTEN CONTRACT MENTIONED WRITTEN CONTRACT OR AGREEMENT IF THE CONTRACT OR OR AGREEMENT a AGREEMENT IS EXECUTED PRIOR TO LOSS Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage "personal personal and advertising injury "property damage" occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its t 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured ' will not be broader than that which you are required by the contract or agreement to provide for such additional insured. r i CG 20 10 0413 0 Insurance Services Office, Inc.,2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement;or I i i j t f 4 i 1 Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER; 85316434 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADUITI NAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL.GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s Location And Descri ion Of Completed Operations ANY PERSON OR ORGANIZATION To WHOM LOCATIONS DESIGNATED AND YOU HAVE AGREED TO NAME AS ADDI-- DESCRIBED IN THE ABOVE TIONAL INSURED BY WRITTEN CONTRACT MENTIONED WRITTEN CONTRACT OR AGREEMENT IF THE CONTRACT OR OR AGREEMENT AGREEMENT IS EXECUTED PRIOR TO LOSS Information required to com fete this Schedule, if nat shown above, will be shown in the Declarations. A. Section Il — Who is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following Is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, In whole or in part, by required by a contract or agreement, the most we "Your work" at the location designated and will pay on be half of the additional insured is the described in the Schedule of this endorsement amount of insurance: I performed for that additional insured and 1. Required by the contract or agreement; or t included in the "products -completed operations 2. Available under the applicable Limits of hazard"_ However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured Is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CO 20 37 0413 0 Insurance Services Office, Inc., 2012 Rage I of I 1 Policy #85316434 COMMERCIAL GENERAL LIABILITY CG20010413 Tbis EMDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 It r 1 Policy #85316434 CG 72 08 0215 4 � E TEXAS - EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this i endorsement. No coverage is provided by this summary. 1 1 * Extended Property Damage * Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage * Coverage for non - owned watercraft is extended to 51 feet in length Property Damage - Borrowed Equipment * Property Damage Liability - Elevators * Coverage D -Voluntary Property Damage Coverage $5,000 Occurrence with a $10,000 Aggregate * Coverage E - Care, Custody and Control Property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate -$500 Deductible * Coverage F - Electronic Data Liability Coverage - $50,000 * Coverage G - Product Recall Expense $25,000 Each Recall Limit with a $50,000 Aggregate -$1,000 Deductible * Coverage H -Water Damage Legal Liability -$25,000 * Coverage I - Designated Operations Covered by a Consolidated (Wrap-Up) Insurance Program - Limited Coverage * increase in Supplementary Payments: Ball Bonds to $1,000 i * increase in Supplementary Payments: Loss of Earnings to $500 For newly formed or acquired organizations -extend the reporting requirement to 180 days * Broadened Named Insured * Automatic Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction Agreement With You * Contractors Blanket Additional Insured - Limited Products - Completed Operations Coverage * Automatic Additional insured -Vendors * Automatic Additional Insured - Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You * Automatic Additional Insured - Managers or Lessor of Premises * Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured *Additional Insured - State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations *Additional Insured -Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only - Owners, Lessees or Contractors Automatic Status When Required in Construction Agreement With You *Additional Insured - Employee Injury to Another Employee * Automatically included -Aggregate Limits of Insurance (per location) *Automatically included -Aggregate Limits of Insurance (per project) * Knowledge of occurrence - Knowledge of an "occurrence", "claim or suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. * Blanket Waiver of Subrogation * Liberalization Condition ' * Unintentional failure to disclose all hazards. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. * "Insured Contracts redefined for Limited Railroad Contractual Liability * Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 Ibs GVW * Bodily Injury Redefined REFER TO THE ACTUAL_ ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 14 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 14 x CO 72 08 02 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS - EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I m COVERAGES A. The following changes are made at COVERAGE A- BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Extended Property Damage At 2. Exclusions exclusion a. Expected or Intended Injury is replaced with the following: "Bodily injury" or"property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability At 2. Exclusions the last paragraph is deleted and replaced b the followin I p 9 P P Y g: Exclusions c. through n. do not apply to damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of this owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. 3. Non-Owned Watercraft At 2. Exclusions exclusion g. Aircraft, Auto Or Watercraft (2) (a) is deleted and replaced by the following: (a) Less than 51 feet long; 4. Property Damage —Borrowed Equipment At 2. Exclusions the following is added to paragraph (4) of exclusion j. Damage To Property: This exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and while not being used to perform operations. The most we will pay for"property damage" to any one piece of borrowed equipment under this coverage is $25,000 per occurrence. The insurance afforded under this provision is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 5. Property Damage Liability —Elevators At 2. Exclusions the following is added to paragraphs (3), (4) and (6) of exclusion j. Damage To Property: This exclusion does not apply to "property damage" resulting from the use of elevators. However, any insurance provided for such "property damage" is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. B. The following coverages are added: 1. COVERAGE D-VOLUNTARY PROPERTY DAMAGE COVERAGE "Property damage" to property of others caused by the insured: a. While in your possession; or b. Arising out of"your work". Coverage applies at the request of the insured, whether or not the insured is legally obligated to pay. For the purposes of this Voluntary Property Damage Coverage only: Exclusion j. Damage to Property is deleted and replaced by the following: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 14 j CG72080215 j. Damage to Property "Property damage" to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; d (2) Property transported by or damage caused by any"automobile", "watercraft" or"aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. a The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 2. COVERAGE E - CARE, CUSTODY AND CONTROL PROPERTY DAMAGE COVERAGE For the purpose of this Care, Custody and Control Property Damage Coverage only: a. Item (4) of Exclusion j. does not apply. i The amount we will pay is limited as described below in SECTION III -LIMITS OF INSURANCE For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to f defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 3. COVERAGE F - ELECTRONIC DATA LIABILITY COVERAGE For the purposes of this Electronic Data Liability Coverage only: a. Exclusion p. of Coverage A— Bodily Injury And Property Damage Liability in Section I — Coverages is replaced by the following: 2. Exclusions This insurance does not apply to: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. However, this exclusion does not apply to liability for damages because of"bodily injury" b. "Property Damage" means: (1) Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or ti (2) Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; or (3) Loss of, loss of use of, damage to, corruption of, inability to access or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of"electronic data" shall be deemed to occur at the time of the 'occurrence" that caused it. For the purposes of this Electronic Data Liability Coverage, "electronic data" is not tangible property. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE 4. COVERAGE G - PRODUCT RECALL EXPENSE a. Insuring Agreement 4 1 We will a 90% of"product recall expense" "p " y g 1 ( ) pay p p you incur as a result of a "product recall you initiate Burin the coverage period. (2) We will only pay for "product recall expense" arising out of "your products" which have been physically ' relinquished to others. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE CG 72 08 02 15 Includes copyrighted material of insurance Services Office, Inc., with its permission. Page 3 of 14 F a CO72080215 b. Exclusions This insurance does not apply to "product recall expense" arising out of: (1) Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of, or could reasonably have foreseen that would have resulted in a "product recall". (2) Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the manufacture, design, processing, storage, or transportation of"your product". (3) The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. (4) Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. (5) Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged. (6) `Bodily Injury" or"Property Damage". j (7) Failure of"your product" to accomplish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. (8) Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. j (9) Legal fees or expenses. 1 (10) Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your { product". (11) "Product recall expense" arising from the "product recall" of any of "your products" for which coverage is excluded by endorsement. 1 (12) Any "product recall" initiated due to the expiration of the designated shelf life of"your product". 5. 'COVERAGE H -WATER DAMAGE LEGAL LIABILITY The Insurance provided under Coverage H (Section 1) applies to "property damage" arising out of water damage to premises that are both rented to and occupied by you. The Limit under this coverage shall not be in addition to the Damage To Premises Rented To You Limit. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE. ' 6. COVERAGE I — DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED (WRAP-UP) INSURANCE PROGRAM The following exclusion is added to Paragraph 2. Exclusions of SECTION I — COVERAGE_S COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY: r. This insurance does not apply to "bodily injury" or "property damage" arising out of either your ongoing operations or operations included within the "products-completed operations hazard" for any "consolidated (Wrap-up) insurance program" which has been provided by the prime contractor / project manager or owner of the construction project in which you are involved. This exclusion applies whether or not a consolidated (Wrap-up) insurance program: a. Provides coverage identical to that provided by this Coverage Part; or b. Has limits adequate to cover all claims. . This exclusion does not apply if a "consolidated (Wrap-up) insurance program" covering your operations has been cancelled, non-renewed or otherwise no longer applies for reasons other than exhaustion of all available limits, whether such limits are available on a primary, excess or on any other basis. You must advise us of such cancellation, nonrenewal or termination as soon as practicable. For purposes of this exclusion a "consolidated (wrap-up) insurance program" is a program providing insurance coverage to all parties for exposures involved with a particular (typically major) construction project. CG 72 08 02 15 Includes copyrighted material of insurance Services Office, Inc., with its permission. Page 4 of 14 1 CG 72 08 02 15 C. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended: 1. To read SUPPLEMENTARY PAYMENTS 2. Bail Bonds Item 1.b. is amended as follows: ! b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 3. Loss of Earnings Item 1.d. is amended as follows: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to $500 a day because of time off from work. 4. The following language is added to Item 1. However, we shall have none of the duties set forth above when this insurance applies only for Voluntary Property Damage Coverage and/or Care, Custody or Control Property Damage Coverage and we have paid the Limit of Liability or the Aggregate Limit for these coverages. SECTION II m NANO IS AN INSURED i A. The following change is made: Extended Reporting Requirements Item 3.a. is deleted and replaced by the following: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. The following provisions are added. 4. BROAD FORM NAMED INSURED Item 1.f. is added as follows: f. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period only if there is no other similar insurance available to that entity. However: (1) Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired more than 50 percent of the voting stock; and (2) Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired more than 50 percent of the voting stock. 5. Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction or Service Agreement With You a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy is an insured. Such person or organization is an additional insured only with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury" which may be imputed to that person or organization directly arising out of: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and ' 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 14 i CG72080215 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: � a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. 2. "Bodily injury" or"property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of"your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 6. Additional Insured —Limited Products Completed Operations Coverage a. Any person(s) or organization(s), but only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of "your work" performed for that additional insured and included in the "products-completed operations hazard" is an insured. However: (1) The insurance afforded to such additional insureds only applies to the extent permitted by law; (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. (3) Coverage will cease five years from the completion of"your work" if: (a) a timeframe is not stipulated in the written contract or written agreement; or (b) a timeframe longer than 5 years is stipulated in the written contract or written agreement. However if a lesser timeframe is stipulated in the written contract or written agreement then that time frame will prevail. b. With respect to the insurance afforded to any additional insured under this endorsement, the following additional exclusionary language shall apply: This insurance does not apply to "bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architecture, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. 7. Additional Insured -Vendors a. Any person(s) or organization(s) (referred to throughout this additional coverage as vendor), but only with respect to "bodily injury" or "property damage", which may be imputed to that person(s) or organization(s) arising out of "your products" shown with the Schedule which are distributed or sold in the regular course of the vendor's business is an insured. However: (1) The insurance afforded to such vendor only applies to the extent permitted by law; and (2) If coverage provided to the vendor is required by a contract or agreement, the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 14 CG 72 08 02 15 b. With respect to the insurance afforded to these vendors, the following additional exclusions apply: (1) This insurance afforded the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or I the substitution of parts under instructions from the manufacturer, and then repackaged in the original container. (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of products. (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product. (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: L The exceptions contained in Sub-paragraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 8. Additional Insured — Lessor of Leased Equipment — Automatic Status When Required in Lease Agreement With You a. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury" directly arising out of the maintenance, operation or use of equipment leased to you, which may be imputed to such a person or organization as the lessor of equipment. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person(s or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. b. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 9. Additional Insured —Managers or Lessors of Premises a. Any person(s) or organization(s), but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 14 CG72080215 This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organization(s) afforded coverage by this additional coverage. However: s (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 10. Additional! Insured - Engineers, -Architects or Surveyors Not Engaged by the Named Insured a. Any architects, engineers or surveyors who are not engaged by you are insureds, but only with respect to liability for "bodily injury" or "property damage" or "personal and advertising injury" which may be imputed to that architect, engineer or surveyor arising out of: (1) Your acts or omissions; or (2) Your acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. i But only if such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: } (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services, including: (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. 11. Additional Insured - State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations Any state or governmental agency or subdivision or political subdivision is an insured, subject to the following provisions: a. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page a of 14 CG 72 08 0215 b. This insurance does not apply to: (1) 'Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or"property damage" included within the "products-completed operations hazard". i 12. Additional Insured Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only - Owners, Lessees or Contractors a. Any persons or organizations for whom you are performing operations, for which you have elected to seek coverage under a Consolidated Insurance Program, when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on 1 your policy is an insured. Such person or organization is an additional insured only with respect to your liability which may be imputed to that person or organization directly arising out of your ongoing operations performed for that person or organization at a premises other than any project or location that is designated as covered under a Consolidated Insurance Program. A person's or organization's status as an insured under this endorsement ends when your operations for that insured are completed. i b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies. This insurance does not apply to: "Bodily injury", "property damage", or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection ' 13. Additional Insured - Employee Injury to Another Employee With respect to your "employees" who occupy positions which are supervisory in nature: Paragraph 2.a.(1) of SECTION II—WHO IS A NAMED INSURED is amended to read: a. "Bodily injury" or"personal and advertising injury" (1) To you, to your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); (2) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph (1)(a) above; or i (3) Arising out of his or her providing or failing to provide professional healthcare services. Paragraph 3.a. is deleted. For the purpose of this Item 13 only, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, direct, discipline or discharge. SECTION Ill - LIMITS OF INSURANCE A. The following Items are deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard"; and c. Damages under Coverage B; and d. Damages under Coverage H. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 9 of 14 j CG 72 08 02 15 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard" and Coverage G. 6. Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added: 8. Subject to Paragraph 5. of SECTION III — LIMITS OF INSURANCE $25,000 is the most we will pay under Coverage H for Water Damage Legal Liability. g. Coverage G - Product Recall Expense Aggregate Limit $50,000 Each Product Recall Limit $25,000 a. The Aggregate Limit shown above is the most we will pay for the sum of all "product recall expense" you incur as a result of all "product recalls" you initiate during the endorsement period. b. The Each Product Recall Limit shown above is the most we will pay, subject to the Aggregate and $1,000 deductible, for "product recall expense" you incur for any one "product recall' you initiate during the endorsement period. We will only pay for the amount of Product Recall Expenses which are in excess of the deductible amount. The r deductible applies separately to each Product Recall. The limits of insurance will not be reduced by the amount 1 of this deductible. We may, or will if required by law, pay all or any part of any deductible amount. Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we paid. 10. Aggregate Limits of Insurance (Per Location) The General Aggregate Limit applies separately to each of your 'locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Aggregate Limits of Insurance (Per Project) The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. 12. With respects to the insurance afforded to additional insureds afforded coverage by items 5 through 13 of SECTION II--WHO IS AN INSURED above, the following is added: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; b. Available under the applicable Limits of Insurance shown in the Declarations; Whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 13. Subject to 5. of SECTION III — LIMITS OF INSURANCE, a $5,000 'occurrence" limit and a $10,000 "aggregate" limit is the most we will pay under Coverage A for damages because of "property damage" covered under Coverage D a Voluntary Property Damage Coverage. For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when { we have paid the Limit of Liability or the Aggregate Limit for this coverage. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 10 of 14 CG 72 08 02 15 14. Subject to 5. of SECTION III -- LIMITS OF INSURANCE, a $25,000 'occurrence" limit and a $100,000 "aggregate" limit is the most we will pay under Coverage E - Care, Custody and Control Coverage regardless of the number of. a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". Deductible - Our obligation to pay damages on your behalf applies only to the amount of damages in excess of $500. This deductible applies to all damages because of "property damage" as the result of any one "occurrence" regardless of the number of persons or organizations who sustain damages because of that "occurrence". j We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. As respects this coverage "Aggregate" is the maximum amount we will pay for all covered 'occurrences" during one policy period. For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 15. Subject to 5. of SECTION III -- LIMITS OF INSURANCE, the most we will pay for "property damage" under Coverage F - Electronic Data Liability Coverage for loss of "electronic data" is $50,000 without regard to the number of"occurrences". SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS A. The following conditions are amended: ' 1. Knowledge of Occurrence a. Condition 2., Items a. and b. are deleted and replaced by the following: (1) Duties In The Event Of Occurrence, Offense, Claim Or Suit (a) You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. Knowledge of an "occurrence" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. To the extent possible, notice should include: 1. How, when and where the "occurrence" took place; i ii. The names and addresses of any injured persons and witnesses, and Ili. The nature and location of any injury or damage arising out of the "occurrence" or offense . (b) If a claim is made or"suit" is brought against any insured, you must: 1. Immediately record the specifics of the claim or"suit" and the date received; and ii. Notify us as soon as practicable. You must see to it that we receive written notice of the claim or"suit" as soon as practicable. Knowledge of a claim or "suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. 2. Where Broad Form Named Insured is added in SECTION II — WHO IS AN INSURED of this endorsement, Condition 4. Other Insurance b. Excess Insurance (1).(a) is replaced by the following: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis, that is available to an i insured solely by reason of ownership by you of more than 50 percent of the voting stock, and not withstanding any other language in any other policy. This provision does not apply to a policy written to apply specifically in excess of this policy. s CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 11 of 14 i CG 72 08 02 15 B. The following are added: 1. Condition (5) of 2.c. ' (5) Upon our request, replace or repair the property covered under Voluntary Property Damage Coverage at your actual cost, excluding profit or overhead. 10. Blanket Waiver Of Subrogation We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you, ongoing operations performed by you or on your behalf, done under a contract with that person or organization, "your 5 work", or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal injury" or "advertising injury" offense is committed. 11. Liberalization If a revision to this Coverage Part, which would provide more coverage with no additional premium becomes effective during the policy period in the state designated for the first Named Insured shown in the Declarations, your policy will automatically provide this additional coverage on the effective date of the revision. 12. Unintentional Failure to Disclose All Hazards Based on our reliance on your representations as to existing hazards, if you unintentionally should fail to disclose a all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. 13. The following conditions are added in regard to Coverage G - Product Recall Expense In event of a "product recall", you must a. See to it that we are notified as soon as practicable of a "product recall". To the extent possible, notice should include how, when and where the "product recall" took place and estimated "product recall expense". b. Take all reasonable steps to minimize "product recall expense". This will not increase the limits of insurance. c. If requested, permit us to question you under oath at such times as may be reasonably required about any matter relating to this insurance or your claim, including your books and records. Your answers must be signed. d. Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. e. Cooperate with us in the investigation or settlement of any claim. f. Assist us upon our request, in the enforcement of any rights against any person or organization which may be 4 liable to you because of loss to which this insurance applies. g. Claims Handling (1) Within 15 days after we receive written notice of claim, we will: (a) Acknowledge receipt of the claim. If we do not acknowledge receipt of the claim in writing, we will keep a record of the date, method and content of the acknowledgment; (b) Begin any investigation of the claim; and (c) Request a signed, sworn proof of loss, specify the information you must provide and supply you with the necessary forms. We may request more information at a later date, if during the investigation of the claim such additional information is necessary. (2) We will notify you in writing as to whether: (a) The claim or part of the claim will be paid; (b) The claim or part of the claim has been denied, and inform you of the reasons for denial; (c) More information is necessary; or (d) We need additional time to reach a decision. If we need additional time, we will inform you of the reasons for such need. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 12 of 14 f CG 72 08 02 15 (3) We will provide notification, as described in (2)(a) through (2)(d) above, within: (a) 15 business days after we receive the signed, sworn proof of loss and all information we requested; { or (b) 30 days after we receive the signed, sworn proof of loss and all information we requested, if we have reason to believe the loss resulted from arson. i If we have notified you that we need additional time to reach a decision, we must then either approve or deny the claim within 45 days of such notice. h. We will pay for covered loss or damage within 5 business days after: (1) We have notified you that payment of the claim or part of the claim will be made and have reached " agreement with you on the amount of loss; or (2) An appraisal award has been made. However, if payment of the claim or part of the claim is conditioned on your compliance with any of the terms of this policy, we will make payment within 5 business days after the date you have complied with such terms. 1. Catastrophe Claims If a claim results from a weather related catastrophe or a major natural disaster, the claim handling and claim i payment deadlines described in a. and b. above are extended for an additional 15 days. Catastrophe or Major Natural Disaster means a weather related event which is: (1) Declared a disaster under the Texas Disaster Act of 1975; or (2) Determined to be a catastrophe by the State Board of Insurance. j. The term "business day", as used in this endorsement, means a day other than Saturday, Sunday or a holiday recognized by the state of Texas. k. We will issue loss payment to the first Named Insured shown in the Declarations and any mortgagee or loss payee as designated. 14. Limited Railroad Contractual Liability The following conditions are applicable only to coverage afforded by reason of the redefining of an "insured contract" in the DEFINITIONS section of this endorsement: a. Railroad Protective Liability coverage provided by ISO form CG 0035 with minimum limits of$2,000,000 per occurrence and a$6,000,000 general aggregate limit must be in place for the entire duration of any project. b. Any amendment to the Other Insurance condition of form CG 0035 alters the primacy of the coverage or which impairs our right to contribution will rescind any coverage afforded by the redefined "insured contract" language. c. For the purposes of the Other Insurance condition of form CG 0035 you, the named insured, will be deemed to be the designated contractor. SECTION V - DEFINITIONS ' A. At item 12. Mobile Equipment the wording at L(1) is deleted and replaced by the following: f.(1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; except for such vehicles that have a gross vehicle weight less than 1,000 lbs which are not designed for highway use. B. Item 3. "bodily injury" is deleted and replaced with the following: 3. "Bodily injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. i C. Item 9. "Insured Contract" c. is deleted and replaced with the following: c. Any easement or license agreement; D. Item 9. "Insured Contract' f.0) is deleted E. The following definitions are added for this endorsement only: 23. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tape drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 13 of 14 CG 72 08 02 15 24. "Product recall" means a withdrawal or removal from the market of "your product" based on the determination 1 by you or any regulatory or governmental agency that: ' a. The use or consumption of "your product" has caused or will cause actual or alleged "bodily injury" or "property damage"; and b. Such determination requires you to recover possession or control of "your product" from any distributor, purchaser or user, to repair or replace "your product", but only if "your product" is unfit for use or consumption, or is hazardous as a result of: (1) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or 1 transportation of"your product'; or (2) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by someone other than you. 25. "Product recall expense" means reasonable and necessary expenses for: a. Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. b. Transporting recalled products from any purchaser, distributor or user, to locations designated by you. c. Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or independent contractors you hire. d. Transportation and accommodation expense incurred by your employees. e. Rental expense incurred for temporary locations used to store recalled products. f. Expense incurred to properly dispose of recalled products, including packaging that cannot be reused. g. Transportation expenses incurred to replace recalled products. h. Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a "product recall". CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 14 of 14 Policy #85316434 i COMMERCIAL AUTO { CA 71 09 01 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ULTRA rN®®RSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM COMMON POLICY CONDITIONS COVERAGE INDEX DESCRIPTION PAGE Temporary Substitute Auto Physical Damage 2 Broad Form Insured 2 Employee as Insureds 2 Additional Insured Status by Contract, Agreement or Permit 2 Bail Bond Coverage 3 Loss of Earnings Coverage 3 Amended Fellow Employee Coverage 3 Towing and Labor 3 Physical Damage Additional Transportation Expense Coverage 3 Extra Expense -Theft 3 Rental Reimbursement and Additional Transportation Expense 4 Personal Effects Coverage 4 Personal Property of Others 4 Locksmith Coverage 4 Vehicle Wrap Coverage 5 Airbag Accidental Discharge 5 Audio, Visual and Data Electronic Equipment Coverage 5 Auto Loan/Lease Total Loss Protection 5 Glass Repair —Deductible Amendment 5 Amended Duties in the Event of Accident, Claim, Suit or Loss 6 Waiver of Subrogation Required by Contract 6 Unintentional Failure to Disclose 6 Hired, Leased, Rented or Borrowed Auto Physical Damage 6 Mental Anguish 7 Extended Cancellation Condition 7 The COVERAGE INDEX set forth above is informational only and grants no coverage. Terms set forth in (Bold Italics) are likewise for information only and by themselves shall be deemed to grant no coverage. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 7 I ' (T emporary Substitute Auto Physical Damage) a A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE SECTION 1 -- COVERED AUTOS, paragraph C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos is amended by adding the following at the end of the existing language: If Physical Damage Coverage is provided under this Coverage form for an "auto" you own, the Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto' you own that is out of service because of its breakdown, repair, servicing, "loss", or destruction s B. BROADENED LIABILITY COVERAGES SECTION 11 — LIABILITY COVERAGE in Paragraph A. Coverage at 1. Who Is An Insured is amended to include the a following: (Broad Form Insured) d. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date ! of the Coverage Form. However, the Named Insured does not include any subsidiary that is an "Insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance. e. Any organization that is acquired or formed by you, during the term of this policy and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (1) That is a joint venture or partnership, (2) That is an "insured" under any other policy, (3) That has exhausted its Limits of Insurance under any other policy, or (4) 180 days or more after its acquisition or formation by you, unless you have given us notice of the i acquisition or formation Coverage does not apply to "bodily injury" or "property damage" that results from an accident that occurred before you formed or acquired the organization. (Employee as Insureds) f. Any employee of yours while acting in the course of your business or your personal affairs while using a covered "auto" you do not own, hire or borrow. (Additional Insured Status by Contract, Agreement or Permit) g. Any person or organization whom you are required to add as an additional insured on this policy under a written contract or agreement; but the written contract or agreement must be: (1) Currently in effect or becoming effective during the term of this policy; and (2) Executed prior to the "bodily injury" or"property damage." The additional insured status will apply only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of the ownership, maintenance or use of the covered "autos" at the location(s) designated, if any. Coverage provided by this endorsement will not exceed the limits of liability required by the written contract or written agreement even if the limits of liability stated in the policy exceed those limits. This endorsement shall not increase the limits stated in Section II. C. Limits of Insurance. For any covered "auto' you own this Coverage Form provides primary coverage. Page 2 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 i s C. BROADENED SUPPLEMENTARY PAYMENTS SECTION II. LIABILITY A. Coverage 2. Coverage Extensions a. Supplementary Payments (2) and (4) are replaced by the following: (Bail Bond Coverage) (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic violations) required because of an r "accident" we cover. We do not have to furnish these bonds. (Loss of Earnings Coverage) (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earning up to $500 a day because of time off from work. (Amended Fellow Employee Exclusion) D. AMENDED FELLOW EMPLOYEE EXCLUSION Only with respect to your "employees" who occupy positions which are supervisory in nature, SECTION II. LIABILITY B. Exclusion 5. Fellow Employee is replaced by: 5. Fellow Employee "Bodily injury": I a. To you, or your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); b. To your "executive officers" and directors (if you are an organization other than a partnership, joint venture, or limited liability company) but only with respect to performance of their duties as your officers or directors; c. For which there is an obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph a and b above; or d. Arising out of his or her providing or failing to provide professional health care services. For purposes of this endorsement, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, transfer, direct, discipline or discharge. E. BROADENED PHYSICAL DAMAGE COVERAGES SECTION III —PHYSICAL DAMAGE COVERAGE A. Coverage is amended as follows: (Towing and Labor) 2. Towing is deleted and replaced with the following: 2. Towing and Labor We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" is disabled: a. For private passenger type vehicles we will pay up to $100 per disablement. b. For all other covered "auto's" we will pay up to $500 per disablement However, the labor must be performed at the place of disablement. (Physical Damage Additional Transportation Expense Coverage) 4. Coverage Extensions a. Transportation Expenses is amended to provide the following limits: We will pay up to $60 per day to a maximum of$1,800. All other terms and provisions of this section remain applicable. The following language is added to 4. Coverage Extensions: '. (Extra Expense—Theft) c. Theft Recovery Expense If you have purchased Comprehensive Coverage on an "auto" that is stolen, we will pay the expense of returning that stolen auto to you. The limit for this coverage extension is $5,000. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 7 i (Rental reimbursement and Additional Transportation Expense) d. Rental Reimbursement We will provide Rental Reimbursement and Additional Expense coverage only for those Physical Damage coverages for which a premium is shown in the Declarations or schedule pages. Coverage applies only to a covered "auto". (1) We will pay for auto rental expense and the expense incurred by you because of "loss" to remove and transfer your materials and equipment from a covered "auto" to a covered "auto." Payment applies in addition to the otherwise applicable coverage you have on a covered "auto." No deductible applies to this coverage. 1 (2) We will pay only for expenses incurred during the policy period and beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or repiace the covered "auto." If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you, or (b) 30 days. (3) Our payment is limited to the lesser of the following amounts. (a) Necessary and actual expenses incurred; or (b) $75 per day. (c) This coverage does not apply while there are spare or reserve "autos" available to you for your operations. (d) If"loss" results from the total theft of a covered "auto" of the private passenger or light truck type, we will pay under this coverage only that amount of your rental reimbursement expense which is not already provided for under the SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses. (Personal Effects Coverage) e. Personal Effects If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $500 for Personal Effects stolen with the "auto". The insurance provided under this provision is excess over any other collectible insurance. For this coverage extension, Personal Effects means tangible property that is worn or carried by an "Insured". (Personal Property of Others) f. Personal Property of Others We will pay up to $500 for loss to personal property of others in or on your covered "auto." This coverage applies only in the event of "loss" to your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another object, or the covered "auto's" overturn. No deductibles apply to this coverage. (Locksmith Coverage) g. Locksmith Coverage We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger "auto". The deductible is waived for these services. Page 4 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 (Vehicle Wrap Coverage) h. Vehicle Wrap Coverage If you have Comprehensive or Collision coverage on an "auto" that is a total loss, in addition to the actual cash value of the "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage for any one "loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. (Airbag Accidental Discharge) F. SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended at 3. to include the following language: If you have purchased Comprehensive or Collision Coverage under this policy, this exclusion does not apply to mechanical breakdown relating to the accidental discharge of an air bag. This coverage applies only to a covered auto you own and is excess of any other collectible insurance or warranty. No deductible applies to this coverage. G. BROADENED LIMITS OF INSURANCE (Audio, Visual and Data Electronic Equipment Coverage) SECTION III — PHYSICAL DAMAGE COVERAGE —C. Limit of Insurance at 1.b. is amended to provide the following limits: b. Limits of $1,000 per "loss" is increased to $5,000 per "loss". All other terms and provisions of this section remain applicable. (Auto LoaniLease Total Loss Protection) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance is amended by adding the following language: 4. In the event of a total "loss" to a covered "auto" shown in the Schedule pages, subject at the time of the "loss" to a loan or lease, we will pay any unpaid amount due including up to a maximum of$500 for early termination fees or penalties on the lease or loan for a covered"auto" less: a. The amount paid under the Physicaf Damage Coverage Section of the policy; and b. Any: (1) Overdue lease 1 loan payments at the time of the "foss' (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. (Glass Repair—Deductible Amendment) H. GLASS REPAIR —DEDUCTIBLE SECTION III —PHYSICAL DAMAGE COVERAGE — D. Deductible is amended by adding the following: Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to glass breakage if the damaged glass is repaired, rather than replaced. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 7 (Amended Duties in the Event of Accident, Claim, Suit or Loss) 1. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Under SECTION IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions , the following is added to paragraph 2. Duties In The Event of Accident, Suit or Loss: d. Knowledge of any "accident", "claim", "suit" or "loss" will be deemed knowledge by you when notice of such "accident", "claim", "suit" or 'loss" has been received by: (1) You, if you are an individual; (2) Any partner or insurance manager if you are a partnership; ' (3) An executive officer or insurance manager, if you are a corporation; (4) Your members, managers or insurance manager, if you are a limited liability company; or (5) Your officials, trustees, board members or insurance manager, if you are a not-for-profit organization. (Waiver of Subrogation by Contract) J. WAIVER OF SUBROGATION REQUIRED BY CONTRACT Under SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions 5. Transfer of Rights of Recovery Against Others to Us the following language is added: However, we waive any rights of recovery we may have against the person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under the policy to which this endorsement is attached. This provision does not apply unless the written contract or written agreement has been executed, or permit has been issued, prior to the "bodily injury" or"property damage." (Unintentional Failure to Disclose) c K. UNINTENTIONAL FAILURE TO DISCLOSE Under SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions , the following is added to 2. Concealment, Misrepresentation Or Fraud: Your unintentional error in disclosing, or failing to disclose, any material fact existing at the effective date of this Coverage Form, or during the policy period in connection with any additional hazards, will not prejudice your rights under this Coverage Form. (Hired, Leased Rented or Borrowed Auto Physical Damage) L. HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE Under SECTION 1V — BUSINESS AUTO CONDITIONS B. General Conditions 5. Other Insurance Paragraph 5.b. is s replaced by the following: b. (1) For "Comprehensive" and "Collision" Auto Physical Damage coverage provided by this endorsement, the following are deemed to be covered "autos" you own: (a) Any Covered "auto" you lease, hire, rent or borrow; and (b) Any Covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto" (2) Limit of Insurance For This Section The most we will pay for any one "loss" is the lesser of the following: (a) $75,000 per accident, or (b) actual cash value at the time of loss, or (c) cost of repair. Page 6 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 i J ' Minus a $500 deductible. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total loss. No deductible applies to "loss" caused by fire or lightning. (3) This Hired Auto Physical Damage coverage is excess over any other collectible insurance. (4) Definitions For This Section i (a) Comprehensive Coverage: from any cause except the covered "auto's" collision with another object or the covered "auto's" overturn. We will pay glass breakage, "loss" caused by hitting a bird or animal and, "loss" caused by falling objects or missiles. (b) Collision Coverage: caused by the covered "auto's" collision with another object or by the covered "auto's" overturn. (Mental Anguish) i M. MENTAL ANGUISH Under SECTION V—DEFINITIONS, C. is replaced by the following: C. 'Bodily injury" means bodily injury, sickness or disease sustained by a person including mental anguish or death 1 resulting from bodily injury, sickness, or disease. (Extended Cancellation Condition) N. EXTENDED CANCELLATION CONDITION Under CANCELLATION, of the COMMON POLICY CONDITIONS form, item 2.b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. i i CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 7 Policy #85316434 CA 73 34 09 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY ARID NON-CONTRIBUTORY w OTHER INSURANCE CONDITION i This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM l The following language replaces SECTION IV BUSINESS AUTO CONDITIONS Part B. General Conditions 5. Other Insurance c.: c. Regardless of the provisions of Paragraph a. above, this Coverage Form's Covered Autos Liability Coverage is primary for any liability assumed under an "insured contract". This coverage will also be non-contributory if it is required by the terms of the "insured contract". I CA 73 34 09 15 Includes copyrighted materfaf of Insurance Services Office, Inc., with its permission. Page 1 of 1 i WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) I 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 Page. - We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from ua. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. i Schedule ? 1. Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All TX Operations 5 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in i connection with work performed for the above,person(s) or organization(s) arising out of the operations described. This endorsement changes the policy to which it Is attached and Is effective on the date issued unless otherwise stated. 's Date Prepared: August 10, 2017 S Carrier: Bridgefield Casualty Insurance Company Effective Date of Endorsement: August 12, 2017 i Policy Number: 0196-43838 Countersigned by: Insured: William J. Schultz, Tnc. dba Circle C Construction l WC 42 03 04 8 (Ed. 6-141 "Includos copyright material of the National Council on Compensation Insurance,Inc.used with its permission. Copyright 2014 NCCI" } STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 1 } i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; February 2,2016 i 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.........................................•............ ..................... .....................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............................................................................................................................I I Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Bnvirownental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities..................................................................... ...............................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 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....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties .......................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Lags and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection 6.15 Safety Representative...................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification ....33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination..............................................................................••---....................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities..................... 36 ..................................................... ............................. 8.01 Communications to Contractor........................................ 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ....36 ' 8.04 Lands and Easements;Reports and Tests.................. .......36 .......................................................... 8.05 Change Orders..................._................................................................... 8.06 Inspections, Tests, and Approvals...................................... ...36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 F 8.09 Compliance with Safety Program...............................................................................................37 Article 9--City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 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 I I -Cost of the Work;Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work...................................................................................... .41 .................................. 11.02 Allowances.....................................•............................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 PIans 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 ................................................................................... ......49 ............................... 13.02 Access to Work.............................................................................................. ..................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.................................................................................... .....49 .................... 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period....................................................................................................... ..50 ............... 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14---Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values.......................................................................................................................52 14.02 Progress Payments............................................................................... ............. ...............52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance..........................................................................................................................55 14.07 final Payment...............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims...............................................I.........................................................................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 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCi-ION SPECIFICATION DOCUMENTS Revision: February 2,2016 / � i | | ' Article 62 ^ .^~~.^..~~.~----------------.----_--------------------- | 17.01 Giving Notice..............................................................................................................................02 � 17.02 Computation nf Times................................................................................................................62 ] l7.03 Cumulative Remedies.................................................................................................................6Z � 17J]4 Survival o[Obligations------.------.--_--------------.--------68 I7J05 Headings-----'--.------_----.----___----_---.-----h3 � � � � / � ; , � ' � ` � ` | � ` � � � � � � | � ' � � CITY OF FORT WORTH � STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement=----The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. A. 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 ptoposal 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. Buzzsow—City's on-line, electronic document management and collaboration system. 12. Calendar Day A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 007200-1 j GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed s 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 4 performed. 15. City Attorney-- The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of 1 Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements,whether written or oral. 20. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price---The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). i 22. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve i Milestones,if any and(ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00- 1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day A day,unless otherwise defined, shall mean.a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services-- The officially appointed Director of the Parks and Community Services Department of the City of fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. 32. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents.Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;February2,2016 i 007200-1 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 s 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. a 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. i 45.Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46.Notice of Award—The written notice by City to the ,Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47.Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. } 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square i inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTH + STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS Revision: February 2,2016 F 007200-1 GENERAL CONDITIONS Page S 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 Yalues—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 j 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, i 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, f 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 f work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 00 72 00- 1 GENERAL CONDITIONS Page 7of63 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: I. The word "Furnish" or the word "Install" or the word "Perform." or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise ii1 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—PRELEVIINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 i I 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction .Baseline Schedules: Submit in accordance with the Contract Docti rents, 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. F B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 00 72 00_ 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 I. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00 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 s' 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 E 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: a 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 1 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS, SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. f 4.02 Subsurface and Physical Conditions < A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized. Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners, employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or infdrmation. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract ' Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,201.6 00 72 00- 1 GENERAL CONDl ONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 1 oo72aa-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to'that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all ' utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. ] 4.05 Reference Paints 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 i property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. 1 B. Limited Reliance by Contractor on Technical Data Authorized Contractor may rely upon the i 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 CIaim against City, or any of their officers, directors,members,partners, employees,agents, consultants, or subcontractors with respect to: L the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 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, casts, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 f € 007200-1. GENERAL CONDITIONS Page 16 of 63 ARTICLE 5--BONDS AND INSURANCE ' 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds j A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in I the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 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 C11Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. f 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 's incorporated into the Work by Change Order. i 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 3 A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of r Contractor's employees. t 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 CI7Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 00 72 00- 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. F. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other Ioss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 i 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Fours A. Contractor shall provide competent, suitably qualified personnel to perform construction as 1 required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. 3 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: l. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 1 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, Iight, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 00 72 00- 1 GENERAL COND171ONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected., erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: 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 fiulctionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 i 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 unposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall i comply with Section 0125 00 and: s 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and ' 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice ` Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200- 1 GENERAL CONDITIONS Page 23 of 53 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) wilI identify: a) all variations of the proposed substitute item from that specified; . b) available engineering, sales,maintenance,repair,and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys./ees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 i i I 00 72 00- 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a = substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the ' value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended) by the following: l. Contractor shall, upon request by City, provide complete and accurate infon-nation regarding actual work performed by a MBE on the Contract and payment therefor. i 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 1 misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. 2 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 E Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 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 Iess than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Recision: February 2,2016 00 72 00-1 s. GENERAL CONDrfIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General l Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the I lth 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 1 otherwise require all of its Subcontractors to comply with Paragraphs A through G above. r 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 Laves and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract, Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 i 00 72 00- 1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. ' C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subehapter 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 ComptroIler's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the { provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or r 2. bgp://www.window.state.ibLus/taxinfo/taxforms/93-fomis.httnl 6.12 Use of Site and Other Areas r A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for.any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. i 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 00 72 flb- 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 cleanup on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner.At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work,these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARDCONSFRUCTION SPECIFICATION DOCUMENTS Revision; February 2,2016 i i 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation,and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnrary 2,2016 00 72 00- 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours,the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.47). Each submittal will be identified as City may require. I. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to 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 6.1 S.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 ! 007200-1 GENERAL CONDITIONS Page 32 of 63 ' B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract ` Documents. i 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 i 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 F writing. 6.20 Contractor's General Warranty and Guarantee r A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the WorIc or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. 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 INDEMNI[FICA ION PROVISION IS SPECIFICALLY INTENDED TQ OPERATE AND B EFFECTfVE E ALLEGED R ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE (;AUSED, IN WHOLE 0R11`I PART, BY ANY_AQ:, fQMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 'r SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT AL OR SOW OF THE 12AM GE6,1,3,EMJI SQjj ' WERE CAUSED, IN WHOLE OR Rj PART BY ANY ACT, OMISSION OR NE LICENCE 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 a such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit ' A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 I 007200-1 GENERAL CONDITIONS Page 36 of 63 1 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 I 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 mare payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 i 00 72 00- 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 Cily's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00- 1 GENERAL CONDITIONS Page 38 of 63 i 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 f 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 WORD ' 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 4 Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field ' Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FeUruary2,2016 007200- 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: I. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract.Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its.performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOMMFNTS Revision:February 2,2016 007200-1 GENERAL CONDMONS Page 40 of 63 i 10.06 Contract Claims Process ti A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph - 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any-rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract ' Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party malting 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 fiction: 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: i 1. deny the Contract Claim in whole or in part; i 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. f CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 r 007200-1 GENERAL CONDITIONS Page 41 or 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 II—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANTS 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 11.0I.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in,the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 i 007200-1 GENERAL CONDITIONS Page 42 of 63 I { i 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. 1f 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 I L01. 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. 1 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of I 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 Iiable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. F f. The cost of utilities,fuel,and sanitary facilities at the Site. ' g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH s STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 { 00Y200-1 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 11.01.AA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 i 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 411owance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. ' C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CrTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 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. B. If the quantity measured as outlined under "Price and Payment Procedures"varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or'to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 I 007200-1 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. 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 of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12,01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: f 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.O1.A.5,the Contractor's fee shall be five percent(5111c.); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C,2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 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 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(50/o) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0I.A.6, and 11.0LB; 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 CIaim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. if Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 i 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 of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. l 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 tinges 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. t I I. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative ' result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for.observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering,exposure, observation, inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 I I 007200-1 GENERAL.CONDITIONS Page 50 of 63 Subcontractor, any Supplier,any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and ' guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. 1f 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 casts) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 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 1cceptance 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 tune after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 007200- 1 GENERAL CONDITIONS Page S2 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values 1 The Schedule of Values for lump sung contracts established as provided in Paragraph 2.07 will serve j as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress ' payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. if payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 4 00 72 00- 1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b, there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 i 0072oo-t GENERAL CONDITIONS } Page 54 of 63 J e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages i 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.c 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. i 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work„ City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 i 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; ' c, a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sung City is entitled, including but not limited to liquidated damages,will become due and payable. l 2. After all Damage CIaims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 00 72 00- 1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ,ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS Revision: Febwary2,2016 i 007200-1 GENERAL CONDMONS 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 #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 1 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 fonnally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. ` 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 007200-1 GENERA.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, 1 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 Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 00 72 00- 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 i 00 72 00-3 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 Iast 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 i Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00- 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 i I I 007300 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 7 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, 9 and other provisions of the Contract Documents as indicated below. All provisions of the General 10 Conditions that are modified or supplemented remain in full force and effect as so modified or 11 supplemented. All provisions of the General Conditions which are not so modified or 12 supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions 17 have the meaning assigned to them in the General Conditions, unless specifically noted herein. � 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General 22 Conditions and other Contract Documents. 23 24 SC-3.03B.2,"Resolving Discrepancies" 25 26 Plans govern over Specifications. 27 28 SC-4.01A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis 31 for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to 32 the lines shown on the Contract Drawings. 33 34 SC-4.O1A.I.,"Availability of lands" 35 36 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any 37 as of 38 August 3, 2016 39 1 40 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION i i None 41 The Contractor understands and agrees that the dates listed above are estimates only, are not 42 guaranteed, and do not bind the City. 43 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised January 22, 2016 007300 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 7 1 If Contractor considers the final easements provided to differ materially from the representations 2 on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding 3 with the Work, notify City in writing associated with the differing easement line locations. 4 5 SC-4.O1A.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 10 relocated as of August 3, 2016; 11 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 12 The Contractor understands and agrees that the dates listed above are estimates only, are not 13 guaranteed, 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 18 Work: 19 20 None 21 22 The following are drawings of physical conditions in or relating to existing surface and subsurface 23 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 24 25 None 26 27 SC-4.06A.,"Hazardous Environmental Conditions at Site" 28 29 The following are reports and drawings of existing hazardous environmental conditions known to 30 the City: 31 32 bone 33 34 SC-5.03A.,"Certificates of Insurance" 35 36 The entities listed below are "additional insureds as their interest may appear" including their 37 respective officers, directors, agents and employees. 38 39 (1) City 40 (2) Consultant: None 41 (3) Other: None 42 43 SC-5.04A.,"Contractor's Insurance" 44 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised January 22,2016 } 1 1 007300 -3 SUPPLEMENTARY CONDITIONS j Page 3 of 7 1 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the fallowing 2 coverages for not less than the following amounts or greater where required by laws and ' 3 regulations: 4 5 5.04A. Workers' Compensation, under Paragraph GC-S.04A. 6 7 Statutory limits 8 Employers liability a 9 $100,000 each accidenVoccurrence 10 $100,000 Disease-each employee 11 $500,000 Disease-policyllmit z 12 13 SC-5.04B.,"Contractor's insurance" 14 15 5.048. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability j 16 Insurance under Paragraph GC-5.0413., which shall be on a per project basis covering the 17 Contractor with minimum limits of: 18 19 $1,000,000 each occurrence 20 $2,000,000 aggregate limit 21 22 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance) 23 making the General Aggregate Limits apply separately to each job site. 24 25 The Commercial General Liability Insurance policies shall provide"X","C", and"U" 26 coverage's. Verification of such coverage must be shown in the Remarks and of the 27 Certificate of Insurance. 28 29 SC 5.04C.,"Contractor's Insurance" f 30 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance 31 under Paragraph GC-5.04C., which shall be in an amount not less than the following 32 amounts: 33 34 (1.) Automobile liability- a commercial business policy shall provide coverage on "Any 35 Auto", defined as autos owned, hired and non-owned. 36 37 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable 38 if limits are at least: 39 40 $250,000 Bodily Injury per person/ { 41 $500,000 Bodily Injury per accident/ 42 $100,000 Property Damage 43 44 SC-5.04D.,"Contractor's Insurance" a 45 46 The Contractor's construction activities will require its employees, agents, subcontractors, 47 equipment, and material deliveries to cross railroad properties and tracks 48 49 None 5o MY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised January 22,2016 00 73 00-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 The Contractor shall conduct its operations on railroad properties in such a manner as not to 2 interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or 3 operation of its/their trains or other property. Such operations on railroad properties may require 4 that Contractor to execute a"Right of Entry Agreement"with the particular railroad company or 5 companies involved, and to this end the Contractor should satisfy itself as to the requirements of 6 each railroad company and be prepared to execute the right-of-entry(if any) required by a 7 railroad company. The requirements specified herein likewise relate to the Contractor's use of 8 private and/or construction access roads crossing said railroad company's properties. 9 10' The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall 11 provide coverage for not less than the following amounts, issued by companies satisfactory to the 12 City and to the Railroad Company for a term that continues for so long as the Contractor's 13 operations and work cross, occupy, or touch railroad property: 14 15 (1.) General Aggregate: None 16 17 (2) Each Occurrence: None 18 19 20 With respect to the above outlined Insurance requirements, the following shall govern: 21 22 1.. Where a single railroad company is involved, the Contractor shall provide one insurance 23 policy in the name of the railroad company. However, if more than one grade separation 24 or at-grade crossing is affected by the Project at entirely separate locations on the line or 25 lines of the same railroad company, separate coverage may be required, each in the 26 amount stated above. 27 28 2. Where more than one railroad company is operating on the same right-of-way or where 29 several railroad companies are involved and operated on their own separate rights-of- 30 way, the Contractor may be required to provide separate insurance policies in the name 31 of each railroad company. 32 33 1 If, in addition to a grade separation or an at-grade crossing, other work or activity is 34 proposed on a railroad company's right-of-way at a location entirely separate from the 35 grade separation or at-grade crossing, insurance coverage for this work must be included 36 in the policy covering the grade separation. 37 38 4. If no grade separation is involved but other work is proposed on a railroad company's 39 right--of-way, all such other work may be covered in a single policy for that railroad, even 40 though the work may be at two or more separate locations. 41 42 No work or activities on a railroad company's property to be performed by the Contractor shall be 43 commenced until the Contractor has furnished the City with an original policy or policies of the 44 insurance for each railroad company named, as required above. All such insurance must be 45 approved by the City and each affected Railroad Company prior to the Contractor's beginning 46 work. 47 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised January 22,2016 00 73 00- 5 SUPPLEMENTARY CONDITIONS Page 5 of 7 1 The insurance specified above must be carried until all Work to be performed on the railroad 2 right-of-way has been completed and the grade crossing, if any, is no longer used by the 3 Contractor. In addition, insurance must be carried during all maintenance and/or repair work 4 performed in the railroad right-of-way. Such insurance must name the railroad company as the 5 insured, together with any tenant or lessee of the railroad company operating over tracks 6 involved in the Project. 7 8 SC-6.04.,"Project Schedule" 9 10 Project schedule shall be tier 1. for the project. 11 12 SC-6.07.,"Wage Rates" 13 14 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 15 Appendixes: 16 17 Heavy&Highway Construction Projects I8 Commercial Construction Projects 19 20 <Buzzsaw location, Resources/02-L'onsfrucdon Documents/Sped icatians/DIV OD-General 21 Conditions/CTW Wage Rate Table 20080708.pdf> 22 23 SC-6.09.,"Permits and Utilities" 24 25 SC-6.09A.,"Contractor obtained permits and licenses" 26 The following are known permits and/or licenses required by the Contract to be acquired by the 27 Contractor: 28 29 None i 30 31 SC-6.09B."City obtained permits and licenses" 32 The following are known permits and/or licenses required by the Contract to be acquired by the 33 City: 34 35 None 36 37 SC-6.09C. "Outstanding permits and licenses" 38 39 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 40 41 None 42 43 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None I 44 45 46 SC-6.24B.,"Title V1, Civil Rights Act of 1964 as amended" 1 47 i 1 CITY OF FORT(NORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised January 22, 2016 007300 -6 SUPPLEMENTARY CONDITIONS Page 6 of 7 1 During the performance of this Contract, the Contractor, for itself, its assignees and successors in 2 interest(hereinafter referred to as the "Contractor") agrees as follows: 3 4 1. Compliance with Regulations:The Contractor shall comply with the Regulation relative to 5 nondiscrimination in Federally-assisted programs of the Department of Transportation 6 (hereinafter,"DOT'S Title 49, Code of Federal Regulations, Part 21, as they may be amended 7 from time to time, (hereinafter referred to as the Regulations), which are herein incorporated 8 by reference and made a part of this contract. 9 10 2. Nondiscrimination:The Contractor,with regard to the work performed by it during the 11 contract, shall not discriminate on the grounds of race, color, or national origin, in the 12 selection and retention of subcontractors, including procurements of materials and leases of 13 equipment. The Contractor shall not participate either directly or indirectly in the 14 discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment 15 practices when the contract covers a program set forth in Appendix B of the Regulations. 16 17 3. Solicitations for Subcontractors, Including Procurements of Materials and 18 Equipment: in all solicitations either by competitive bidding or negotiation made by the 19 contractor for work to be performed under a subcontract, including procurements of 20 materials or leases of equipment, each potential subcontactor or supplier shall be notified by 21 the Contractor of the Contractor's obligations under this contract and the Regulations relative 22 to nondiscrimination on the grounds of race, color, or national origin. 23 24 4. Information and Reports: The Contractor shall provide all information and reports 25 required by the Regulations or directives issued pursuant thereto, and shall permit access to 26 its books, records, accounts, other sources of information and its facilities as may be 27 determined by City or the Texas Department of Transportation to be pertinent to ascertain 28 compliance with such Regulations, orders and instructions. Where any information required 29 of a contractor is in the exclusive possession of another who fails or refuses to furnish this 30 information the contractor shall so certify to the City, or the Texas Department of 31 Transportation, as appropriate, and shall set forth what efforts it has made to obtain the 32 information. 33 34 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 35 nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it 36 or the Texas Department of Transportation may determine to be appropriate, including, but 37 not limited to: 38 39 a. withholding of payments to the Contractor under the Contract until the 40 Contractor complies, and/or 41 b. cancellation, termination or suspension of the Contract, in whole or in part. 42 43 6. Incorporation of Provisions:The Contractor shall include the provisions of paragraphs (1) 44 through (6) in every subcontract, including procurements of materials and leases of 45 equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The 46 Contractor shall take such action with respect to any subcontract or procurement as City or 47 the Texas Department of Transportation may direct as a means of enforcing such provisions 48 including sanctions for non-compliance: Provided, however, that, in the event a contractor 49 becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a 50 result of such direction, the contractor may request City to enter into such litigation to CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised January 22, 2016 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 1 protect the interests of City, and, in addition, the contractor may request the United States to s 2 enter into such litigation to protect the interests of the United States. 3 4 Additional Title VI requirements can be found in the Appendix. i 5 6 SC-7.02.,"Coordination„ 7 8 The individuals or entities listed below have contracts with the City for the performance of other 9 work at the Site: 10 Vendor Scope of Work Coordination Authority None 11 12 13 SC-8.01,"Communications to Contractor„ 14 15 SC-9.01.,"City's Project Manager" 16 17 The City's Project Manager for this Contract is Adolfo Lopez,or his/her successor pursuant to 18 written notification from the Director of the Fort Worth Water Department. 19 20 SC-13.03C.,"Tests and Inspections" 21 22 None 23 24 SC-1.6.01C.1,"Methods and Procedures" 25 26 None EIi+ID 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 PORT WORTH MSR2017 I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised January 22, 2016 , 013513-1 SPECIAL PROTECT PROCEDURES Page 1 of 12 J 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GEN EIZAL 4 1.1 SUMMARY ' 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not 7 limited to: i 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 B. Deviations from this City of Fort Worth Standard Specification 20 a 21 1. NON-EXCLUSIVE CONTRACT 22 This contract is non-exclusive. During the term of this contract or any 23 renewal hereof, the City reserves the right to advertise and award another 24 contract for like or similar work. If a second contract is awarded, the City 25 further reserves the right to issue work orders under either contract as it 26 deems in its best interest, without recourse. 27 28 2. EMERGENCY SITUATION, JOB MOVE-IN 29 The Owner or Engineer shall determine when an emergency situation shall 30 exist. When water emergency work is required, the Contractor shall 31 mobilize to the said location within twenty-four (24) hours after given 32 notification from the Inspector and/or Project Manager. The Contractor 33 shall make all necessary arrangements for bypass pumping, setting up 34 barricadess, notifying citizens, etc., while waiting for other utilities to be s 35 located as directed by the Engineer. The Contractor shall work continuously 36 until the emergency work order has been completed at a time agreed to by 37 the Project Manager, Inspector, and Contractor. After the emergency work 38 order has been completed, there will be no additional "Job Move-In" 39 charges paid to remobilize back to the previous project location site. 40 41 3. PAYMENT CM OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 0135 13-2 SPECIAL PROTECT PROCEDURES Page 2 of 12 1 Because of the unique nature of this contract, Article 14, PAYMENTS TO 2 CONTRACTOR AND COMPLETION of the General Conditions shall be 3 amended and superseded by the following: (Please initial below) 4 5 Whenever the improvements prescribed by an individual Work Order have 6 been completed, the Contractor shall notify the Engineer. The Engineer or 7 other appropriate official of the Owner will, within a reasonable time, 9 perform the inspections. If such inspection reveals that the improvements 9 are in an acceptable condition and have been completed in accordance with 10 the terms of the Contract Documents and all approved modifications 11 thereof, the Engineer will recommend acceptance of the work under that 12 particular Work Order and recommend payment therefore. 13 14 If the Engineer finds that the work has not been completed as required, he 15 shall so advise the Contractor in writing, furnishing him an itemized list of 16 all known items which have not been completed or which are not in an 17 acceptable condition. When the Contractor has corrected all such items, he 18 shall again notify the Engineer that the improvements are ready for 19 inspection, and the Engineer shall proceed as outlined above. 20 21 Whenever the improvements prescribed by the individual Work Order have 22 been completed and all requirements of the Contract Documents have been 23 fulfilled on the part of the Contractor, an estimate showing the value of the 24 work will be prepared by the Engineer as soon as the necessary 25 measurements, computations, and checks can be made. 26 27 The amount of the estimate will be paid to the Contractor after acceptance 28 by the Water Department Director, provided the Contractor has furnished 29 to the Owner satisfactory evidence of payment as follows: Prior to 30 submission of the estimate for payment, the Contractor shall execute an 31 affidavit, as furnished by the City, certifying that all persons, firms, 32 associations, corporations, or other organizations furnishing labor and/or 33 materials under that Work Order have been paid in full, that the wage scale 34 established by the City Council in the City of Fort Worth has been paid, and 35 that there are no claims pending for personal injury and/or property 36 damages. 37 38 The acceptance by the Contractor of the individual payment as aforesaid 39 shall operate as and shall release the Owner from all claims or liabilities 40 under the Contract for anything done or furnished or relating to the work 41 under that Work Order or any act or neglect of said City relating to or 42 connected with the Contract. 43 44 The making of the payment by the Owner shall not relieve the Contractor 45 of any guarantees or other requirements of the Contract Documents which 46 specifically continue thereafter. 47 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 I ; 1 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 12 1 Bidder's Initials 2 3 4. BID QUANTITIES AND CONTRACT AWARD 4 Bid quantities of the various items in the proposal are for comparison only 5 and may not reflect the actual quantities. There is no Limit to which a bid 6 item can be increased or decreased. 7 s Contractor shall not be entitled to renegotiation of unit prices regardless of 9 the final measured quantities. To the extent that Articles 10, 11, or 12 10 conflicts with this provision, this provision controls. No claim will be 11 considered for lost or anticipated profits based upon differences in 12 estimated quantities versus actual quantities. ' 13 14 Total quantities given in the bid proposal may not reflect actual quantities; 15 however, they are given for the purpose of bidding and awarding the 16 contract. A contract in the amount of $I,000,000.QQ shall be awarded with 17 final payment based on actual measured quantities and the unit price bid in -18 this proposal. Moreover, there is to be not limit on the variation between 19 the estimated quantities shown and actual quantities performed. 20 21 5. LIFE OF CONTRACT 22 It is contemplated that Work Orders will be issued to the Contractor for 23 work to be performed under this Contract for not to exceed 365 calendar 24 days following the date of the Contract nor to exceed the limit of the bid 25 price, whichever should occur first. The Contractor shall be required to 26 complete any work covered by a Work Order issued prior to that date of } 27 termination but will not be required to accept any work order for execution 28 dated after that date of termination. If the cost of the work performed 29 under this Contract is less than the limit of the contract award at the end of 30 the 365 calendar day period, at the City's option and the Contractor's 31 concurrence, the Project may be extended to the limit of the contract 32 award. 33 34 6. DETERMINATION AND INITIATION OF WORK 35 The Engineer shall determine and designate to the Contractor the location 36 of the service main requiring replacement by a Work Order together with a 37 sketch for each such replacement, giving the limits, size and nature of work 38 required. The Engineer will notify the Contractor that.a Work Order is ready 39 and fax and/or email the Contractor a copy of the Work Order notification. 40 The Contractor is to provide his fax number and email address to the 41 Engineer at the pre-construction conference. Single or several Work Orders 42 may be issued at one time. The Contractor shall initiate work on a 43 replacement within seven (7) working days of the date the Work Order is 44 sent to the Contractor, and continue work on the Work Order until it has 45 been completed, not including paving. The Contractor shall furnish and 46 supply sufficient equipment and personnel to complete the Work Order in 47 the amount of time provided for in the Work Order. Should the Contractor CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 I 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 12 1 fail to start any Work Order within the time specified, he shall add the 2 necessary work crews and equipment to prosecute the work to complete 3 the Work Order or Work Orders in the time provided. 4 5 7. MOVE IN CHARGES 6 A Work Order may contain one or more locations. One move-in fee will paid 7 to the contractor per Work Order issued. Locations for multiple sites per s Work Order will be in the same general vicinity, if possible, and if so, only 9 one mobilization charge will be paid. 10 11 When water and sewer work are required only the water move in fee will 12 be paid. At no time will both fees be paid for one specific location. 13 14 8. LIQUIDATED DAMAGES 15 The Contractor shall pay liquidated damages of four hundred twenty dollars 16 ($420.00) per day per Work Order, for failure to begin a Work Order within 17 the seven (7) working days of the date the Work Order is faxed to the 18 Contractor. Failure to complete project within the stipulated construction 19 time on the Work Order, the Contractor will pay liquidated damages in the 20 amount stipulated in these contract documents. 21 22 9. TRENCH SAFETY SYSTEM DESIGN 23 Because of the unique nature of this contract, the number of trench safety 24 system designs required is not known at the time bids are received. While 25 the contractor is still bound by the latest version of the U.S. Department of 26 Labor, Occupational Safety and Health Administration Standards, 29 CFR 27 Part 1926, Subpart P-Excavations, it is the City's intention that all costs 28 incurred by the Contractor in'acquiring trench safety designs be included in 29 the unit price bid for Job Move In or mobilization. 30 1. 31 C. Related Specification Sections include, but are not necessarily limited to: 32 1. Division Q— Bidding Requirements, Contract Forms and Conditions of the 33 Contract 34 2. Division 1 — General Requirements 35 3. Section 33 12 25 — Connection to Existing Water Mains 36 1.2 PRIG AND PAYMENT PROCEDURES 37 A. Measurement and Payment 38 1. Coordination within Railroad permit areas 39 a. Measurement 40 1) Measurement for this Item will be by lump sum. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this 43 Item will be paid for at the lump sum price bid for Railroad 44 Coordination. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i i 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 12 1 c. The price bid shall include: 2 1) Mobilization 3 2) Inspection 4 3) Safety training 5 4) Additional Insurance 6 5) Insurance Certificates 7 6) Other requirements associated with general coordination with 8 Railroad, including additional employees required to protect the 9 right-of-way and property of the Railroad from damage arising out 10 of and/or from the construction of the Project. 11 2. Railroad Flagmen 12 a. Measurement 13 1) Measurement for this Item will be per working day. j 14 b. Payment 15 1) The work performed and materials furnished in accordance with this 16 Item will be paid for each working day that Railroad Flagmen are 17 present at the Site. 18 c. The price bid shall include: 19 1) Coordination for scheduling flagmen 20 2) Flagmen 21 3) Other requirements associated with Railroad 22 3. All other items 23 a. Work associated with these Items is considered subsidiary to the 24 various Items bid. No separate payment will be allowed for this Item. 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end 29 of this Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 31 752. High Voltage Overhead Lines. 32 3, North Central Texas Council of Governments (NCTCOG) —Clean 33 Construction Specification 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TXDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any 39 work therein in accordance with the provisions of the permit 40 b. All work performed in the TxDOT right-of-way shall be performed in 41 compliance with and subject to approval from the Texas Department of 42 Transportation 43 B. Work near High Voltage Lines CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6of12 1 1. Regulatory Requirements 2 a. All Work near High Voltage Lines (more than 600 volts measured 3 between conductors or between a conductor and the ground) shall be in 4 accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 5 752. 6 2. Warning sign 7 a. Provide sign of sufficient size meeting all OSHA requirements. s 3. Equipment operating within 10 feet of high voltage lines will require the 9 following safety features 10 a. Insulating cage-type of guard about the boom or arm 11 b. Insulator links on the lift hook connections for back hoes or dippers 12 c. Equipment must meet the safety requirements as set forth by OSHA and 13 the safety requirements of the owner of the high voltage lines 14 4. Work within 6 feet of high voltage electric lines 15 a. Notification shall be given to: 16 1) The power company (example: ONCOR) 17 a) Maintain an accurate log of all such calls to power company and 18 record action taken in each case. 19 b. Coordination with power company 20 1) After notification coordinate with the power company to: 21 a) Erect temporary mechanical barriers, de-energize the lines, or 22 raise or lower the lines 23 c. No personnel may work within 6 feet of a high voltage line before the 24 above requirements have been met. 25 C. Confined Space Entry Program 26 1. Provide and follow approved Confined Space Entry Program in accordance 27 with OSHA requirements. 28 2. Confined Spaces include: 29 a. Manholes 30 b. All other confined spaces in accordance with OSHA's Permit Required for 31 Confined Spaces 32 D. Air Pollution Watch Days 33 1. General 34 a. observe the following guidelines relating to working on City construction 35 sites on days designated as"AIR POLLUTION WATCH DAYS". 36 b. Typical Ozone Season 37 1) May 1 through October 31. 38 c. Critical Emission Time 39 1) 6:00 a.m. to 10:00 a.m. 40 2. Watch Days 41 a. The Texas Commission on Environmental Quality (TCEQ), in 42 coordination with the National Weather Service, will issue the Air 43 Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. 44 b. Requirements CITY OF FORM"WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 0135 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 12 1 1) Begin work after 10:00 a.m. whenever construction phasing requires 2 the use of motorized equipment for periods in excess of 1 hour. 3 2) However, the Contractor may begin work prior to 10:00 a.m. if: 4 a) Use of motorized equipment is less than 1 hour, or 5 b) If equipment is new and certified by EPA as "Low Emitting", or 6 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel 7 emulsions, or alternative fuels such as CNG. s E. TCEQ Air Permit 9 1. Obtain TCEQ Air Permit for construction activities per requirements of 10 TCEQ. 11 F. Use of Explosives, Drop Weight, Etc. 12 1. When Contract Documents permit on the project the following will apply: 13 a. Public Notification 14 1) Submit notice to City and proof of adequate insurance coverage, 24 15 hours prior to commencing. 16 2) Minimum 24 hour public notification in accordance with Section 01 17 31 13 18 G. Water Department Coordination 19 1. During the construction of this project, it will be necessary to deactivate, for 20 a period of time, existing lines. The Contractor shall be required to 21 coordinate with the Water Department to determine the best times for 22 deactivating and activating those lines. 23 1 Coordinate any event that will require connecting to or the operation of an 24 existing City water line system with the City's representative, 25 a. Coordination shall be in accordance with Section 33 12 25. 26 b, If needed, obtain a hydrant water meter from the Water Department for 27 use during the life of named project. 28 c. In the event that a water valve on an existing live system be turned off 29 and on to accommodate the construction of the project is required, 30 coordinate this activity through the appropriate City representative. 31 1) Do not operate water line valves of existing water system. 32 a) Failure to comply will render the Contractor in violation of Texas 33 Penal Code Title 7, Chapter 28,03 (Criminal Mischief) and the 34 Contractor will be prosecuted to the full extent of the law, 35 b) In addition, the Contractor will assume all liabilities and 36 responsibilities as a result of these actions. i 37 H. Public Notification Prior to Beginning Construction r 38 1. Prior to beginning construction on any block in the project, on a block by 39 block basis, prepare and deliver a notice or flyer of the pending construction 40 to the front door of each residence or business that will be impacted by 41 construction. The notice shall be prepared as follows: 42 a. Post notice or flyer 7 days prior to beginning any construction activity 43 on each block in the project area. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 I 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 12 1 1) Prepare flyer on the Contractor's letterhead and include the 2 following information: 3 a) Name of Project 4 b) City Project No (CPN) 5 c) Scope of Project (i.e. type of construction activity) 6 d) Actual construction duration within the block 7 e) Name of the contractor's foreman and phone number 8 f) Name of the City's inspector and phone number 9 g) City's after-hours phone number 10 2) A sample of the'pre-construction notification'flyer is attached as 11 Exhibit A. 12 3) Submit schedule showing the construction start and finish time for 13 each block of the project to the inspector. 14 4) Deliver flyer to the City Inspector for review prior to distribution, 15 b. No construction will be allowed to begin On any block until the flyer is 16 delivered to all residents of the block. 17 I. Public Notification of Temporary Water Service Interruption during Construction 18 1. In the event it becomes necessary to temporarily shut down water service 19 to residents or businesses during construction, prepare and deliver a notice 20 or flyer of the pending interruption to the front door of each affected 21 resident. 22 2. Prepared notice as follows: 23 a. The notification or flyer shall be posted 24 hours prior to the temporary 24 interruption. 25 b. Prepare flyer on the contractor's letterhead and include the following 26 information: 27 1) Name of the project 28 2) City Project Number 29 3) Date of the interruption of service 30 4) Period the interruption will take place 31 5) Name of the contractor's foreman and phone number 32 6) Name of the City's inspector and phone number 33 c. A sample of the temporary water service interruption notification is 34 attached as Exhibit B. 35 d. Deliver a copy of the temporary interruption notification to the City 36 inspector for review prior to being distributed. 37 e. No interruption of water service can occur until the flyer has been 38 delivered to all affected residents and businesses. 39 f. Electronic versions of the sample flyers can be obtained from the Project 40 Construction Inspector, 41 J, Coordination with United States Army Corps of Engineers (USACE) 42 1. At locations in the Project where construction activities occur in areas where 43 USACE permits are required, meet all requirements set forth in each 44 designated permit. 45 K. Coordination within Railroad Permit Areas CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 1 013513-9 SPECIAL PROJECT PROCEDURES Page 9 of 12 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required, meet all requirements set forth in each 3 designated railroad permit. This includes, but is not limited to, provisions 4 for: 5 a. Flagmen 6 b. Inspectors 7 c. Safety training s d. Additional insurance 9 e. Insurance certificates 10 f. Other employees required to protect the right-of-way and property of I the Railroad Company from damage arising out of and/or from the 12 construction of the project. Proper utility clearance procedures shall be 13 used in accordance with the permit guidelines. 14 2. Obtain any supplemental information needed to comply with the railroad's 15 requirements. 16 3. Railroad Flagmen 17 a. Submit receipts to City for verification of working days that railroad 18 flagmen were present on Site. 19 L. Dust Control 20 1. Use acceptable measures to control dust at the Site. 21 a. If water is used to control dust, capture and properly dispose of waste 22 water. 23 b. If wet saw cutting is performed, capture and properly dispose of slurry. 24 M. Employee Parking 25 1. Provide parking for employees at locations approved by the City. 26 N. {Coordlnation with North Central Texas Council of Governments (NCTCOG) 27 Clean Construction Specification [if required for the project--verify with City] 28 1. Comply with equipment, operational, reporting and enforcement 29 requirements set forth in NCTCOG's Clean Construction Specification.} CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 01 35 13-10 SPECIAL PROJECT PROCEDURES Page 10 of 12 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/TNFORMATIONAL 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 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11FIELD [SITE] CONDITIONS [NOT USED] 8 1.12WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i 01 35 13-11 i SPEC 4,L PROJECT PROCEDURES j Page I I of 12 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 I9 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 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 MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20,2012 0135 13-12 SPECIAL PROJECT PROCEDURES Page 12 of 12 1 EXHIBIT B 2 FART SORT DOE NO.XXXX Prajacf llama: 110TICE op TEMpo ARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 -- 4 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 1009.09 Revised December 20, 2012 01 55 26- 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Due to the unique nature of this contract, each street use permit will be 12 paid at the pre-bid unit price bid per each. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 15 Contract 16 2. Division 1 — General Requirements 17 3. Section 34 71 13 --Traffic Control i 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 21 bid. No separate payment will be allowed for this Item. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end 26 of this specification, unless a date is specifically cited. 27 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Traffic Control 30 1. General 31 a. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 b. When traffic control plans are not included in the Drawings, prepare 34 traffic control plans in accordance with Section 34 71 13 and submit to 35 City for review. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised Jufy 1,2011 01 55 26-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow minimum 10 working days for review of proposed Traffic 2 Control. 3 B. Street Use Permit 4 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 5 a. To obtain Street Use Permit, submit Traffic Control Plans to City 6 Transportation and Public Works Department. 7 1) Allow a minimum of 5 working days for permit review. s 2) Contractor's responsibility to coordinate review of Traffic Control 9 plans for Street Use Permit, such that construction is not delayed, 10 C. Modification to Approved Traffic Control 11 1. Prior to installation traffic control, 12 a.' Submit revised traffic control plans to City Department Transportation 13 and Public Works Department. 14 1) Revise Traffic Control plans in accordance with Section 34 71 13. 15 2) Allow minimum 5 working days for review of revised Traffic Control. 16 3) It is the Contractor's responsibility to coordinate review of Traffic 17 Control plans for Street Use Permit, such that construction is not 18 delayed. 19 D. Removal of Street Sign 20 1. .If it is determined that a street sign must be removed for construction, then 21 contact City Transportation and Public Works Department, Signs and 22 Markings Division to remove the sign. 23 E. Temporary Signage 24 1. In the case of regulatory signs, replace permanent sign with temporary sign 25 meeting requirements of the latest edition of the Texas Manual on Uniform 26 Traffic Control Devices (MUTCD). 27 2. Install temporary sign before the removal of permanent sign. 28 3. When construction is complete, to the extent that the permanent sign can 29 be reinstalled, contact the City Transportation and Public Works 30 Department, Signs and Markings Division, to reinstall the permanent sign. 31 F. Traffic Control Standards 32 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 i 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.5 SUBMITTALS SNOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMXTTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 I.,1IFIELD [SITE] CONDITIONS [NOT USED] s 1.12WARRANTY [NOT USED] 9 PART 2 v PRODUCTS [NOT USED] E 10 PART 3 m EXECUTION [NOT USED] 11 END OF SECT ION 12 Revision Log DATE NAME SUMMARY OF CHANGE i 13 a a f CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 01 70 00- 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 s 2 MOBILIZATION AND REMOBILIZATION 3 PART 1 - 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 S) Relocation of necessary general facilities for the Contractor's operation from 16 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 1 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 MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2016 017000- 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Cleanup 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 Part 1—General 21 1.1 Summary 22 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 23 a. Contractor to emergency mobilize within 24 hours of notification by Project 24 Manager. (Not issuance of work order) 25 26 1.2 Price and Payment Procedures 27 A. Measurement and Payment 28 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 29 e. After the emergency work order has been complete,there will be no 30 additional mobilization charges paid to remobilize back to the previous project 31 location site . 32 C. Related Specification Sections include, but are not necessarily limited to: 33 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 34 2. Division 1 —General Requirements 35 1.2 PRICE AND PAYMENT PROCEDURES 36 A. Measurement and Payment 37 1. Mobilization and Demobilization 38 a. Measure 39 1) This Item is considered subsidiary to the various Items bid. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 are subsidiary to the various Items bid and no other compensation will be 43 allowed. 44 2. Remobilization for suspension of Work as specifically required in the Contract 45 Documents 46 a. Measurement 47 1) Measurement for this Item shall be per each remobilization performed. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2016 1 017000-3 MOBILI7ATION AND REMOBIL17ATION Page 3 of 4 i 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 unit price per each"Specified Remobilization"in accordance with Contract 5 Documents. 6 c. The price shall include. 7 1) Demobilization as described in Section 1.1.A.2.a.1) 8 2) Remobilization as described in Section 1.1.A.2.a.2) 9 d. No payments will be made for standby, idle time, or lost profits associated this 10 Item. 11 3. Remobilization for suspension of Work as required by City 12 a. Measurement and Payment 13 1) This shall be submitted as a Contract Claim in accordance with Article 10 of ' 14 Section 00 72 00. 15 2) No payments will be made for standby, idle time, or lost profits associated 16 with this Item. 17 4. Mobilizations and Demobilizations for Miscellaneous Projects 18 a. Measurement 19 1) Measurement for this Item shall be for each Mobilization and 20 Demobilization required by the Contract Documents 21 b. Payment 22 1) The Work performed and materials furnished in accordance with this Item 23 and measured as provided under`Measurement"will be paid for at the 24 unit price per each"Work Order Mobilization"in accordance with Contract 25 Documents. Demobilization shall be considered subsidiary to mobilization 26 and shall not be paid for separately. 27 c. The price shall include: 28 1) Mobilization as described in Section 1.1.A.3.a.1) 29 2) Demobilization as described in Section 1.1.A.3.a.2) 30 d. No payments will be made for standby, idle time, or lost profits associated this 31 Item. 32 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 33 a. Measurement 34 1) Measurement for this Item shall be for each Mobilization and 35 Demobilization required by the Contract Documents 36 b. Payment 37 1) The Work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"will be paid for at the 39 unit price per each"Work Order Emergency Mobilization"in accordance 40 with Contract Documents. Demobilization shall be considered subsidiary to 41 mobilization and shall not be paid for separately. 42 c. The price shall include 43 1) Mobilization as described in Section 1.1.A.4.a) 44 2) Demobilization as described in Section 1.1.A.3.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. ! 47 1.3 REFERENCES [NOT USED] 48 1..4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 49 1..5 SUBMITT,AL.S [NOT USED] CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2016 01 70 00-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.6 INFORMATIONAL SUBMITTALS[NOT USED] 2 1.7 CLOSEOUT SUBMITTALS[NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [PLOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY,STORAGE,AND HANDLING [PLOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY[NOT USED] 8 PART 2 - PRODUCTS[NOT USED] 9 PART 3 - EXECUTION [NOT USED] to END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 Price and Payment Procedures - Revised specification, including 11/22/16 Michael Owen blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 12 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2016 024114- 1 UTILITY REMOVALIABANDONMENT Page 1 of 18 I O5ECTION 02 4.114 2 UTILITY REMOVAL/ABANDONMENT 3 PART 1 - GENERAL 4 1.1 SUMMARY( s A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following 7 utilities: 8 a. Cathodic Protection Test Stations 9 b. Water Lines 10 c. Gate Valves 11 d. Water Valves 12 e. Eire Hydrants 13 f. Water Meters and Meter Box 14 g. Water Sampling Station 15 h. Concrete Water Vaults 16 i. Sanitary Sewer Lines 17 j. Sanitary Sewer Manholes 18 k. Sanitary Sewer Junction Boxes 19 1. Storm Sewer Lines 20 m. Storm Sewer Manhole Risers 21 n. Storm Sewer Junction Boxes 22 o. Storm Sewer Inlets 23 p. Box Culverts 24 q. Headwalls and Safety End Treatments 25 r. Trench Drains 26 B. Deviations from this City of Fort Worth Standard Specification 27 Part 1 — General 28 1.1 Price and Payment Procedures 29 B. Water Lines and Appurtenances 30 9. Concrete Water Vault Removal 31 a. Measurement 32 1.) Measurement will be for large concrete vaults. No payment for small 33 concrete water meter vaults (boxes) housing 2"or smaller water meters. 34 C. Sanitary Sewer Lines and Appurtenances 35 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment 36 Plug 37 a. Measurement 38 1.) Measurement per each cut & plug and abandonment plug installed only in 39 a separate trench. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 0241 14-2 UTILITY REMOVAL/ABANDONMENT Page 2 of 18 1 2 3.4 Removal, Salvage and Abandonment 3 B. Water Lines and Appurtenances 4 5. Should read "Water Valve Abandonment" 5 6. Water Valve Removal and salvage 6 e. Do not fill, valve is removed. 7 C. Related Specification Sections include, but are not necessarily limited to: 8 1, Division 0 — Bidding Requirements, Contract Forms and Conditions of the 9 Contract 10 2. Division 1 — General Requirements 11 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 12 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 13 5. Section 33 05 24— Installation of Carrier Pipe in Casing or Tunnel Liner 14 Plate 15 6. Section 33 11 11 -- Ductile Iron Fittings 16 7. Section 33 11 13 — Concrete Pressure Pipe, Bar-wrapped, Steel Cylinder 17 Type 18 8. Section 33 11 14-- Buried Steel Pipe and Fittings 19 9. Section 33 12 25 — Connection to Existing Water Mains 20 1R2 PRICE AND PAYMENT PROCEDURES 21 A. Utility Lines 22 1. Abandonment of Utility Line by Grouting 23 a. Measurement 24 1) Measurement for this Item shall be per cubic yard of existing utility 25 line to be grouted. Measure by tickets showing cubic yards of grout 26 applied. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this 29 item and measured as provided under"Measurement"shall be paid 30 for at the unit price per cubic yard of"Line Grouting"for: 31 a) Various types of utility line 32 c. The price bid shall include: 33 1) Low density cellular grout or CLSM 34 2) Water 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess materials 39 7) Furnishing, placement and compaction of backfill 40 8) Clean-up 41 2. Utility Line Removal, Separate Trench 42 a. Measurement CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 I 02'Q114-3 UTILITY REMOVAL/ABANDONMENT Page 3 of 18 1 1) Measurement for this Item shall be per linear foot of existing utility 2 line to be removed. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this 5 Item and measured as provided under"Measurement"shall be paid t 6 for at the unit price bid per linear foot of"Remove Line"for: 7 a) Various types of existing utility line s b) Various sizes 9 c. The price bid shall include: 10 1) Removal and disposal of existing utility pipe 11 2) Pavement removal 12 3) Excavation 13 4) Hauling 14 5) Disposal of excess materials 15 6) Furnishing, placement and compaction of backfill 16 7) Clean-up 17 3. Utility Line Removal, Same Trench 18 a. Measurement 19 1) This Item is considered subsidiary the proposed utility line being 20 installed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this 23 Item are subsidiary to the installation of proposed utility pipe and 24 shall be subsidiary to the unit price bid per linear foot of pipe 25 complete in place, and no other compensation will be allowed. 26 4. Manhole Abandonment 27 a. Measurement 28 1) Measurement for this Item will be per each manhole to be 29 abandoned. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this 32 Item and measured as provided under"Measurement"shall be paid 33 for at the unit price bid per each "Abandon Manhole"for: 34 a) Various diameters 35 b) Various types 36 c. The price bid shall include: 37 1) Removal and disposal of manhole cone 38 2) Removal, salvage and delivery of frame and cover to City, if 39 applicable 40 3) Cutting and plugging of existing sewer lines 41 4) Concrete 42 5) Acceptable material for backfilling manhole void 43 6) Pavement removal 44 7) Excavation 45 8) Hauling 46 9) Disposal of excess materials CITY OF FORT WORTH M STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 ` Revised December 20, 2012 024114-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 18 1 10)Furnishing, placement and compaction of backfill 2 11)Surface restoration 3 12)Clean-up 4 5. Cathodic Test Station Abandonment 5 a. Measurement 6 1) Measurement for this Item will be per each cathodic test station to 7 be abandoned. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this 10 Item and measured as provided under `Measurement"shall be paid 11 for at the unit price bid per each "Abandon Cathodic Test Station". 12 c. The price bid shall include: 13 1) Abandon cathodic test station 14 2) CLSM 15 3) Pavement removal 16 4) Excavation 17 5) Hauling 18 6) Disposal of excess materials 19 7) Furnishing, placement and compaction of backfill 20 8) Clean-up 21 B. Water Lines and Appurtenances 22 1. Installation of a Water Line Pressure Plug 23 a. Measurement 24 1) Measurement for this Item shall be per each pressure plug to be 25 installed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this 28 Item and measured as provided under"Measurement"shall be paid 29 for at the unit price bid for each "Pressure Plug"installed for: 30 a) Various sizes 31 c. The price bid shall include: 32 1) Furnishing and installing pressure plug 33 2) Pavement removal 34 3) Excavation 35 4) Hauling 36 5) Disposal of excess material 37 6) Gaskets 38 7) Bolts and Nuts 39 8) Furnishing, placement and compaction of embedment 40 9) Furnishing, placement and compaction of backfill 41 10)Disinfection 42 11)Testing 43 12)Clean-up 44 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 45 a. Measurement CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i i 024114-5 - UTILITY REMOVAL/ABANDONMENT Page 5 of IS 1 1) Measurement for this Item shall be per each cut and abandonment 2 plug installed. i 3 b. Payment 4 1) The work performed and materials furnished in accordance with this 5 Item and measured as provided under"Measurement"shall be paid 6 for at the unit price bid for each "Water Abandonment Plug" 7 installed for: 8 a) Various sizes 9 c. The price bid shall include: 10 1) Furnishing and installing abandonment plug 11 2) Pavement removal 12 3) Excavation 13 4) Hauling z 14 5) CLSM i 15 6) Disposal of excess material 16 7) Furnishing, placement and compaction of backfill 17 8) Clean-up 18 3. Water Valve Removal 19 a. Measurement 20 1) Measurement for this Item will be per each water valve to be 21 removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this 24 Item and measured as provided under"Measurement"shall be paid 25 for at the unit price bid per each "Remove Water Valve"for: 26 a) Various Sizes 27 c. The price bid shall include: 28 1) Removal and disposal of valve 29 2) CLSM 30 3) Pavement removal t 31 4) Excavation 32 5) Hauling 33 6) Disposal of excess materials 34 7) Furnishing, placement and compaction of backfill 35 8) Clean-up 36 4. Water Valve Removal and Salvage 37 a. Measurement 38 1) Measurement for this Item will be per each water valve to be 39 removed and salvaged. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this 42 Item and measured as provided under"Measurement"shall be paid 43 for at the unit price bid per each "Salvage Water Valve"for: 44 a) Various sizes 45 c. The price bid shall include: f46 1) Removal and Salvage of valve I CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 0Z4114- 6 UTILITY REMOVAL/ABANDONMENT Page 6 of 18 1 2) CLSM 2 3) Delivery to City 3 4) Pavement removal 4 5) Excavation 5 6) Hauling 6 7) Disposal of excess materials 7 8) Furnishing, placement and compaction of backfill 8 9) Clean-up 9 5. Water Valve Abandonment 10 a. Measurement 11 1) Measurement for this Item will be per each water valve to be 12 abandoned. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this i5 Item and measured as provided under"Measurement"shall be paid 16 for at the unit price bid per each "Abandon Water Valve"for: 17 a) Various Sizes 18 c. The price bid shall include: 19 1) Abandonment of valve 20 2) CLSM 21 3) Pavement removal 22 4) Excavation 23 5) Hauling 24 6) Disposal of excess materials 25 7) Furnishing, placement and compaction of backfill 26 8) Clean-up 27 6. Fire Hydrant Removal and Salvage 28 a. Measurement 29 1) Measurement for this Item will be per each fire hydrant to be 30 removed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this 33 Item and measured as provided under"Measurement"shall be paid 34 for at the unit price bid per each "Salvage Fire Hydrant". 35 c. The price bid shall include: 36 1) Removal and salvage of fire hydrant 37 2) Delivery to City 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 41 6) Disposal of excess materials 42 7) Furnishing, placement and compaction of backfill 43 8) Clean-up 44 7. Water Meter Removal and Salvage 45 a. Measurement CITY OF FORE"WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 024114-7 UTILITY REMOVAL/ABANDONMENT Page 7 of 18 1 1) Measurement for this Item will be per each water meter to be 2 removed and salvaged. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this 5 Item and measured as provided under"Measurement"shall be paid 6 for at the unit price bid per each"Salvage Water Meter"for: 7 a) Various sizes 8 2) If a "Water Meter Service Relocate"is performed in accordance with 9 Section 33 12 10, removal and salvage or disposal of the existing (2- 10 inch or smaller) water meter shall be subsidiary to the cost of the 11 `Water Meter Service Relocate", no other compensation will be 12 allowed. 13 c. The price bid shall include: 14 1) Removal and salvage of water meter 15 2) Delivery to City 16 3) Pavement removal 17 4) Excavation 18 5) Hauling $ 19 6) Disposal of excess materials 20 7) Furnishing, placement and compaction of backfill 21 8) Clean-up 22 8. Water Sampling Station Removal and Salvage 23 a. Measurement 24 1) Measurement for this Item will be per each water sampling station 25 to be removed. 26 b. Payment i 27 1) The work performed and materials furnished in accordance with this 28 Item and measured as provided under"Measurement"shall be paid 29 for at the unit price bid per each "Salvage Water Sampling Station". 30 c. The price bid shall include: 31 1) Removal and salvage of water sampling station 32 2) Delivery to City 33 3) Pavement removal 34 4) Excavation 35 5) Hauling 36 6) Disposal of excess materials 37 7) Furnishing, placement and compaction of backfiil ' 38 8) Clean-up 39 9, Concrete Water Vault Removal 40 a. Measurement 41 1) Measurement for this Item will be per each concrete water vault to 42 be removed. f 43 b. Payment ! 44 1) The work performed and materials furnished in accordance with this 45 Item and measured as provided under"Measurement"shall be paid 46 for at the unit price bid per each "Remove Concrete Water Vault". C CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 024114- 8 UTILITY REMOVAL/ABANDONMENT Page 8 of 18 1 c. The price bid shall include: 2 1) Removal and disposal of concrete water vault 3 2) Removal, salvage and delivery of frame and cover to City, if 4 applicable 5 3) Removal, salvage and delivery of any valves to City, if applicable 6 4) Removal, salvage and delivery of any water meters to City, if 7 applicable 8 5) Pavement removal 9 6) Excavation 10 7) Hauling 11 8) Disposal of excess materials 12 9) Furnishing, placement and compaction of backfill 13 10)Clean-up 14 C. Sanitary Sewer Lines and Appurtenances 15 1. Abandonment of Sanitary Sewer Line by Cut and installation of 16 Abandonment Plug 17 a. Measurement 18 1) Measurement for this Item shall be per each cut and abandonment 19 plug installed. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this 22 Item and measured as provided under'Measurement"shall be paid 23 for at the unit price bid for each "Sewer Abandonment Plug"for: 24 a) Various sizes 25 c. The price bid shall include: 26 1) Furnishing and installing abandonment plug 27 2) Pavement removal 28 3) Excavation 29 4) Hauling 30 5) CLSM 31 6) Disposal of excess material 32 7) Furnishing, placement and compaction of backfill 33 8) Clean-up 34 2. Sanitary Sewer Manhole Removal 35 a. Measurement 36 1) Measurement for this Item will be per each sanitary sewer manhole 37 to be removed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this 40 item and measured as provided under"Measurement"shall be paid 41 for at the unit price bid per each "Remove Sewer Manhole"for: 42 a) Various diameters 43 c, The price bid shall include: 44 1) Removal and disposal of manhole 45 2) Removal, salvage and delivery of frame and cover to City, if 46 applicable CM OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i , 02 41 14-9 UTILITY REMOVAL/ABANDONMENT Page 9 of 18 1 3) Cutting and plugging of existing sewer lines 2 4) Pavement removal 3 5) Excavation 4 6) Hauling 5 7) Disposal of excess materials 6 8) Furnishing, placement and compaction of backfill 7 9) Clean-up 8 3. Sanitary Sewer Junction Structure Removal 9 a. Measurement 10 1) Measurement for this Item will be per each sanitary sewer junction 11 structure being removed. j 12 b. Payment 13 1) The.work performed and materials furnished in accordance with this 14 Item and measured as provided under"Measurement"shall be paid 15 for at the lump sum bid per each "Remove Sewer Junction Box" 16 location. 17 c. The price bid shall include: 18 1) Removal and disposal of junction box 19 2) Removal, salvage and delivery of frame and cover to City. 20 3) Pavement removal 21 4) Excavation 22 5) Hauling 23 6) Disposal of excess materials 24 7) Furnishing, placement and compaction of backfill 25 8) Clean-up 26 D. Storm Sewer Lines and Appurtenances 27 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment 28 Plug 29 a. Measurement 30 1) Measurement for this Item shall be per each cut and abandonment 31 plug to be installed. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this 34 Item and measured as provided under"Measurement"shall be paid 35 for at the unit price bid for each "Storm Abandonment Plug" 36 installed for; 37 a) Various sizes 38 c. The price bid shall include: 39 1) Furnishing and installing abandonment plug 40 2) Pavement removal 41 3) Excavation i 42 4) Hauling 43 5) CLSM 44 6) Disposal of excess material i 45 7) Furnishing, placement and compaction of backfill l 46 8) Clean-up CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 0241 14- 10 UTILITY REMOVALIABANDONMENT Page 10 of 18 1 2. Storm Sewer Manhole Removal 2 a. Measurement 3 1) Measurement for this Item will be per each storm sewer manhole to 4 be removed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this 7 Item and measured as provided under"Measurement"shall be paid 8 for at the unit price bid per each "Remove Manhole Riser"for: 9 a) Various sizes 10 c. The price bid shall include: I 1) Removal and disposal of manhole 12 2) Removal, salvage and delivery of frame and cover to City, if 13 applicable 14 3) Pavement removal 15 4) Excavation 16 5) Hauling 17 6) Disposal of excess materials 18 7) Furnishing, placement and compaction of backfill 19 8) Clean-up 20 3. Storm Sewer Junction Box Removal 21 a. Measurement 22 1) Measurement for this Item will be per each storm sewer junction 23 structure to be removed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this 26 Item and measured as provided under"Measurement"shall be paid 27 for at the unit price bid per each `Remove Storm Junction Box"for: 28 a) Various sizes 29 c. The price bid shall include: 30 1) Removal and disposal of junction box 31 2) Removal, salvage and delivery of frame and cover to City, if 32 applicable 33 3) Pavement removal 34 4) Excavation 35 5) Hauling 36 6) Disposal of excess materials 37 7) Furnishing, placement and compaction of backfill 38 8) Clean-up 39 4. Storm Sewer Junction Structure Removal 40 a. Measurement 41 1) Measurement for this Item will be per each storm sewer junction 42 structure being removed. 43 b. Payment CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 0241 14•- 11 UTILITY REMOVALIABANDONMENT t Page 11 of 18 1 1) The work performed and materials furnished in accordance with this 2 Item and measured as provided under"Measurement"shall be paid 3 for at the lump sum bid per each "Remove Storm Junction 4 Structure"location. 5 c. The price bid shall include: 6 1) Removal and disposal of junction structure 7 2) Removal, salvage and delivery of frame and cover to City, if 8 applicable 9 3) Pavement removal 10 4) Excavation 11 5) Hauling 12 6) Disposal of excess materials 13 7) Furnishing, placement and compaction of backfill 14 8) Clean-up 15 5. Storm Sewer Inlet Removal 16 a. Measurement 17 1) Measurement for this Item will be per each storm sewer inlet to be F 18 removed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this 21 Item and measured as provided under"Measurement"shall be paid 22 for at the unit price bid per each "Remove Storm Inlet"for: 23 a) Various types j 24 b) Various sizes 25 c. The price bid shall include: 26 1) Removal and disposal of inlet F 27 2) Pavement removal 28 3) Excavation 29 4) Hauling 30 5) Disposal of excess materials 31 6) Furnishing, placement and compaction of backfill 32 7) Clean-up 33 6. Storm Sewer Junction Box Removal i 34 a. Measurement 35 1) Measurement for this Item shall be per linear foot of existing storm 36 sewer box to be removed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this 39 Item and measured as provided under"Measurement"shall be paid 40 for at the unit price bid per linear foot of"Remove Storm Junction 41 Box"for all sizes. 42 c. The price bid shall include: 43 1) Removal and disposal of Storm Sewer Box 44 2) Pavement removal 45 3) Excavation 46 4) Hauling CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i 0241 14- 12 UTILITY REMOVALIABANDONMENT Page 12 of 1S 1 5) Disposal of excess materials 2 6) Furnishing, placement and compaction of backfill 3 7) Clean-up 4 7. Headwall/SET Removal 5 a. Measurement 6 1) Measurement for this Item will be per each headwall or safety end 7 treatment (SET) to be.removed. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this 10 Item and measured as provided under"Measurement"shall be paid 11 for at the unit price bid per each "Remove Headwall/SET". 12 c. The price bid shall include: 13 1) Removal and disposal of Headwall/SET 14 2) Pavement removal 15 3) Excavation 16 4) Hauling 17 5) Disposal of excess materials 18 6) Furnishing, placement and compaction of backfill 19 7) Clean-up 20 8. Trench Drain Removal 21 a. Measurement 22 1) Measurement for this Item shall be per linear foot of storm sewer 23 trench drain to be removed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this 26 Item and measured as provided under"Measurement"shall be paid 27 for at the unit price bid per linear foot of"Remove Trench Drain" 28 for: 29 a) Various sizes 30 c. The price bid shall include: 31 1) Removal and disposal of storm sewer line 32 2) Pavement removal 33 3) Excavation 34 4) Hauling 35 5) Disposal of excess materials 36 6) Furnishing, placement and compaction of backfill 37 7) Clean-up 38 1.3 REFERENCES [NOT USED] 39 1.4 ADMINISTRATIVE REQUIREMENTS 40 A. Coordination 41 1. Contact Inspector and the Water Department Field Operation Storage Yard 42 for coordination of salvage material return. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i i 0241 14- 13 UTILITY REMOVAL/ABANDONMENT Page 13 of 18 1 1.5 SUBMITTALS [NOT.USED] 2 1.6 ACTION SUBMITTALS/TNFORMIATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMMALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMiII'>II ALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect and salvage all materials such that no damage occurs during 9 delivery to the City. 10 1.11FIELD [SITE] CONDITIONS [NOT USED] 11 1.12WARRANTY [NOT USEED] 12 PART 2 o PRODUCTS 7 13 2.1 OWNVft-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] a = 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [RIOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 22 A. General I 23 1. Manhole Abandonment 24 a. All manholes that are to be taken out of service are to be removed 25 unless specifically requested and/or approved by City. 26 b. Excavate and backfill in accordance with Section 33 05 10. 27 c. Remove and salvage manhole frame and cover as coordinated with City. E 28 d. Deliver salvaged material to the City. 29 e. Cut and plug sewer fines to be abandoned. 30 f. Backfill manhole void in accordance with City Standard Details. 31 B. Water Lines and Appurtenances CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 '02 4I 14- 14 UTILITY REMOVAL/ABANDONMENT Page 14 of 18 1 1. Water Line Pressure Plugs 2 a. Ductile Iron Water Lines 3 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 4 2) Plug with an M7 Plug with mechanical restraint and blocking in 5 accordance with Section 33 11 11. 6 3) Perform Cut and Plug in accordance with Section 33 12 25. 7 b. PVC C900 and C905 Water Lines 8 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 9 2) Plug with an MJ Plug with mechanical restraint and blocking in 10 accordance with Section 33 11 11. 11 3) Perform Cut and Plug in accordance with Section 33 12 25. 12 c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 13 1) Excavate, embed, and backfill in accordance with Section 33 05 10 14 2) Plug using: 15 a) A fabricated plug restrained by welding or by a Snap Ring in 16 accordance with Section 33 11 13; or 17 b) A blind flange in accordance with Section 33 11 13 18 3) Perform Cut and Plug in accordance with Section 33 12 25. 19 d. Buried Steel Water Lines 20 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 21 2) Plug using: 22 a) A fabricated plug restrained by welding in accordance with 23 Section 33 11 14; or 24 b) A blind flange in accordance with Section 33 11 14 25 3) Perform Cut and Plug in accordance with Section 33 12 25. 26 2. Water Line Abandonment Plug 27 a. Excavate and backfill in accordance with Section 33 05 10. 28 b. Plug with CLSM in accordance with Section 03 34 13. 29 3. Water Line Abandonment by Grouting 30 a. Excavate and backfill in accordance with Section 33 05 10. 31 b. Dewater from existing line to be grouted. 32 c. Fill line with Low Density Cellular Grout in accordance with Section 33 33 05 24 or CLSM in accordance with 03 34 13. 34 d. Dispose of any excess material. 35 4. Water Line Removal 36 a. Excavate and backfill in accordance with Section 33 05 10. 37 b. Cut existing line from the utility system prior to removal. 38 c. Cut any Services prior to removal. 39 d. Remove existing pipe line and properly dispose as approved by City. 40 5, Water Valve Removal 41 a. Excavate and backfill in accordance with Section 33 05 10. 42 b. Remove and dispose of valve bonnet, wedge and stem. 43 c. Fill valve body with CLSM in accordance with Section 03 34 13. 44 6. Water Valve Removal and Salvage 45 a. Excavate and backfill in accordance with Section 33 05 10. 46 b. Remove valve bonnet, wedge and stem. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i s 0241 14- 15 UTILITY REMOVAL/ABANDONMENT Page 15 of 18 I c. Deliver salvaged material to the Water Department Field Operation 2 Storage Yard. 3 d. Protect salvaged materials from damage. 4 e. Fill valve body with CLSM in accordance with Section 03 34 13. 5 7. Water Valve Abandonment 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Remove the top 2 feet of the valve stack and any valve extensions. 8 c. Fill the remaining valve stack with CLSM in accordance with Section 03 9 3413. 10 8. Fire Hydrant Removal and Salvage 11 a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Remove Fire Hydrant. 13 c. Place abandonment plug on fire hydrant lead line. 14 d. Deliver salvaged fire hydrant to the Water Department Field Operation 15 Storage Yard. 16 e. Protect salvaged materials from damage. 17 9. Water Meter Removal and Salvage f 18 a. Remove and salvage water meter. I9 b. Return salvaged meter to Project Representative. 20 c. City will provide replacement meter for installation. 21 d. Meter Box and Lid 22 1) Remove and'salvage cast iron meter box lid. 23 2) Remove and dispose of any non-cast iron motor box lid. 24 3) Return salvaged material to the Water Department Field Operation 25 Storage Yard. 26 4) Remove and dispose of meter box. 27 10. Water Sample Station Removal and Salvage 28 a. Remove and salvage existing water sample station. 29 b. Deliver salvaged material to the Water Department Field Operation 30 Storage Yard. 31 11. Concrete Water Vault Removal 32 a. Excavate and backfill in accordance with Section 33 05 10. 33 b. Remove and salvage vault lid. 34 c. Remove and salvage valves. 35 d. Remove and salvage meters. 36 e. Deliver salvaged material to the Water Department Field Operation 37 Storage Yard. 38 f. Remove and dispose of any piping or other appurtenances. 39 g. Demolish and remove entire concrete vault. 40 h. Dispose of all excess materials. 41 12. Cathodic Test Station Abandonment 42 a. Excavate and backfill in accordance with Section 33 05 10 43 b. Remove the top 2 feet of the cathodic test station stack and contents. 44 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 45 C. Sanitary Sewer lines and Appurtenances k CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 ' Revised December 20, 2012 02 41 14- 16 UTILITY REMOVAL/ABANDONMENT Page 16 of 18 1 1. Sanitary Sewer Line Abandonment Plug 2 a. Excavate and backfill in accordance with Section 33 05 10. 3 b. Remove and dispose of any sewage. 4 c. Plug with CLSM in accordance with Section 03 34 13. 5 2. Sanitary Sewer Line Abandonment by Grouting 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Dewater and dispose of any sewage from the existing line to be 8 grouted. 9 c. Fill line with Low Density Cellular Grout in accordance with Section 33 10 05 24 or CLSM in accordance with 03 34 13. 11 d. Dispose of any excess material. 12 3. Sanitary Sewer Line Removal 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Cut existing line from the utility system prior to removal. 15 c. Cut any services prior to removal, 16 d. Remove existing pipe line and properly dispose as approved by City. 17 . 4. Sanitary Sewer Manholes Removal 18 a. All sanitary sewer manholes that are to be taken out of service are to be 19 removed unless specifically requested and/or approved by City. 20 b. Excavate and backfill in accordance with Section 33 05 10. 21 c. Remove and salvage manhole frame and cover, 22 d. Deliver salvaged material to the Water bepartment Field Operation 23 Storage. 24 e. Demolish and remove entire concrete manhole. 25 f, Cut and plug sewer lines to be abandoned. 26 5. Sanitary Sewer Junction Structure Removal 27 a. Excavate and backfill in accordance with Section 33 05 10. 28 b. Remove and salvage manhole frame and cover. 29 c, Deliver salvaged material to the Water Department Field Operation 30 Storage, 31 d. Demolish and remove entire concrete manhole. 32 e. Cut and plug sewer lines to be abandoned, 33 D. Storm Sewer Lines and Appurtenances 34 1. Storm Sewer Abandonment Plug 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Dewater line. 37 c. Plug with CLSM in accordance with Section 03 34 13. 38 2. Storm Sewer Line Abandonment by Grouting 39 a. Excavate and backfill in accordance with Section 33 05 10. 40 b. Dewater the existing line to be grouted, 41 c. Fill line with Low Density Cellular Grout in accordance with Section 33 42 05 24 or CLSM in accordance with 03 34 13. 43 d. Dispose of any excess material. 44 3. Storm Sewer Line Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. CITY OF FORT"WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 0241 14- 17 UTILITY REMOVAL/ABANDONMENT Page 17 of 18 1 b. Remove existing pipe line and properly dispose as approved by City. 2 4. Storm Sewer Manhole Removal 3 a. All storm sewer manholes that are to be taken out of service are to be 4 removed unless specifically requested and/or approved by City. 5 b. Excavate and backfill in accordance with Section 33 05 10. 6 c. Demolish and remove entire concrete manhole. 7 d. Cut and plug storm sewer lines to be abandoned. 8 S. Storm Sewer Junction Box and/or Junction Structure Removal 9 a. Excavate and backfill in accordance with Section 33 05 10. 10 b. Demolish and remove entire concrete structure. ' 11 c. Cut and plug storm sewer lines to be abandoned. 12 6. Storm Sewer Inlet Removal 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Demolish and remove entire concrete inlet. 15 c. Cut and plug storm sewer lines to be abandoned. 16 7. Storm Sewer Box Removal 17 a. Excavate and backfill in accordance with Section 33 05 10. 18 b. Cut existing line from the utility system prior to removal. 19 c. Cut any services prior to removal. 20 d. Remove existing pipe line and properly dispose as approved by City. 21 8. Headwall/SET Removal 22 a. Excavate and backfill in accordance with Section 33 05 10. 23 b. Demolish and remove entire concrete inlet. 24 c. Cut and plug storm sewer lines to be abandoned. 25 9. Storm Sewer Trench Drain Removal 26 a. Excavate and backfill in accordance with Section 33 05 10. 27 b. Remove existing pipe line and dispose as approved by City. 28 3.5 REPAIR/ RESTORATION [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 FIELD [Olt] SITE QUALITY CONTROL i 31 3.6 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] n 33 3.10CLEANING [NOT USED] 34 3.11CLOSEOUT ACTIVITIES [NOT USED] 35 3.12PROTECTIOiN [NOT USED] 36 3.13MAIiNTENANCE (NOT USED] 37 3.14ATTACHME#NTS [NOT USED] 38 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 1 02 41 14- 18 UTILITY REMOVAL/ABANDONMENT Page 18 of 18 1 END OIL SECTION Revision Log DATE NAME S N MARY OF CHANGE 1.2.C.3.c.—Include Frame and Cover in Payment description 12/20/12 D.rohnson Throughout—added abandonment of storm and sewer manholes when requested and/or approved by City 2 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 1 320117_ 1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 6 1 SECTION 32 0117 5 2 PERMANENT ASPHALT PAVING REPAIR 3 PART 1 - GENERAL 4 1.1 SUMMARY r 5 A. Section includes: 6 1. Flexible pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) s b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1.2 Price and Payment Procedures 14 A. Measurement and Payment 15 2. Asphalt Pavement Repair for Utility Service Trench 16 a. Measurement 17 1) To apply to water service lines also. 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 03 34 16 -- Concrete Base Material for Trench Repair 23 4. Section 32 12 16--Asphalt Paving 24 5. Section 32 13 13 — Concrete Paving 25 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfili 26 1.2 PRIG AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Asphalt Pavement Repair 29 a. Measurement 30 1) Measurement for this Item will be by the linear foot of Asphalt 31 Pavement Repair based on the defined width and roadway 32 classification specified in the Drawings. 33 b. Payment i 34 1) The work performed and materials furnished in accordance with this 35 Item and measured as provided under"Measurement"will be paid 36 for at the unit price bid price per linear foot of Asphalt Pavement 37 Repair. 38 c. The price bid shall include: CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 320117- 2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 6 1 1) Preparing final surfaces 2 2) Furnishing, loading, unloading, storing, hauling and handling all 3 materials including freight and royalty 4 3) Traffic control for all testing 5 4) Asphalt, aggregate, and additive 6 5) Materials and work needed for corrective action 7 6) Trial batches 8 7) Tack coat 9 8) Removal and/or sweeping excess material 10 2. Asphalt Pavement Repair for Utility Service Trench 11 a. Measurement 12 1) Measurement for this Item will be by the linear foot of Asphalt 13 Pavement Repair centered on the proposed sewer service line 14 measured from the face of curb to the limit of the Asphalt Pavement 15 Repair for the main sewer line. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this 18 Item and measured as provided under"Measurement"will be paid 19 for at the unit price bid price per linear foot of"Asphalt Pavement 20 Repair, Service" installed for: 21 a) Various types of utilities 22 c. The price bid shall include: 23 1) Preparing final surfaces 24 2) Furnishing, loading, unloading, storing, hauling and handling all 25 materials including freight and royalty 26 3) Traffic control for all testing 27 4) Asphalt, aggregate, and additive 28 5) Materials and work needed for corrective action 29 6) Trial batches 30 7) Tack coat 31 8) Removal and/or sweeping excess material 32 3. Asphalt Pavement Repair Beyond Defined Width 33 a. Measurement 34 1) Measurement for this Item will be by the square yard for asphalt 35 pavement repair beyond pay limits of the defined width of Asphalt 36 Pavement Repair by roadway classification specified in the 37 Drawings. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this 40 Item and measured as provided under"Measurement"will be paid 41 for at the unit price bid per square yard of Asphalt Pavement Repair 42 Beyond Defined Width. 43 c. The price bid shall include: 44 1) Preparing final surfaces 45 2) Furnishing, loading, unloading, storing, hauling and handling all 46 materials including freight and royalty CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 320117-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 6 1 3) Traffic control for all testing 2 4) Asphalt, aggregate, and additive 3 5) Materials and work needed for corrective action 4 6) Trial batches 5 7) Tack coat b 8) Removal and/or sweeping excess material 7 4. Extra Width Asphalt Pavement Repair 8 a. Measurement 9 1) Measurement for this Item will be by the square yard for surface 10 repair (does not include base repair) for: 11 a) Various thicknesses } 12 b. Payment 13 1) The work performed and materials furnished in accordance with this 14 Item and measured as provided under"Measurement"'will be paid 15 for at the unit price bid per square yard of Extra Width Asphalt 16 Pavement Repair 17 c. The price bid shall include: 18 1) Preparing final surfaces 19 2) Furnishing, loading, unloading, storing, hauling and handling all 20 materials including freight and royalty 21 3) Traffic control for all testing 22 4) Asphalt, aggregate, and additive 23 5) Materials and work needed for corrective action 24 6) Trial batches ! 25 7) Tack coat 26 8) Removal and/or sweeping excess material 27 1.3 REFERENCES 28 A. Definitions 29 1. H.M.A.C. — Hot Mix Asphalt Concrete r 30 1.4 ADMINISTRATIVE REQUIREMENTS '. 31 A. Permitting 32 1. Obtain Street Use Permit to make utility cuts in the street from the 33 Transportation and Public Works Department in conformance with current 34 ordinances. 1 35 2. The Transportation and Public Works Department will inspect the paving 36 repair after construction. 37 1.5 SUBMITTALS [NOT USED] 38 1..6 ACTION SUOMIITTALS/INFORMATIONAL SUBMITTALS i 39 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 40 1.7 CLOSEOUT SUBMITTALS [NOT USED] 41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 320117-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 6 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.11DELIVERY, STORAGE,AND {HANDLING [NOT USED] 3 1.12FIELD CONDITIONS 4 A. Place mixture when the roadway surface temperature is 45 degrees F or higher 5 and rising unless otherwise approved. 6 1.13WARRANTY [NOT USED] 7 PART 2 - (PRODUCTS s 2.1 OWNER-FURNISHED [NOT USED] 9 2.2 MATERIALS 10 A. Backfill 11 1. See Section 33 05 10, 12 B. Base Material 13 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 14 2, Concrete Base: See Section 32 13 13, 15 C. Asphalt Paving: see Section 32 12 16. 16 1. H.M.A.C, paving: Type D. 17 2.3 ACCESSORIES [NOT USED] is 2.4 SOURCE QUALITY( CONTROL [NOT USED] 1g PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. Surface Preparation 24 1. Mark pavement cut for repairs for approval by the City. 25 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 2-6 3.4 INSTALLATION 27 A. General 28 1. Equipment 29 a. Use machine intended for cutting pavement. 30 b. Milling machines may be used as long as straight edge is maintained. 31 2. Repairs: In true and straight lines to dimensions shown on the Drawings. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i I , 320117 -5 PERMANENT ASPHALT PAVING, REPAIR J Page 5 of 6 1 3. Utility Cuts 2 a. In a true and straight line on both sides of the trench 3 b. Minimum of 12 inches outside the trench walls 4 c. If the existing flexible pavement is 2 feet or less between the lip of the 5 existing gutter and the edge of the trench repair, remove the existing 6 paving to such gutter. 7 4. limit dust and residues from sawing from entering the atmosphere or 8 drainage facilities. 9 B. Removal 10 1. Use care to prevent fracturing existing pavement structure adjacent to the 11 repair area. 12 C. Base ] 13 1. Install replacement base material as specified in Drawings. 14 D. Asphalt Paving 15 1. H.M.A.0 placement: in accordance with Section 32 12 16 16 2. Type D surface mix 17 3. Depth: as specified in Drawings 18 4. Place surface mix in lifts not to exceed 3 inches. 19 5. Last or top lift shall not be less than 2 inches thick. 20 3.5 REPAIR/RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] i 22 3.7 FIELD (QUALITY CONTROL [NOT USED] l 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10CLEANING [MOT USED] ' 26 3.11CLOSEOUT ACTIVITIES [NOT USED] 27 3.12PROTECTION [NOT USED] 28 3.13MAINTENANCE [NOT USED] f 29 3.14ATTACHMIENTS [NOT USED] 30 J 31 32 END OF SECTION 33 34 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 320117_6 PERMANENT ASPHALT PAVING REPAIR Page 6 of 6 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A--Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench repair. 3 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 I y 320118- 1 TEMPORARY ASPHALT PAVING REPAIR Page 1 of 4 1 SECTION 32 0118 2 TEMPORARY ASPHALT PAVING REPAIR 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets 7 programmed for total reconstruction under a Capital Improvement Program 8 or resurfacing under a Street Maintenance Program. 9 2. Repairs of damage caused by Contractor ti 10 3. Any other temporary pavement repair needed during the course of 11 construction. 12 B, Deviations from this City of Fort Worth Standard Specification 13 1. 2"Temporary Pavement Repair to include, 2"HMAC Type D and 6"Type B 5 14 Flex Base Material Grade 2 15 C. Related Specification Sections include, but are not necessarily limited to: i 16 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 1& 2. Division i - General Requirements 19 3. Section 32 1123 - Flexible Base Courses 20 4. Section 32 12 16 -Asphalt Paving 21 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES z 23 A. Measurement and Payment 24 1. Measurement 25 a. Measurement for this .Item shall be by the linear foot of Temporary 26 Asphalt Paving Repair. 27 2. Payment 28 a. The work performed and materials furnished in accordance with this j29 Item and measured as provided under"Measurement"will be paid for at 30 the unit price bid per linear foot of Temporary Asphalt Paving Repair. 31 No additional payment will be provided for repairs of damage to 32 adjacent pavement caused by the Contractor. 33 3. The price bid shall include: 34 a. Preparing final surfaces p g 35 b. Furnishing, loading, unloading, storing, hauling and handling all ' 36 materials including freight and royalty 37 c. Traffic control for all testing a 38 d. Asphalt, aggregate, and additive CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 r 320118-2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 4 1 e. Materials and work needed for corrective action 2 f. Trial batches 3 g. Tack coat 4 h. Removal and/or sweeping excess material 5 6 1.3 REFERENCES 7 A. Definitions 8 1. H.M.A.C. — Hot Mix Asphalt Concrete 9 1.4 ADMINISTRATIVE REQUIREMENTS 10 A. Permitting 11 1. Obtain Street Use Permit to make utility cuts in the street from the 12 Transportation and Public Works Department in conformance with current 13 ordinances. 14 2. The Transportation and Public Works Department will inspect the paving 15 repair after construction. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 18 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11.FIELD CONDITIONS 24 A. Weather Conditions: Place mixture when the roadway surface temperature is 25 40 degrees F or higher and rising unless otherwise approved. 26 1.12WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 28 2.1 OWNER-FURNISHED [NOT USED] 29 2.2 MATERIALS 30 A. Backfill: see Section 33 05 10. 31 B. Base Material 32 1. Flexible Base: Use existing base and add new flexible base as required in 33 accordance with Section 32 11 23, CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i ' 3201 18-3 TEMPORARY ASPHALT"PAVING REPAIR Page 3 of 4 I C. Asphalt Concrete: See Section 32 12 16. 2 1. H.M.A.C. paving; Type D. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 m EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION i ' 10 A. Removal 11 1. Use an approved method that produces a neat edge. 12 2. Use care to prevent fracturing existing pavement structure adjacent to the 13 repair area. 14 B. Base 15 1. Install flexible base material per detail. 16 2. See Section 32 11 23. ' 17 C. Apshalt Paving 18 1. H.M.A.C. placement: in accordance with Section 32 12 16. 19 2. Type D surface mix. i 20 3.5 REPAIR/RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [RIOT USED] 22 3.7 {FIELD QUALITY CONTROL [NOT USK D] 23 3.8 SYSTEM STARTUP [KNOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10CLEANING [NOT USED] 26 3.11CLOSEOUT ACTIVITIES [NOT USED] 27 3.12PROTECTION [NOT USED] 28 3.13MAINTENANCE [FOOT USED] i 29 3.14ATTACHMENTS [NOT USED] ' 30 END OF SECTION CITY OF FORT WORTH MSR2017 STANDARD CONSTRUMON SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i 3201 18-4 TEMPORARY ASPHALT PAVING REPAIR Page 4 of 4 I Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Jolmson 1.2.A—Modified Items to be included in price bid 2 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cary Project Number 100909 Revised December 20, 2012 i 1 I 32 17 23- 1 PAVEMENT MARKINGS I Page Iof11 1 SECTION 32 17 23 i 2 PAVEMENT MARKINGS _ .' 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic,hot-applied, spray(HAS)pavement markings 8 b. Thermoplastic, hot-applied, extruded (HAE)pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 1 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 1 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. For Miscellaneous Water and Sewer Contracts, all Pavement Markings 16 repairs and replacements shall be subsidiary to the appropriate pavement 17 repair bid item. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 20 2. Division 1 --General Requirements 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Pavement Markings 24 a. Measurement 25 1) Measurement for this Item shall be per linear foot of material placed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"shall be paid for at the 29 unit price bid per linear foot of"Pvmt Marking"installed for: 30 a) Various Widths 31 b) Various Types 32 c) Various Materials 33 d) Various Colors i 34 c. The price bid shall include: 35 1) Installation of Pavement Marking 36 2) Glass beads, when required 37 3) Surface preparation 38 4) Clean-up 39 5) Testing(when required) 40 2. Legends CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 s 32 17 23 -2 PAVEMENT MARKINGS Page 2 of 11 I a. Measurement 2 1) Measurement for this Item shall be per each Legend installed. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 shall be paid for at the unit price bid per each"Legend"installed for: 6 a) Various types 7 b) Various applications 8 c. The price bid shall include: 9 1) Installation of Pavement Marking 10 2) Glass beads,when required 11 3) Surface preparation 12 4) Clean-up 13 5) Testing 14 3. Raised Markers 15 a. Measurement 16 1) Measurement for this Item shall be per each Raised Marker installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 shall be paid for at the unit price bid per each"Raised Marker"installed 20 for: 21 a) Various types 22 c. The price bid shall include: 23 1) Installation of Raised Markers 24 2) Surface preparation 25 3) Clean-up 26 4) Testing 27 4. Work Zone Tab Markers 28 a. Measurement 29 1) Measurement for this Item shall be per each Tab Marker installed. 30 b. Payment 31 -1) The work performed and materials furnished in accordance with this Item 32 shaIl be paid for at the unit price bid per each"Tab Marker"installed for: 33 a) Various types 34 c. The price bid shall include: 35 1) Installation of Tab Work Zone Markers 36 5. Fire Lane Markings 37 a. Measurement 38 1) Measurement for this Item shall be per the linear foot. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"shall be paid for at the 42 unit price bid per linear foot of"Fire Lane Marking"installed. 43 c. The price bid shall include: 44 1) Surface preparation 45 2) Clean-up 46 3) Testing 47 6. Pavement Marking Removal 48 a. Measurement CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 I i 321723-3 PAVEMENT MARKINGS Page 3 of 11 1 1) Measure for this Item shall be per linear foot. 2 b. Payment 3 1) The Work performed and materials furnished in accordance with this Item 4 and measured as provided under"Measurement"shall be paid for at the 5 unit price hid per linear foot of"Remove Pvmt Marking"performed for: 6 a) Various widths 7 c. The price bid shall include: 8 1) Removal of Pavement Markings 9 2) Clean-up 10 7. Raised Marker Removal II a. Measurement i 12 1) Measurement for this Item shall be per each Pavement Marker removed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 shall be paid for at the unit price bid per each"Remove Raised Marker" 16 performed. ' 17 c. The price bid shall include: 18 1) Removal of each Marker 19 2) Disposal of removed materials 20 3) Clean-up 21 8. Legend Removal I 22 a. Measurement 23 1) Measure for this Item shall be per each Legend removed. 24 b. Payment 25 1) The work performed and materials fiirnished in accordance with this Item 26 and measured as provided under"Measurement"shall be paid for at the 27 unit price bid per linear foot of"Remove Legend"performed for: 28 a) Various types 29 b) Various applications 30 c. The price bid shall include: 31 1) Removal of Pavement Markings 32 2) Clean-up 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference 36 standard published at the time of the latest revision date logged at the end of this 37 Specification,unless a date is specifically cited. 38 2. Texas Manual on Uniform Traffic Control Devices(MUTCD),2011 Edition 39 a. Part 3,Markings 40 3. American Association of State Highwav and Transportation Officials (AASHTO} j 41 a. Standard Specification for Glass Beads Used in Pavement Markings,M 247-09 42 4. Federal Highway Administration(FHWA) 43 a. 23 C1 R Part 655,FHWA Docket No.FHWA-2009-0139 44 5, Texas Department of Transportation(TxDOT) 45 a. DMS-4200,Pavement Markers (Reflectorized) J. 46 b. DMS-4300,Traffic Buttons CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 321723-4 PAVEMENT MARKINGS Page 4 of 11 1 c. DMS-8220,Hot Applied Thermoplastic 2 d. DMS-8240,Permanent Prefabricated Pavement Markings 3 e. DMS-8241,Removable Prefabricated Pavement Markings 4 f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 9 specials. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING 15 A. Storage and Handling Requirements 16 1. The Contractor shall secure and maintain a location to store the material in 17 accordance with Section 0150 00. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS 21 2.1 OWNER-SUPPLIED PRODUCTS 22 A. New Products 23 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 24 2.2 MATERIALS 25 A. Manufacturers 26 1. Only the manufacturers as listed in the City's Standard Products List will be 27 considered as shown in Section 0160 00. 28 a. The manufacturer must comply with this Specification and related Sections. 29 2. Any product that is not listed on the Standard Products List is considered a 30 substitution and shall be submitted in accordance with Section 01 25 00. 31 B. Materials 32 1. Pavement Markings 33 a. 'Thermoplastic, hot applied, spray 34 1) Refer to Drawings and City Standard Detail Drawings for width of 35 longitudinal lines. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 i i 321723-5 PAVEMENT MARKINGS j Page 5 of 11 E 1 2) Product shall be especially compounded for traffic markings. 2 3) When placed on the roadway,the markings shall not be slippery when wet, t 3 lift fi om pavement under normal weather conditions nor exhibit a tacky 4 exposed surface. 5 4) Cold ductility of the material shall permit normal road surface expansion ' 6 and contraction without chipping or cracking. I 7 5) The markings shall retain their original color,dimensions and placement 8 under normal traffic conditions at road surface temperatures of 158 degrees 9 Fahrenheit and below. 10 6) Markings shall have uniform cross-section, clean edges, square ends and no I 1 evidence of tracking. 12 7) The density and quality of the material shall be uniform throughout the 13 markings. 14 8) The thickness shall be uniform throughout the length and width of the 15 markings. 16 9) The markings shall be 95 percent free of holes and voids,and free of i 17 blisters for a minimum of 60 days after application. 18 10) The material shall not deteriorate by contact with sodium chloride, calcium 19 chloride or other chemicals used to prevent roadway ice or because of the 20 oil content of pavement markings or from oil droppings or other effects of 21 traffic. 22 11) The material shall not prohibit adhesion of other thermoplastic markings if, : 23 at some future time,new markings are placed over existing material. 24 a) New material shall bond itself to the old line in such a manner that no 25 splitting or separation takes place. 26 12) The markings placed on the roadway shall be completely retroreflective 27 both internally and externally with traffic beads and shall exhibit uniform 28 retro-directive reflectance. 29 13) Traffic beads 30 a) Manufactured from glass 31 b) Spherical in shape 32 c) Essentially free of sharp angular particles 33 d) Essentially free of particles showing cloudiness,surface scoring or 34 surface scratching 35 e) Water white in color 36 f) Applied at a uniforin rate 37 g) Meet or exceed Specifications shown in AASHTO Standard 38 Specification for Glass Beads Used in Pavement Markings,AASHTO 39 Designation: M 247-09, 5 40 b. Thermoplastic,hot applied,extruded 41 1) Product shall be especially compounded for traffic markings 42 2) When placed on the roadway,the markings shall not be slippery when wet, r43 lift from pavement under normal weather conditions nor exhibit a tacky 44 exposed surface. 45 3) Cold ductility of the material shall permit normal road surface expansion 46 and contraction without chipping or cracking. 47 4) The markings shall retain their original color, dimensions and placement 48 under normal traffic conditions at road surface temperatures of 158 degrees r 49 Fahrenheit and below. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 I 321723 -6 PAVEMENT MARKINGS Page 6of11 1 5) Markings shall have uniform cross-section, clean edges, square ends and no 2 evidence of tracking. 3 6) The density and quality of the material shall be uniform throughout the 4 markings. 5 7) The thickness shall be uniform throughout the length and width of the 6 markings. 7 8) The markings shall be 95 percent free of holes and voids, and free of 8 blisters for a minimum of 60 days after application. 9 9) The minimum thickness of the marking,as measured above the plalae 10 formed by the pavement surface,shall not be less than 1/8 inch in the center 11 of the marking and 3/32 inch at a distance of%z inch from the edge. 12 10) Maximum thickness shall be 3/16 inch. 13 11) The material shall not deteriorate by contact with sodium chloride, calcium 14 chloride or other chemicals used to prevent roadway ice or because of the 15 oil content of pavement markings or from oil droppings or other effects of 16 traffic. 17 12) The material shall not prohibit adhesion of other thermoplastic markings if, 18 at some future time,new markings are placed over existing material. New 19 material shall bond itself to the old line in such a manner that no splitting or 20 separation takes place. 21 13) The markings placed on the roadway shall be completely retroreflective 22 both internally and externally with traffic beads and shall exhibit uniform 23 retro-directive reflectance. 24 14) Traffic beads 25 a) Manufactured from glass 26 b) Spherical in shape 27 c) Essentially free of sharp angular particles 28 d) Essentially free of particles showing cloudiness,surface scoring or 29 surface scratching 30 e) Water white in color 31 f) Applied at a uniform rate 32 g) Meet or exceed Specifications shown in AASHTO Standard 33 Specification for Glass Beads Used in Pavement Markings,AASHTO 34 Designation: M 247-09. 35 c. Preformed Polymer Tape 36 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 37 3M High Performance Tape Series 3801 ES, or approved equal. 38 d. Preformed Heat-Activated Thermoplastic Tape 39 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 40 mil preformed thermoplastic or approved equal. 41 2. Raised Markers 42 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 43 Control Devices. 44 b. Non-reflective markers shall be Type Y(yellow body)and Type W(white 45 body)round ceramic markers and shall meet or exceed the TxDOT 46 Specification DMS-4300. 47 c. The reflective markers shall be plastic,meet or exceed the TxDOT 48 Specification DMS-4200 for high-volume retroreflective raised markers and be 49 available in the following types: CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 i 2 ' 321723 -7 PAVEMENT MARKINGS Page 7 of 11 1 1) Type I-C,white body, 1 face reflects white 2 2) Type 11-A-A,yellow body, 2 faces reflect amber 3 3} Type 11-C-R, white body, 1 face reflects white,the other red 1 4 5 3. Work Zone Markings i 6 a. Tabs 7 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 8 of TxDOT DMS-8242, "Temporary Flexible-Reflective Road Marker 9 Tabs." 10 2) Removable markings shall not be used to simulate edge lines. 11 3) No segment of roadway open to traffic shall remain without permanent i 12 pavement markings for a period greater than 14 calendar days. j 13 b. Raised Markers 14 1) All raised pavement markers shall meet the requirements of DMS-4200. 15 c. Striping 16 1) Work Zone striping shall meet or exceed the TxDOT.Specification DMS- 1 17 8200. a 18 2.3 ACCESSORIES [NOT USED) 19 2.4 SOURCE QUALITY CONTROL 20 A. Performance 21 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 22 the requirements detailed in the table below for a minimum of 30 calendar days. i j Posted S eed(m h} :5 30 35—50 >_55 2-lane roads with centerline nIa 100 250 markings only(1) All other roads(2) n/a 50 100 23 (1)Measured at standard 30-m geometry in units of mcd/m/lux. 24 (2)Exceptions: 25 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 26 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as 27 long as the RRPMs are maintained so that at least 3 are visible from any position along that 28 line during nighttime conditions. 29 B.When continuous roadway lighting assures that the markings are visible,minimum 30 pavement marking retroreflectivity levels are not applicable. ' 31 PART 3 - EXECUTION 32 3.1. EXAMINATION [NOT USED] 33 3.2 PREPARATION 34 A. Pavement Conditions 35 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 36 markings and other forms of contamination. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCHON SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 i 321723 - 8 PAVEMENT MARKINGS Page 8 of 11 1 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 2 curing membrane. 3 3. Pavement to which material is to be applied shall be completely dry. 4 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 5 minutes,no condensation develops on the underside of a 1 square foot piece of 6 clear plastic that has been placed on the pavement and weighted on the edges. 7 5. Equipment and methods used for surface preparation shall not damage the 8 pavement or present a hazard to motorists or pedestrians. 9 3.3 INSTALLATION 10 A. General 11 1. The materials shall be applied according to the manufacturer's recommendations. 12 2. Markings and markers shall be applied within temperature limits recommended by 13 the material manufacturer, and shall be applied on clean, dry pavement having a 14 surface temperature above 50 degrees Fahrenheit. 15 3. Markings that are not properly applied due to faulty application methods or being 16 placed in the wrong position or alignment shall be removed and replaced by the 17 Contractor at the Contractor's expense. If the mistake is such that it would be 18 confusing or hazardous to motorists, it shall be remedied the same day of 19 notification. Notification will be made by phone and confirmed by fax. Other 20 mistakes shall be remedied within 5 days of written notification. 21 4. When markings are applied on roadways open to traffic, care will be taken to 22 ensure that proper safety precautions are followed,including the use of signs, 23 cones, barricades, flaggers, etc. 24 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 25 6. Temperature of the material must be equal to the temperature of the road surface 26 before allowing traffic to travel on it. 27 B. Pavement Markings 28 1. Thermoplastic,hot applied, spray 29 a. This method shall be used to install and replace long lines—centerlines, lane 30 lines, edge lines,turn lanes, and dots. 31 b. Markings shall be applied at a 110 mil thickness. 32 c. Markings shall be applied at a 90 mil thickness when placed over existing 33 markings. 34 d. A sealer shall be used if concrete or asphalt is older than three(3)years. 35 e. Typical setting time shall be between 4 minutes and 10 minutes depending 36 upon the roadway surface temperature and the humidity factor. 37 £ Retroreflective raised markers shall be used to supplement the centerlines, lane 38 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 39 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 40 subparagraph 2.4.A.1 of this Specification. 41 2. Thermoplastic,hot applied,extruded 42 a. This method shall be used to install and replace crosswalks and stop-lines. 43 b. Markings shall be applied at a 125 aril thickness. 44 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 45 this Specification. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 i 32 17 23-9 PAVEMENT MARKINGS Page 9 of 11 1 3. Preformed Polymer Tape 2 a. This method shall be used to install and replace crosswalks, stop-lines, and 3 legends. 4 b. The applied marking shall adhere to the pavement surface with no slippage or 5 lifting and have square ends, straight lines and clean edges. 6 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 7 this Specification. 8 4. Preformed Heat-Activated Thermoplastic Tape 9 a. This method shall be used to install and replace crosswalks,stop-lines, and 10 legends. 11 b. The applied marking shall adhere to the pavement surface with no slippage or 12 lifting and have square ends, straight lines and clean edges. 13 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 14 this Specification. 15 C. Raised Markers 16 1. All permanent raised pavement markers on Portland Cement roadways shall be 17 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 18 2. All permanent raised pavement markers on new asphalt roadways may be installed 19 with epoxy or bituminous adhesive. 20 3. A chalk line, chain or equivalent shall be used during layout to ensure that 21 individual markers are properly aligned. All markers shall be placed uniformly 22 along the line to achieve a smooth continuous appearance. 23 D. Work Zone Markings 24 I. Work shall be performed with as little disruption to traffic as possible. 25 2. Install longitudinal markings on pavement surfaces before opening to traffic. 26 3. Maintain lane alignment traffic control devices and operations until markings are 27 installed. 28 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 29 shown on the Drawings. s 30 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 31 of a surface treatment,unless otherwise shown on the Drawings. 32 6. Place markings in proper alignment with the location of the final pavement 33 markings. 34 7. Do not use raised pavement markers for words,symbols, shapes,or diagonal or 35 transverse lines. 36 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 37 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 38 beam automobile headlight. 39 9. The daytime and nighttime reflected color of the markings must be distinctly white 40 or yellow. 41 10. The markings must exhibit uniform retroreflective characteristics. 42 11. Epoxy adhesives shall not be used to work zone markings. 43 3.4 REMOVALS 44 1. Pavement Marking and Marker Removal CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 11 1 a. The industry's best practice shall be used to remove existing pavement 2 markings and markers. 3 b. If the roadway is being damaged during the marker removal, Work shall be 4 halted until consultation with the City. 5 c. Removals shall be done in such a matter that color and texture contrast of the 6 pavement surface will be beld to a minimum. 7 d. Repair damage to asphaltic surfaces, such as spalling,shelling, etc.,greater than 8 1/inch in depth resulting from the removal of pavement markings and markers. 9 Driveway patch asphalt emulsion may be broom applied to reseal damage to 10 asphaltic surfaces. 11 e. Dispose of markers in accordance with federal, state, and local regulations. 12 f. Use any of the following methods unless otherwise shown on the Drawings. 13 1) Surface Treatment Method 14 a) Apply surface treatment at rates shown on the Drawings or as directed. 15 Place a surface treatment a minimum of 2 feet wide to cover the 16 existing marking. 17 b) Place a surface treatment,thin overlay, or microsurfacing a minimum 18 of I lane in width in areas where directional changes of traffic are 19 involved or in other areas as directed by the City. 20 2) Burn Method 21 a) Use an approved burning method. 22 b) For thermoplastic pavement markings or prefabricated pavement 23 markings,heat may be applied to remove the bulk of the marking 24 material prior to blast cleaning. 25 c) When using heat, avoid spalling pavement surfaces. 26 d) Sweeping or light blast cleaning may be used to remove minor residue. 27 3) Blasting Method 28 a) Use a blasting method such as water blasting, abrasive blasting, water 29 abrasive blasting, shot blasting, slurry blasting,water-injected abrasive 30 blasting, or brush blasting as approved. 31 b) Remove pavement markings on concrete surfaces by a blasting method 32 only. 33 4) Mechanical Method 34 a) Use any mechanical method except grinding. 35 b) Flail milling is acceptable in the removal of markings on asphalt and 36 concrete surfaces. 37 2. If a,location is to he paved over,no additional compensation will be allowed for 38 marking or marker removal. 39 3.5 REPAIR I RESTORATION [NOT USED] 40 3.6 RE-INSTALLATION [NOT USED] 41 3.7 FIELD QUALITY CONTROL 42 A. All lines must have clean edges, square ends, and be uniform cross-section. . 43 B. The density and quality of markings shall be uniform throughout their thickness. 44 C. The applied markings shall have no more than 5 percent,by area, of holes or voids and 45 shall be free of blisters. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 i 32 17 23 - 11 PAVEMENT MARKINGS Page 11of11 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION[NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NANIE SUMMARY OF CHANGE I 1/22/I3 S.Arnold Removed paint type marking,updated references,added sealer language 12 i CITY OF FORT WORTH MSR2017 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 I 3231 13- 1 CHAIN LINK FENCE AND GATES Page 1 of 8 1 SECTION 32 3113 1 2 CHAIN LINK FENCE AND GATES 3 PART 1 - GENERAL, 4 1.1 SUMMARY 5 A. Section Includes; 6 1. Galvanized coated chain link (non-security) fencing and accessories in 7 accordance with the City's Zoning Ordinance, 8 2. Wrought iron fencing and accessories 9 3. Steel tube fencing and accessories 10 4, On utility projects: i 11 a. When existing fence is within the project Site (i.e. parallel to the utility 12 trench and/or within utility easement) and is directly disturbed by 13 construction activities, fencing will be paid for as listed in Article 1.2 ' 14 below. 15 b. When existing fence is crossing the proposed utility trench, the work 16 performed and materials furnished in accordance with fence 17 replacement will be considered subsidiary to the trench and no other 18 compensation will be allowed. 19 c. When existing fence is outside of the limits of the project Site or is 20 identified as protected on the Drawings and is disturbed and/or by 21 construction activities, replacement will be at the expense of the 22 Contractor and no other compensation will be allowed. a 23 B. Deviations from this City of Fort Worth Standard Specification 24 1. For Miscellaneous Water and Sewer Contracts, fence repair/replacements 25 small be subsidiary to the price bid per linear foot of pipe. No additional 26 compensation will be allowed. i 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 29 Contract 30 2. Division 1 - General Requirements ' 31 1.2 PRICE AND PAYMENT PROCEDURES i 32 A. Measurement and Payment 33 1. Chain Link Fence i 34 a. Measurement 35 1) Measurement for this Item shall be by the linear foot of Chain Link 36 Fence installed. 37 b. Payment I CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 - Revised December 20, 2012 s a 323113 -2 CHAIN LINK FENCE AND GATES Page 2 of 8 1 1) The work performed and materials furnished in accordance with this 2 Item and measured as provided under"Measurement"will be paid 3 for at the unit price bid per linear foot of Chain Link Fence installed 4 for various: 5 a) Heights 6 b) Fabric materials 7 c. The price bid shall include: s 1) Furnishing and installing all fence and gate materials 9 2) Mow strip, if shown in Drawings 10 3) Cleanup 11 4) Hauling 12 2. Wrought Iron Fence 13 a. Measurement 14 1) Measurement for this Item shall be by the linear foot of Wrought 15 Iron Fence installed. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this 18 Item and measured as provided under"Measurement"will be paid 19 for at the unit price bid per linear foot of Wrought Iron Fence 20 installed for various heights. 21 c. The price bid shall include: 22 1) Furnishing and installing all fence and gate materials 23 2) Mow strip, if shown in Drawings 24 3) Cleanup 25 4) Hauling 26 3. Steel Tube Fence 27 a. Measurement 28 1) Measurement for this Item shall be by the linear foot of Steel Tube 29 Fence installed. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this 32 Item and measured as provided under"Measurement"will be paid 33 for at the unit price bid per linear foot of Steel Tube Fence installed 34 for various heights. 35 c. The price bid shall include: 36 1) Furnishing and installing all fence and gate materials 37 2) Mow strip, if shown in Drawings 38 3) Cleanup 39 4) Hauling 40 1.3 P.EFE RIENCES 41 A. Reference Standards 42 1. Reference standards cited in this specification refer to the current reference 43 standard published at the time of the latest revision date logged at the end 44 of this specification, unless a date is specifically cited. 45 2. American Society for Testing and Materials (ASTM): CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 I 1 323113 -3 CHAIN LINK FENCE AND GATES ' Page 3 of 8 1 a. A 36, Standard Specification for Carbon Structural Steel 2 b. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on 3 Iron and Steel Products 4 C. A 392, Standard Specification for Zinc-Coated Steel Chain-Link Fence 5 Fabric 6 d. A 500, Standard Specification for Cold-Formed Welded and Seamless 7 Carbon Steel Structural Tubing in Rounds and Shapes 8 e. F 626, Standard Specification for Fence Fittings 9 f. F 1043, Standard Specification for Strength and Protective Coatings on 10 Steel Industrial Chain Link Fence Framework 11 g. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated 12 (Galvanized) Welded, for Fence Structures ! 13 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.4 ACTION SUBMITTALS 16 A. Shop drawings y 17 1. Layout of fences and gates with dimensions, details, and finishes of 18 components, accessories and post foundations if requested by the City. 19 B. Product data 20 1. Manufacturer's catalog cuts indicating material compliance and specified 21 options. 22 1.6 ACTION SUBMITTALS/INFORMATI`ONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [`NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10DELIVERY, STORAGE,AND HANDLING [NOT USED] 27 1.11FIELD [SITE] CONDITIONS [NOT USED] 28 1.12WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 3o 2.1 OWNER-FURNISHED [NOT USED] F 31 2.2 MANUFACTURED UNITS / MATERIALS 32 A. Manufacturer { 33 1. Minimum of 5 years of experience manufacturing galvanized Coated chain 34 link fencing. 35 2. Approved Manufacturer or equal: 36 a. Allied Fence, Inc. 37 b. American Fence Corp. 38 c. Anchor Fence, Inc. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 323113 -4 CHAIN LINK FENCE AND GATES Page 4of8 1 d. Master Halco, Inc. 2 B. Materials 3 1. Chain Link Fence 4 a. General 5 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and 6 tension wire shall be of steel. 7 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar 8 bands and other parts shall be of steel, malleable iron, ductile iron 9 or equal 10 3) Post tops, rail end, ties and clips may be of aluminum. 11 4) Use only new material, or salvaged/existing material if approved by 12 City or noted on Drawings. 13 b. Steel Fabric 14 1) Fabric 15 a) No. 9 gauge 16 b) 2-inch mesh 17 (1) Commercial: both top and bottom selvages twisted and 18 barged 19 Residential: match existing or both top and bottom selvages 20 knuckled 21 (2) Furnish 1-piece fabric widths. 22 2) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 23 1.2 oz. zinc per square foot of surface. 24 c. Aluminum Fabric 25 1) Fabric 26 a) ASTM F 1183 27 b) No. 9 gauge 28 c) 2-inch mesh, with both top and bottom selvages twisted and 29 barged. 30 d) Furnish 1-piece fabric widths. 31 d. Steel Framing 32 1) Steel pipe -Type I 33 a) ASTM F 1083 34 b) Standard weight schedule 40 35 c) Minimum yield strength: 30,000 psi 36 d) Sizes as indicated 37 e) Hot-dipped galvanized with minimum average 1.8 oz/ftz of 38 coated surface area 39 2) Steel pipe -Type II 40 a) ASTM F 1043, Group IC 41 b) Minimum yield strength: 50,000 psi 42 c) Sizes as indicated on Drawings 43 d) Protective coating per ASTM F 1043 44 (1) External coating Type B 45 (a) Zinc with organic overcoat CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 F ' F 323113 -5 CHAIN LINK FENCE AND GATES ] Page 5 of 8 1 (b) 0.9 oz/ft2 minimum zinc coating with chromate 2 conversion coating and verifiable polymer film 3 (2) Internal coating Type B 4 (a) Minimum 0.9 oz/ftz zinc or Type D, zinc pigmented, 81 5 percent nominal coating, minimum 3 mils f 6 3) Formed steel ("C') sections: 7 a) Roll formed steel shapes complying with ASTM F 1043, Group II s b) Minimum yield strength: 45,000 psi (310 MPa) 9 c) Sizes as indicated on Drawings 10 d) External coating per ASTM,F 1043, Type A 11 (1) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 12 4) Steel square sections 13 a) ASTM A 500, Grade B 14 b) Minimum yield strength: 40,000 psi 15 c) Sizes as indicated on Drawings 16 d) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated 17 surface area 18 e. Accessories f 19 1) Chain link fence accessories 20 a) ASTM F 626 21 b) Provide items required to complete fence system. 22 c) Galvanize each ferrous metal item and finish to match framing. 23 2) Post caps 24 a) Formed steel or cast malleable iron weather tight closure cap for 25 tubular posts. 26 b) Provide 1 cap for each post. 27 c) Cap to have provision for barbed wire when necessary. 28 d) "C"shaped line past without top rail or barbed wire supporting 29 arms do not require post caps. 30 e) Where top rail is used, provide tops to permit passage of top 31 rail. 32 3) Top rail and rail ends 33 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing 34 b) Pressed steel per ASTM F626 35 c) For connection of rail and brace to terminal posts 36 4) Top rail sleeves 37 a) 7-inch expansion sleeve with a minimum 0.137 inch wire 38 diameter and 1.80 inch length spring, allowing for expansion and 39 contraction of top rail 40 5) Wire ties 41 a) 9 gauge galvanized steel wire for attachment of fabric to line 42 posts 43 b) Double wrap 13 gauge for rails and braces. r 44 c) Hog ring ties of 12-1/2 gauge for attachment 45 6) Brace and tension (stretcher bar) bands 46 a) Pressed steel CITY OF FORT WORTH MSR2017 ` STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 r 323113 -6 CHAIN LINK FENCE AND GATES Page 6of8 1 b) Minimum 300 degree profile curvature for secure fence post 2 attachment 3 c) At square post provide tension bar clips. 4 7) Tension (stretcher) bars: 5 a) 1 piece lengths equal to 2 inches less than full height of fabric 6 b) Minimum cross-section of 3/16 inch x 3/4 inch 7 c) provide tension (stretcher) bars where chain link fabric meets 8 terminal posts. 9 8) Tension wire 10 a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter 11 wire 12 b) Tensile strength: 75,000 psi 13 9) Truss rods &tightener 14 a) Steel rods with minimum diameter of 5/16 inch 15 b) Capable of withstanding a tension of minimum 2,000 pounds 16 10)Nuts and bolts are galvanized. 17 2. Wrought Iron Fence: specified per Drawings. 18 3. Steel Tube Fence: specified per Drawings. 19 4. Setting Materials 20 a. Concrete 21 1) Minimum 28 day compressive strength of 3,000 psi 22 2) Bagged concrete allowed. 23 b. Drive Anchors 24 1) Galvanized angles 25 2) ASTM A 36 steel 26 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to 27 posts. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 3o PART 3 - EXECUTION 31 3.1. INSTALLERS [NOT USED] 32 3.2 EXAMINATION 33 A. Verification of Conditions 34 1. Verify areas to receive fencing are completed to final grades and elevations. 35 2. Ensure property lines and legal boundaries of work are clearly established 36 3.3 PREPARATION [NOT USED] 37 3.4 INSTALLATION 38 A. Chain Link Fence Framing 39 1. Locate terminal post at each fence termination and change in horizontal or 40 vertical direction of 30 degrees or more. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i s 323113 •-7 CHAIN LINK FENCE AND GATES Page 7 of S i 1 2. Space line posts uniformly at 10 feet on center. 2 3. Set all posts in concrete ' 3 a. Drill holes in firm, undisturbed or compacted soil. 4 b. Drill hole diameter 4 times greater than outside dimension of post. 5 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 6 d. Excavate deeper as required for adequate support in soft and loose 7 Soils, and for posts with heavy lateral loads. 8 e. Place concrete around posts in a continuous pour. Trowel finish around 9 post. Slope to direct water away from posts. 10 4. Check each past for vertical and top alignment, and maintain in position 11 during placement and finishing operations. 12 5. Bracing 13 a. Install horizontal pipe brace at mid-height for fences 6 feet and taller, 14 on each side of terminal posts. 15 b. Firmly attach with fittings. 16 c. Install diagonal truss rods at these points. 17 d. Adjust truss rod, ensuring posts remain plumb. F 18 6. Tension wire i 19 a. Provide tension wire at bottom of fabric and at top, if top rail is not 20 specified. i 21 b. Install tension wire before stretching fabric and attach to each post with 22 ties. 23 c. Secure tension wire to fabric With 12-1/2 gauge hog rings 24 inches on 24 center. 25 7, Tap rail 26 a. Install lengths, 21 feet 27 b. Connect joints with sleeves for rigid connections for 28 expansion/contraction. 29 8. Center Rails for fabric height 12 feet and taller. 30 a. Install mid rails between posts with fittings and accessories. 31 9. Bottom Rails: Install bottom rails between posts with fittings and 32 accessories, 33 B. Chain Link Fabric Installation 34 1. Fabric 35 a. Install fabric on security side and attach so that fabric remains in 36 tension after pulling force is released. 37 b. Leave approximately 2 inches between finish grade and bottom selvage. 38 c. Attach fabric with wire ties to line posts at 15 inches on center and to 39 rails, braces, and tension wire at 24 inches on center. 40 2. Tension (stretcher) bars 41 a. Pull fabric taut. 42 b. Thread tension bar through fabric and attach to terminal posts with 43 bands or clips spaced maximum of 15 inches on center. 44 3. Accessories CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20,2012 323113- 8 CHAIN LINK FENCE AND GATES Page 8of8 1 a. Tie wires: Bend ends of wire to minimize hazard to persons and 2 clothing. 3 b, Fasteners: Install nuts on side of fence opposite fabric side for added 4 security. 5 c. Slats: Install slats in accordance with manufacturer's instructions. 6 C. Wrought Iron Installation: install per Drawings 7 D. Steel Tube Fence: install per Drawings 8 3.5 REPAIR/RESTORATI0N [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [MOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10CLEANING [NOT USED] 14 3.11CL0SE0UT ACTIVITIES [NOT USED] 15 3.12PROTECT"I0N [NOT USED] 16 3.13MAINTENANCE [NOT USED] 17 3,14ATTACFEMENTS [NOT USED] Is END OF SECTION 19 Revision Log DATE NAME StA04ARY OF CHANGE 12/20/2012 D.Johnson 1.I.A.modified to describe when City would pay for fence replacement on utility projects 20 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 323126- 1 WIRE FENCE AND GATES Page 1 of 6 1 SECTION 32 3126 2 WIRE FENCE AND GATES 3 PART 1 - GENERAL 4 1.1. SUMMARY ' 5 A. Section Includes: 6 1. Furnish and construct fence of barbed or smooth wire. 7 2. On utility projects: 8 a. When existing fence is within the project Site (i.e. parallel to the utility 9 trench and/or within utility easement) and is directly disturbed by 10 construction activities, fencing will be paid for as listed in Article 1.2 11 below. 12 b. When existing fence is crossing the proposed utility trench, the work 13 performed and materials furnished in accordance with fence : 14 replacement will be considered subsidiary to the trench and no other 1s compensation will be allowed. 16 c. When existing fence is outside of the limits of the project Site or is 17 identified as protected on the Drawings and is disturbed and/or by 18 construction activities, replacement will be at the expense of the 19 Contractor and no other compensation will be allowed. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. For Miscellaneous Water and Sewer Contracts, fence repair/replacements 22 shall be subsidiary to the price bid per linear foot of pipe. No additional 23 compensation will be allowed. 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 1 26 Contract 27 2. Division 1 - General Requirements 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Wire Fence 31 a. Measurement 32 1) Measurement for this Item shall be by the linear foot of Wire Fence, 33 excluding gates. ' 34 b. Payment 35 1) The work performed and materials furnished in accordance with this 36 Item and measured as provided under `Measurement"will be paid 37 for at the unit price bid per linear foot of Wire fence installed for 38 various: 39 a) Post types •' 40 b) Wire types CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 F 323126- 2 WIRE FENCE AND GATES Page 2 of 6 1 c) Number of Strands as specified in the Drawings 2 c. The price bid shall include: 3 1) Removal of existing fence and/or, unless specifically defined as a 4 separate pay item on Drawings 5 2) Furnishing, preparing, hauling, and installing Wire Fence 6 3) Excavation, backfilling, and disposal of surplus material 7 4) Removal and trimming of brush and tree limbs 8 2. Steel Gates 9 a. Measurement 10 1) Measurement for this Item shall be per each Steel Fence. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this 13 Item and measured as provided under"Measurement"will be paid 14 for at the unit price bid per each Steel Gate by height. 15 c. The price bid shall include, 16 1) Removal of existing fence and/or gates, unless specifically defined 17 as a separate pay item on Drawings 18 2) Furnishing, preparing, hauling, and installing Steel Gates 19 3) Excavation, backfilling, and disposal of surplus material 20 4) Removal and trimming of brush and tree limbs 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end 25 of this specification, unless a date is specifically cited. 26 2. American Society for Testing and Materials (ASTM): 27 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 28 Wrought 29 b. A 121, Standard Specification for Metallic-Coated, Carbon Steel Barbed 30 Wire 31 c. A 116, Standard Specification for Metallic-Coated, Steel Woven Wire 32 Fence Fabric 33 d. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated 34 (Galvanized) Welded, for Fence Structures 35 3. American Wood Protection Association (AWPA) 36 a. P8/P9, Standard for Oil-Borne Preservatives 37 b. C5, Fence Posts - Preservative Treatment by Pressure Processes CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i i 32 31 26-3 F WIRE FENCE AND GATES { Page 3of6 1 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SURMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.3 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10DELIVER.Y, STORAGE, AND HANDLING [NOT USED] 8 1.11FIELD [SITE] CONDITIONS [NOT USED] 9 1.12WARRANTY [NOT USED] o io PART 2 - PRODUCTS 11 2.1 0W- NER-FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Furnish materials in accordance with details shown on the Drawings and with 14 the following requirements. 15 B. Metal Posts and Braces 16 1. Steel Pipe: ASTM F 1083 17 2. T posts: ASTM A 702 18 3. Use only new steel. Do not use rerolled or open seam material. 19 4. Furnish galvanized steel sections in ASTM F 1083. 20 S. Painting 21 a. Use an approved anticorrosive coating. 22 b. After installation of painted posts and braces, spot-coat damaged areas 23 with the same paint color. 24 c. Use paint with at least the same anticorrosive properties as the original 25 paint. 26 6. Use the size, weight, and area of posts, braces, and anchor plates shown 27 on the Drawings. 28 C. Wood Posts and Braces 29 1. Untreated Wood: cedar or juniper timber 30 2. Treated Wood { 31 a. AWPA standards govern materials and methods of treatments including 32 seasoning, preservatives, and inspection for treatment. 33 b. Each piece or bundle of other treated-timber products must have: i 34 1) Legible brand mark or tag indicating the name of the treater 35 2) Date of treatment or lot number 36 3) AWPA treatment specification symbol 37 c. Provide the level of preservative indicated in Table 1. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 323126-4 WIRE FENCE AND GATES Page 4 of 6 1 Table 1 2 Minimum Retention of Preservative Penta- chloroph AVIfPA Product enol Stands i (Ib,/cu, rd for ft.)AWPA Treatm Preservativ (P8/P9) ent e Standard Wire fence posts 0.4 C5 (round)' 3 1. Retention determined by assay (0 to 1.0-inch zone). 4 3. Use sound timber that is free from decay, shakes, splits, or other defects 5 that would weaken the posts or braces or otherwise make them structurally 6 unsuitable for the purposes intended. 7 4. Knots that are sound, tight, trimmed flush, and not in clusters will be 8 allowed, provided they do not exceed 1/3 of the small diameter or the least 9 dimension of the posts and braces. 10 5. Remove spurs and splinters, cutting the ends square. 11 D. Gates and Gateposts: Furnish materials to the required dimensions. 12 E. Barbed and Smooth Wire: ASTM A 121, Class 1 13 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 14 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart 15 F. Wire Mesh: ASTM A 116, Class 1 16 1. Top and bottom wires: at least 10 gauge wire 17 2. Intermediate wires and vertical stays: 12 1/2 gauge wire 18 G. Miscellaneous 19 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices 20 for holding barbed wire and wire mesh firmly to metal posts. 21 2, Use material of good commercial quality and design. 22 3. Provide galvanized staples, at least 1 1/2 inch long. 23 H. Concrete 24 1. Minimum 28 day compressive strength of 3,000 psi 25 2. Bagged concrete allowed. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 f 323126-5 WIRE FENCE AND GATES Page 5 of 6 1 2.3 ACCESSORIES [NO r USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 o EXECUTION 4 3.1 INSTALLERS [NOT USED] s 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [KNOT USED] 7 3.4 INSTALLATION . s A. Space fence posts as shown on the Drawings or to match existing. 9 B. Set fence posts plumb and firm at the intervals,, depth, and grade shown on the 10 Drawings or to match existing. 11 C. Brace corner and pull posts in 2 directions. t 12 D. Brace end posts and gateposts in 1 direction. 13 E. Install a corner post where the alignment changes 30 degrees or more. 14 F. At alignment angles between 15 and 30 degrees, brace the angle post to the 5 15 adjacent line posts with diagonal tension wires. 16 G. At grade depressions where stresses tend to pull posts out of the ground, snub I7 or guy the fencing at the critical point with a double 9 gauge galvanized wire. 18 H. Connect the wire to the top.horizontal line of the barbed wire or to the tap and 19 bottom wire or wire mesh fabric, and to a deadman weighing at least 100 20 pounds. f 21 I. Stretch the fence before guying and snubbing. 22 J. Install number stands at spacing shown in Drawings. i 23 K. Install corner, end, or angle post assembly before stretching the wire between 24 posts. 25 L. Connect existing cross fences to the new fences and corner posts at junctions 26 with existing fences. 27 M. While drawing barbed wire and wire fabric taut, fasten to posts using 28 galvanized ties or staples, or as shown on the Drawings. 29 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 s 30 feet intervals for wood posts. k 31 0. Drive metal line posts provided driving does not damage the posts. 32 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum 33 of 24 inches and crowned at the top to shed water. 34 Q. Thoroughly tamp backfill in 4 inch layers. 35 R. Notch timber posts. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012. 323126-6 WIRE FENCE AND GATES Page 6 of 6 1 3.S REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10CLEANING [NOT USED] 7 3.11CL.OSEOUT ACTIVITIES [NOT USED] 8 3.12PROTECTION [NOT USED] 9 3.13MAINTENANCE [NOT USED] io 3.14ATTACHMENTS [NOT USED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.LA,modified to describe when City would pay for fence replacement on utility projects 13 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 323129 - 1 WOOD FENCE AND GATES Page 1 of 5 1 SECTION 32 3129 2 WOOD FENCE AND GATES 3 PART 1 - GEH ERAL= 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of wood fences and gates along boundaries, property lines in 7 accordance with the City's Zoning Ordinance. 8 2. On utility projects: 9 a. When existing fence is within the project Site (i.e. parallel to the utility 10 trench and/or within utility easement) and is directly disturbed by 11 construction activities, fencing will be paid for as listed in Article 1.2 12 below. 13 b. When existing fence is crossing the proposed utility trench, the work 14 performed and materials furnished in accordance with fence 15 replacement will be considered subsidiary to the trench and no other 16 compensation will be allowed. 17 c. When existing fence is outside of the limits of the project Site or is 18 identified as protected on the Drawings and is disturbed and/or by 19 construction activities, replacement will be at the expense of the 20 Contractor and no other compensation will be allowed. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. For Miscellaneous Water and Sewer Contracts, fence repair/replacements 23 shall be subsidiary to the price bid per linear foot of pipe. No additional 24 compensation will be allowed. 25 C. Related Specification Sections include, but are not necessarily limited to: 26 1. Division g Bidding Requirements, Contract Forms, and Conditions of the 27 Contract 28 2. Division 1 - General Requirements 29 1.2 PRIG AND PAYMENT PROCEDURES 30 A. Measurement and Payment r 31 1. Measurement 32 a. Measurement for this Item shall be by the linear foot of Wood Fence 33 installed, including gates. 34 2. Payment 35 a. The work performed and materials furnished in accordance with this 36 Item and measured as provided under"Measurement"will be paid for at 37 the unit price bid per linear foot of Wood Fence installed for by height. 38 3. The price bid shall include: 39 a. Furnishing all materials for fence and gates 40 b. All preparation, erection and installation of materials CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 323129- 2 WOOD FENCE AND GATES Page 2 of 5 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end 5 of this specification, unless a date is specifically cited. 6 2, American Society for Testing and Materials (ASTM): 7 a. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on 8 Iron and Steel Products 9 b. A 500, Standard Specification for Cold-Formed Welded and Seamless to Carbon Steel Structural Tubing in Rounds and Shapes 11 c. F 1043, Standard Specification for Strength and Protective Coatings on 12 Steel Industrial Chain Link Fence Framework 13 d. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated 14 (Galvanized) Welded, for Fence Structures 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTAILS 17 A. Shop drawings: Layout offences and gates with dimensions, details, and 18 finishes of components, accessories and post foundations 19 B. Product data: Manufacturer's catalog cuts indicating material compliance and 20 specified options 21 C. Building Permit: All fences over 6 feet 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USEED] 24 1.8 MAINTENANCIE MATERIAL SUBMITTALS [NOT USED] 25 1..9 QUALITY ASSURANCE [NOT USED] 26 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11FIELD [SITE] CONDITIONS [NOT USED] 28 1.12WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 3o 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 31 2.2 MATERIALS 32 A. General 33 1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or 34 equal. 35 2. Post tops may be of aluminum. 36 B. Slats: Redwood or cedar free from all major decay or defects which would 37 weaken or otherwise cause them to be unsuitable for fence slats. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 1 323129-3 WOOD FENCE AND GATES Page 3 of 5 1 C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match 2 existing. 3 D. Corner, Gate, End, or Line Posts 4 1. Wood Posts 5 a. Minimum size: 4-inch x 4-inch cedar wood post or match existing 6 b. Free from all decay, splits, multiple cracks, or any other defect which 7 would weaken the posts or otherwise cause them to be structurally 8 unsuitable for the purpose intended 9 2. Steel Posts 10 a. Steel pipe -Type I 11 1) ASTM F 1083 12 2) Standard weight schedule 40 13 3) Minimum yield strength: 30,000 psi 14 4) Sizes as indicated on Drawings 15 5) Hot-dipped galvanized with minimum average 1.8 oz/ft2 of coated 16 surface area. ' 17 b. Steel pipe -Type II i 18 1) ASTM F 1043, Group IC 19 2) Minimum yield strength: 50,000 psi 20 3) Sizes as indicated on Drawings 21 4) Protective coating per ASTM F 1043 22 5) External coating Type B 23 a) Zinc with organic overcoat 24 b) 0.9 Oz/ft2 minimum zinc coating with chromate conversion 25 coating and verifiable polymer film 26 6) Internal coating Type B i 27 a) Minimum 0.9 0z/ft2 zinc or Type D, zinc pigmented, 81 percent 28 nominal coating, minimum 3 mils 29 c. Farmed steel ("C') sections 30 1) Roll formed steel shapes complying with ASTM F 1043, Group II 31 2) Minimum yield strength: 45,000 psi (310 MPa) 32 3) Sizes as indicated on Drawings 33 4) External coating per ASTM F 1043, Type A 34 a) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 35 d. Steel square sections 36 1) ASTM A 500, Grade B 37 2) Minimum yield strength: 40,000 psi 38 3) Sizes as indicated 39 4) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated surface 40 area 41 3. Accessories 42 a. Post caps 43 1) Formed steel or cast malleable iron weather tight closure cap for 44 tubular posts. 45 2) Provide one cap for each post. 46 3) Cap to have provision for barbed wire when necessary. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revises! December 20, 2012 323129 -4 WOOD FENCE AND GATES Page 4 of 5 1 4) "C"shaped line post without top rail or barbed wire supporting arms 2 do not require post caps. 3 5) Where top rail is used, provide tops to permit passage of top rail. 4 4. Setting Materials 5 a. Concrete 6 1) Minimum 28 day compressive strength of 3,000 psi 7 2) Bagged concrete allowed. 8 2.3 ACCESSORIES [NOT USED] 9 2.4 SOURCE QUALITY CONTROL [NOT USED] 10 PART 3 m EXECUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION 13 A. Verification of Conditions 14 1. Verify areas to receive fencing are completed to final grades and elevations. 15" 2. Ensure property lines and legal boundaries of work are clearly established. 16 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 A. Wood Fence Framing 19 1. Steel Posts are required for all required screening fences. 20 2. Locate terminal post at each fence termination and change in horizontal or 21 vertical direction of 30 degrees or more. 22 3. Space line posts uniformly at 10 feet on center. 23 4. Set all posts in concrete. 24 a. Drill holes in firm, undisturbed or compacted soil. 25 b. Drill hole diameter 4 times greater than outside dimension of post 26 (minimum 12 inches). 27 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 28 d. Excavate deeper as required for adequate support in soft and loose 29 soils, and for posts with heavy lateral loads. 30 e. Place concrete around posts in a continuous pour. 31 f. Trowel finish around post. Slope to direct water away from posts. 32 5. Check each post for vertical and top alignment, and maintain in position 33 during placement and finishing operations. 34 B. Slats 35 1. Place slats approximately 1 inch above the ground, and on a straight grade 36 between posts by excavating high points of the ground. 37 2. Fasten slats to top and bottom railings with 2 galvanized screws designed 38 for wood fence construction at both the top and bottom rail. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 323129-5 WOOD FENCE AND GATES Page 5 of 5 1 3.5 REPAID/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL. [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] S 3.9 ADJUSTING [NOT USED] 6 3.10CLEANING [NOT USED] 7 3.11CLOSEOUT ACTIVITIES [NOT USED] 8 3.12PGROTECTION [NOT USED] 9 3.13L+MAINTEMANCE [NOT USED] 10 3.14-ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Lag DATE NAME ST AIMARY OF CHANGE 12/20/2012 D.Johnson 1.1.A.modified to describe when City would pay for fence replacement on utility projects E 13 i i f i a CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i s 1 330514- 1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE 1 Page 1 of 7 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 1 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Vertical adjustments to manholes, drop inlets,valve boxes, cathodic protection test 7 stations and other miscellaneous structures to a new grade 8 B. Deviations from this City of Fort Worth Standard Specification 9 1.2 Price and Payment Procedures 10 A. Measurement and Payment 11 2.Manhole— Major Adjustment 12 a. Measurement 13 1)Add - Remove existing sewer manhole concrete section and raise or 14 lower rim (Maximum 3 vertical feet) by removing the existing cone 15 section and installing a new cone section to proposed elevation. This is 16 only applicable to concrete manholes. 17 5. Valve Box 18 b. Payment For Misc. Contracts,valve box adjustment are incidental to the 19 valve installation cost. 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 32 0117—Permanent Asphalt paving Repair 24 4. Section 32 0129—Concrete Paving Repair 25 5. Section 33 05 10— Utility Trench Excavation, Embedment and Back-fill ' 26 6. Section 33 05 13 — Frame, Cover and Grade Rings 27 7. Section 33 39 10 —Cast-in-Place Concrete Manholes 28 8. Section 33 39 20— Precast Concrete Manholes 29 9. Section 33 12 20— Resilient Seated (Wedge) Gate Valve 30 10. Section 33 12 21—AWWA Rubber-Seated Butterfly Valve 31 11. Section 33 04 11 —Corrosion Control Test Station " 32 12. Section 33 04 12— Magnesium Anode Cathodic Protection System 33 1.2 PRICE AND PAYMENT PROCEDURES 34 A. Measurement and Payment 35 1. Manhole— Minor Adjustment 36 a. Measurement 37 1) Measurement for this Item shall be per each adjustment using only grade 38 rings or other minor adjustment devices to raise or lower a manhole to a 39 grade as specified on the Drawings. 40 b. Payment i CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 k 330514- 2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 7 1 1) The work performed and the materials furnished in accordance with this 2 Item will be paid for at the unit price bid per each"Manhole Adjustment, 3 Minor"completed. 4 c. The price bid shall include: 5 1) Pavement removal 6 2) Excavation 7 3) Hauling 8 4) Disposal of excess material 9 5) Grade rings or other adjustment device 10 6) Reuse of the existing manhole frame and cover 11 7) Furnishing, placing and compaction of embedment and backfill 12 8) Concrete base material 13 9) Permanent asphalt patch or concrete paving repair, as required 14 10) Clean-up 15 2. Manhole Major Adjustment 16 a. Measurement 17 1) Measurement for this Item shall be per each adjustment requiring 18 structural modifications to raise or lower a manhole to a grade as specified 19 on the Drawings. 20 b. Payment 21 1) The work performed and the materials furnished in accordance with this 22 Item will be paid for at the unit price bid per each"Manhole Adjustment, 23 Major"completed. 24 c. The price bid shall include: 25 1) Pavement removal 26 2) Excavation 27 3) Hauling 28 4) Disposal of excess material 29 5) Structural modifications, grade rings or other adjustment device 30 6) Reuse of the existing manhole frame and cover 31 7) Furnishing, placing and compaction of embedment and backfill 32 8) Concrete base material 33 9) Permanent asphalt patch or concrete paving repair, as required 34 10) Cleanup 35 3. Manhole Major Adjustment with Frame and Cover 36 a. Measurement 37 1) Measurement for this .item shall be per each adjustment requiring 38 structural modifications to raise or lower a manhole to a grade specified on 39 the Drawings or structural modifications for a manhole requiring a new 40 frame and cover, often for changes to cover diameter. 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item will be paid for at the unit price bid per each"Manhole Adjustment, 44 Major wJ Cover"completed. 45 c. The price bid shall include: 46 1) Pavement removal 47 2) Excavation 48 3) Hauling 49 4) Disposal of excess material 50 5) Structural modifications, grade rings or other adjustment device 51 6) Frame and cover CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 t 33 05 14-3 ADJUSTING MANHOLES, INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE ' Page 3 of 7 1 7) Furnishing, placing and compaction of embedment and backfill 2 8) Concrete base material ` 3 9) Permanent asphalt patch or concrete paving repair, as required 4 10) Cleanup 5 4. Inlet - 6 a. Measurement 7 1) Measurement for this Item shall be per each adjustment requiring 8 structural modifications to inlet to a grade specified on the Drawings. 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 Item will be paid for at the unit price bid per each"Inlet Adjustment" 12 completed. 13 c. The price bid shall include: 14 1) Pavement removal 15 2) Excavation 16 3) Hauling 17 4) Disposal of excess material 18 5) Structural modifications 19 6) Furnishing, placing and compaction of embedment and backfill 20 7) Concrete base material, as required 21 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 22 required 23 9) Clean-up 24 5. Valve Box 25 a. Measurement ' 26 1) Measurement for this Item shall be per each adjustment to a grade r 27 specified on the Drawings. 28 b. Payment 29 1) The work performed and the materials furnished in accordance with this 30 Item will be paid for at the unit price bid per each"Valve Box Adjustment" 31 completed. 32 c. The price bid shall include: 33 1) Pavement removal 34 2) Excavation 35 3) Hauling 36 4) Disposal of excess material 37 5) Adjustment device 38 6) Furnishing, placing and compaction of embedment and backfill 39 7) Concrete base material, as required 40 8) Surface restoration, permanent asphalt patch or concrete paving repair,as I 41 required 42 9) Clean-up 43 6. Cathodic Protection Test Station a 44 a. Measurement 45 1) Measurement for this Item shall be per each adjustment to a grade 46 specified on the Drawings. 47 b. Payment 48 1) The work performed and the materials furnished in accordance with this 49 Item will be paid for at the unit price bid per each"Cathodic Protection 50 Test Station Adjustment"completed, 51 c. The price bid shall include: CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 3305 14-4 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 7 1 1) Pavement removal 2 2) Excavation 3 3) Hauling 4 4) Disposal of excess material 5 5) Adjustment device 6 6) Furnishing, placing and compaction of embedment and backfill 7 7) Concrete base material, as required 8 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 9 required 10 9) -Clean-up 11 7. Fire Hydrant 12 a. Measurement 13 1) Measurement for this Item shall be per each adjustment requiring stem 14 extensions to meet a grade specified by the Drawings. 15 b. Payment 16 1) The work performed and the materials furnished in accordance with this 17 Item will be paid for at the unit price bid per each"Fire Hydrant Stem 18 Extension"completed. 19 c. The price bid shall include: 20 1) Pavement removal 21 2) Excavation 22 3) Hauling 23 4) Disposal of excess material 24 5) Adjustment materials 25 6) Furnishing, placing and compaction of embedment and backfill 26 7) Concrete base material, as required 27 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 28 required 29 9) Clean-up 30 8. Miscellaneous Structure 31 a. Measurement 32 1) Measurement for this Item shall be per each adjustment requiring 33 structural modifications to said structure to a grade specified on the 34 Drawings. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item will be paid for at the unit price bid per each"Miscellaneous Structure 38 Adjustment"completed. 39 c. The price bid shall include: 40 1) Pavement removal 41 2) Excavation 42 3) Hauling 43 4) Disposal of excess material 44 S) Structural modifications 45 6) Furnishing, placing and compaction of embedment and backfill 46 7) Concrete base material 47 8) Permanent asphalt patch or concrete paving repair, as required 48 9) Clean-up 49 1.3 REFERENCES 50 A. Definitions CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i 4 3305 14-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 7 4 1 1. Minor Adjustment 2 a. Refers to a small elevation change performed on an existing manhole where 3 the existing frame and cover are reused. 4 2. Major Adjustment 5 a. Refers to a significant elevation change performed on an existing manhole 6 which requires structural modification or when a 24-inch ring is changed to a 7 30-inch ring. 8 B. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. Texas Commission on Environmental Quality(TCEQ): 13 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55-- Manholes and a 14 Related Structures. 15 1.4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS{INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] f i I9 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] i 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS[NOT USED] 23 1.12 WARRANTY[NOT USED] 24 PART 2- PRODUCTS t 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 MATERIALS 27 A. Cast-in-Place Concrete 28 1. See Section 03 30 00. 29 B. Modifications to Existing Concrete Structures 30 1. See Section 03 80 00. l 31 C. Grade Rings 32 1. See Section 33 05 13. 33 D. Frame and Cover 34 1. See Section 33 05 13. 35 E. Backfill material 36 1. See Section 33 05 10. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 330514-6 ADJUSTING MANHOLES, INLETS,VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 F. Water valve box extension 2 1. See Section 33 12 20. 3 G. Corrosion Protection Test Station 4 1. See Section 33 04 11. 5 H. Cast-in-Place Concrete Manholes 6 1. See Section 33 39 10. 7 I. Precast Concrete Manholes 8 1. See Section 33 39 20. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL[NOT USED] I I PART 3 - EXECUTION 12 3.1 INSTALLERS[NOT USED] 13 3.2 EXAMINATION 14 A. Verification of Conditions 15 1. Examine existing structure to be adjusted, for damage or defects that may affect 16 grade adjustment. 17 a. Report issue to City for consideration before beginning adjustment. 18 3.3 PREPARATION 19 A. Grade Verificatlon 20 1. On major adjustments confirm any grade change noted on Drawings is consistent 21 with field measurements. 22 a. If not, coordinate with City to verify final grade before beginning adjustment. 23 3.4 ADJUSTMENT 24 A. Manholes, Inlets, and Miscellaneous Structures 25 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 26 30-inch frame and cover assembly per TCEQ requirement. 27 2. On manhole major adjustments, inlets and miscellaneous structures protect the 28 bottom using wood forms shaped to fit so that no debris blacks the invert or the 29 inlet or outlet piping in during adjustments. 30 a. Do not use any more than a 2-piece bottom. 31 3. Do not extend chimney portion of the manhole beyond 24 inches. 32 4. Use the least number of grade rings necessary to meet required grade. 33 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 34 rings. 35 B. Valve Boxes 36 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 37 the Drawings. 38 C. Backfill and Grading CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 330514-7 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 7 of 7 1 1. Backfill area of excavation surrounding each adjustment in accordance to Section t 2 33 05 10. ` 3 D. Pavement Repair 4 1. If required pavement repair is to be performed in accordance with Section 32 01 17 5 or Section 32 0129. 6 3.5 REPAIR/ RESTORATION [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] S 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] I0 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3,13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS[NOT USED] 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A— Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover;Added items to be included in price 12/20/2012 D. Johnson bids; Blue text added for clarification for miscellaneous structure F adjustments 3.4—Pavement repair requirements were added 17 r CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised December 20, 2012 i l 347113 - 1 TRAFFIC CONTROL. Page 1 of 6 1 SECTION 34 7113 l 2 TRAFFIC CONTROL 3 PART 1. - GENERAL i 4 1..1. SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. TRAFFIC CONTROL 9 The contractor will be required to obtain a "Street Use Permit" prior to starting 10 work. As part of the "Street Use Permit" a traffic control plan is required. The 11 Contractor shall be responsible for providing traffic control during the construction 12 of this project consistent with the provisions set forth in the"Latest Edition Texas 13 Manual on Uniform Traffic Control Devices for Streets and Highways" issued under 14 the authority of the"State of Texas Uniform Act Regulating Traffic on Highways," 15 codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section 16 Nos. 27, 29, 30 and 31. 17 18 Unless otherwise included as part of the Construction documents, the Contractor 19 shall submit a traffic control plan (duly sealed, signed and dated by a Registered 20 Professional Engineer(P.E.) in the state of Texas),to the City Traffic Engineer at or 21 before the start of each work order. The P.E. preparing the traffic control plan 22 may utilize standard traffic reroute configurations posted as"Typicals"on the City's 23 Buzzsaw website. Although work will not begin until the traffic control plan has 24 been reviewed and approved, the Contractor's time will begin in accordance with i 25 the timeframe mutually established in the 'Notice to Proceed' issued the 26 Contractor. 27 28 Work shall not be performed on certain locations/streets during "peak traffic 29 periods"as determination by the City Traffic Engineer and in accordance with the 30 applicable provision of the "City of Fort Worth Traffic Control Handbook for 31 Construction and Maintenance Work Areas." 32 33 Payment for traffic control shall cover design and/or installation and maintenance 34 of the traffic control plan, and shall be paid at the unit price bid per each for y 35 "Traffic Control". 36 37 C. Related Specification Sections include, but are not necessarily limited to: 38 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 39 2. Division 1 —General Requirements 40 1..2 PRICE AND PAYMENT PROCEDURES s 41 A. Measurement and Payment 42 1. Installation of Traffic Control Devices 43 a. Measurement CM OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 347113 -2 TRAFFIC CONTROL Page 2 of 6 1 1) Measurement for Traffic Control Devices shall be per month for the Project 2 duration. 3 a) A month is defined as 30 calendar days. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under"Measurement"shall be paid for at the 7 unit price bid for"Traffic Control". 8 c. The price bid shall include: 9 1) Traffic Control implementation 10 2) Installation 11 3) Maintenance 12 4) Adjustments 13 5) Replacements 14 6) Removal 15 7) Police assistance during peak hours 16 2. Portable Message Signs 17 a. Measurement 18 1) Measurement for this Item shall be per week for the duration of use. 19 b. Payment 20 1) The work performed and materials furnished in accordance to this Item 21 and measured as provided under"Measurement"shall be paid for at the 22 unit price bid per week for"Portable Message Sign"rental. 23 c. The price bid shall include: 24 1) Delivery of Portable Message Sign to Site 25 2) Message updating 26 3) Sign movement throughout construction 27 4) Return of the Portable Message Sign post-construction 28 3. Preparation of Traffic Control Plan Details 29 a. Measurement 30 1) Measurement for this Item be per each Traffic Control Detail prepared. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 shall be paid for at the unit price bid per each"Traffic Control Detail" 34 prepared. 35 c. The price bid shall include; 36 1) Preparing the Traffic Control Plan Details for closures of 24 hours or longer 37 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 38 (TMUTCD) 39 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 40 4) Incorporation of City comments 41 1.3 REFERENCES 42 A. Reference Standards 43 1. Reference standards cited in this Specification refer to the current reference 44 standard published at the time of the latest revision date logged at the end of this 45 Specification, unless a date is specifically cited. 46 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 47 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 48 Transportation, Standard Specifications for Construction and Maintenance of 49 Highways, Streets, and Bridges. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 i 347113-3 TRAFFIC CONTROL i Page 3 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 4 implementing Traffic Control within 500 feet of a traffic signal. 5 B. Sequencing 6 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 7 approved by the City and design Engineer before implementation. 8 1.5 SUBMITTALS 9 A. Provide the City with a current list of qualified flaggers before beginning flagging 10 activities. Use only flaggers on the qualified list. 11 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 12 Engineering Division, 311 W. 10''Street. The Traffic Control Plan (TCP) for the Project 13 shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. A 14 copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 15 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 16 Engineer. 17 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 18 Specifications. The Contractor will be responsible for having a licensed Texas 19 Professional Engineer sign and seal the Traffic Control Plan sheets. 20 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 21 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 22 changes to the Traffic Control Plan(s) developed by the Design Engineer. 23 G. Design Engineer will furnish standard details for Traffic Control. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS[NOT USED] 25 1.7 CLOSEOUT SUBMITTALS[NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS[NOT USED] i 30 1.12 WARRANTY[NOT USED] 31 PART 2- PRODUCTS 32 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 33 2.2 ASSEMBLIES AND MATERIALS { 34 A. Description 35 1. Regulatory Requirements CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 347113-4 TRAFFIC CONTROL Page 4 of 6 1 a. Provide Traffic Control Devices that conform to details shown on the Drawings, 2 the TMUTCD, and TXDOT's Compliant Work Zone Traffic Control Device List 3 (CWZTCDL). 4 2. Materials 5 a. Traffic Control Devices must meet all reflectivity requirements included in the 6 TMUTCD and TXDOT Specifications—Item 502 at all times during construction. 7 b. Electronic message boards shall be provided in accordance with the TMUTCD. 8 2.3 ACCESSORIES [NOT USED] 9 2.4 SOURCE QUALITY CONTROL[NOT USED] 10 PART 3 - EXECUTION 11 3.1 EXAMINATION [NOT USED] 12 3.2 PREPARATION 13 A. Protection of In-Place Conditions 14 1. Protect existing traffic signal equipment. 15 3.3 INSTALLATION 16 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 17 the Drawings and as directed. 18 B. Install Traffic Control Devices straight and plumb. 19 C. Do not make changes to the location of any device or implement any other changes to 20 the Traffic Control Plan without the approval of the Engineer. 21 1. Minor adjustments to meet field constructability and visibility are allowed. 22 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 23 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 24 covering, or removing Devices. 25 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 26 and that retroreflective characteristics meet requirements during darkness and rain. 27 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 28 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 29 lights, signs, or other precautionary measures for the protection of persons or property), 30 the Inspector may order such additional precautionary measures be taken to protect 31 persons and property. 32 F. Subject to the approval of the Inspector, portions of this Project,which are not affected by 33 or in conflict with the proposed method of handling traffic or utility adjustments, can be 34 constructed during any phase. 35 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 36 distance of drivers entering the highway from driveways or side streets. 37 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 38 be erected and mounted on portable supports. 39 1. The support design is subject to the approval of the Engineer. CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised ]November 22, 2013 347113 - 5 TRAFFIC CONTROL Page 5 of 6 1 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 2 1. If at any time the existing traffic signals become inoperable as a result of construction 3 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 4 approved by the Engineer, to be used for Traffic Control. 5 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal s 6 turn-ons,street light pole installation,or other construction will be done during peak traffic 7 times(AM: 7 am—9 am, PM: 4 pm - 6 pm). 8 L. Flaggers 9 1. Provide a Contractor representative who has been certified as a flagging instructor 10 through courses offered by the Texas Engineering Extension Service, the American 11 Traffic Safety Services Association, the National Safety Council, or other approved 12 organizations, 13 a. Provide the certificate indicating course completion when requested. 14 b. This representative is responsible for training and assuring that all flaggers are 15 qualified to perform flagging duties. 16 2. A qualified flagger must be independently certified by 1 of the organizations listed 17 above or trained by the Contractor's certified flagging instructor. y 18 3. Flaggers must be courteous and able to effectively communicate with the public. 19 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 20 and follow the flagging procedures set forth in the TMUTCD. 21 5. Provide and maintain flaggers at such points and for such periods of time as may 22 be required to provide for the safety and convenience of public travel and 23 Contractor's personnel, and as shown on the Drawings or as directed by the 24 Engineer. 25 a. These flaggers shall be located at each end of the lane closure. 26 M. Removal 1 27 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 28 and other Traffic Control Devices used for work-zone traffic handling in a timely 29 manner, unless otherwise shown on the Drawings. 30 3.4 REPAIR/ RESTORATION [NOT USED] 31 3.5 RE-INSTALLATION [NOT USED] ! 32 3.6 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 33 3.7 SYSTEM STARTUP [NOT USED] 34 3.8 ADJUSTING [NOT USED] 35 3.9 CLEANING [NOT USED] 36 3.10 CLOSEOUT ACTIVITIES [NOT USED] 37 3.11 PROTECTION [NOT USED] 38 3.12 MAINTENANCE [NOT USED] 39 3.13 ATTACHMENTS [NOT USED] 40 END OF SECTION CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 t s 347113 -6 TRAFFIC CONTROL Page 6 of 6 1 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required 2 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised November 22, 2013 APPENDIX GC-4.01 Availability of Lands - None GC-4.02 Subsurface and Physical Conditions - None GC-4.04 Underground Facilities - None GC-4.06 Hazardous Environmental Condition at Site - None GC-6.06.D Minority and Women Owned Business Enterprise Compliance MBE Subcontractor/Supplier Utilization Form MBE Prime Contractor Waiver Form MBE Good Faith Effort Form MBEJoint Venture Eligibility Form MBE Specifications—Special Instructions GC-6.07 Wage Rates Heavy and Highway Construction Prevailing Wage Rates 2013 i Commercial Construction Prevailing Wage Rates 2013 GC-6.09 Permits and Utilities - None GC-6.24 Nondiscrimination - None GR-01 60 00 Product Requirements - None I II .1 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 1 V 1 f _. lI THIS PACE LEFT IN ENTEIGNALLY BLANK 1 E I I i i i CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 1 `X-61 -02 u6m11 face and PhysicM �®L[LS��IlSll�lLll,lr'J MRS PAGE LEFT INTEN TONALL BLANK i r s i 1 f CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS City Project Number 100909 Revised July 1, 2011 i OCR-6,,04 Underground C auffi des THIS PACE LFFT ANTEN TOO C>7` ALLY BLANK i { 5 J 1 f CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 1 t Site t 1 THYS PA0W, U-TY RMTE,IiMTXO NALLY BLANK E CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 C-6.06,D HU'n(orrP7L and Women Owned MBE Good Faith Effort Yorm MBE .point Venture Eligibility Form NB E Prime Contractor Waiver Form MBE Specifications — Special Instructions for Bidders .MBE Subcontractors/Suppliers Utilization Form I CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 ATTACHMENT 9C Page 1 of 3 FORT WORTH City of Fort Worth MBE Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime r PROJECT NAME; fuI/V4/1DBE NON-MlMIpBE BID DATE I City's MBE Project Goal- Prime's IVfBE Project Commitment: PROJECT Nt1M13ER r If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this 1 form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a s "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, 'I thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or !mowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and it being submitted to and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 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. (D© NOT LIST NAMES OF FIRMS On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supsplier Opportunities tunities to "l l i Rev.6130112 i ATTACHMENT 1C Page 2 of 3 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 MM13E Office or the City's website. Yes Date of listing LzD - ] D m 1 -1 { No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, 1 at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (If yes, attach M13E mail fisting 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,parson contacted,phone number and date and tune of contact.} No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? 1 . Yes (if yes,attach list to include name of MB1 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 MSE 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.) NOTE., The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods-or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE. The Offeror must contact the entire MBE list specific to each subcontracting and supplier j opportunity to be in compliance with questions 3 through 6, 7.) Did you provide plans and specifications to potential MBEs? 1 .._.._❑-._Yes No g,) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.5/33I92 i ATTACHMENT 1 C Page 3 of 3 9. Did you prepare a quotation for the MBEs to bid on goodslservices specific to their$!till set? Yes (if yes,attach all copies of quotations.) 10.) was the contact information on any of the listings not valid? i Yes (If yes,attach the information that was not valid in order for the IMBE Office to address the corrections needed.) t. 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 t concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets,if necessary,and attach.) Com2any 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 an 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 lawns concerning false statements. Any failure to comply with this ordinance shall create a material breach of Rev.5I311112 i ATTACHMENT 1C Page 4 of 3 l 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. The undersigned certifies that the information provided and the IVIBE(s) listed was/were contacted in good faint. It is understood that any IVIBE(s) listed in Attachment IC will be contacted and the reasons for not using them will be verified by the City' M/WBE Office. Authorized Signature Printed Signature V Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Cate k C i 1 Rev.5130112 J 1 I Additional Information: We requested rock and sand (material-not hauling) because we own our own fleet of trucks and do not geed hauling,just the material. We own and operate 6 end dump (20 yard) trucks, 3 dump (10 yard) trucks and 3 dump (4 yard) trucks. Basecom, Inc. email was invalid. danlelle@earthhaulers.eom Earth Haulers email was invalid. All others were no bids. i i i 4 } 5 r I s i i i 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 mast be completed on each project RFP/Bid/Purchasing Number: L .Joint venture information: Joint Venture Name: Joint Venture Address: afapplicable) 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 M name: name: Business Address: Business Address: i City,state,Zip: City,State,Zip: I Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular IS Certification Status: E-mail address Ji Name of Certifying Agency: — — — — -- 2. Scope of work performed by_the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: j Rev.2110115 f Joint Venture Page 2 of 3 { 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? i 4.Attach a copy of the joint venture agreement. ' 5.List components of ownership of j oint venture: (Do not complete ifthis information is described in joint venture agreement) Profit and Loss sharing; l Capital contributions,including equipment: r Other applicable ownership interests: 6. Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales ' _ c. Hiring and Firing of management personnel -------------------------- -- - d. Purchasing of major equipment and/or supplies Supervision of field operations t r The City's Minority and Women Business Enterprise Office will review your joint venture submission and i will have final approval of the MBE percentage applied toward the goal for the project listed on this form, NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MNVBE 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 I BDE Ordinance. s Rev.2110/15 i Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. { The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits,interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. --------------------------------------------------------------------------- Name of MBE firm Name of non-MBE frm 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 w Date Date Notarization State of County of On this day of 120 ,before me appeared 5 and I 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 3 Print Name Notary Public Signature Commission Expires (Sent) Rev.2110115 J s ATTACHMENT 113 FORT WO k Page 1 of 1 i City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form t OFFEROR COMPANY NAME: Check applicable block to describe prime i PROJECT NAME: WVVIDBF NON-MIWIDBE 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 form in its entirety and be received by the Purchasing Division no later than 2:00 pm.,on the a second City business day after bid opening, exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES ° if yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. NO Will you perform this entire contract without suppliers? -I] 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 i The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature i Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address CitylStatelzip Date Rev.2110115 } F DRT 'FORTH City of Fort Worth + Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY if the total dollar value of the contract is$50,000 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 1/a of the base bid value of the contract. Note:If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The [ ffmp shall dellver the MBE dou.urneidalion m ' peisen to the approprlale employee rt ;h+- pwrchpsing division and obtain a dato}lirne receipt. Such receipt shall be ewdence P1xat the City received the docaMmantalit)n in Ilia tirne allocates- A taxed arrt or emAited copy +aril! not be acmpted. 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. i 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day i exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. _ FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MiWBE Office at(817)212-2674. Rev.2/10/15 ATTACHMENT 1A Page 1 of 5 FORT OltT City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime WILLIAM J.SCHULTZ,INC.DBA CIRCLE C CONSTRUCTION i PROJECT NAME-MN/DBE x NON-M1WIDBE BID DATE _ 5 Sewer Main Replacement 2017 6129/17 City's MIWBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 10090 7% 0% Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, ' will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine(9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, ,Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1It tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MIWEEs MAST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency i (NCTRCA), orthe Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). t If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another MIWBE firm, including MIWBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-MIWBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30103 ATTACHMENT1A Page 2of5 FORT WORTH Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N (check one) n SUBCONTRACTOR/SUPPLIER T Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R Q B E EC T E A REDI-MIX CONCRETE I I X SUPPLYING CONCRETE $ 32,800.00 P.O. BOX 844425 MATERIAL DALLAS, TX 75284 RICOCHET FUEL DIST. 1 X SUPPLYING FUEL, OIL, & $ 50,000.00 1101-'A BEDFORD RD. MATERIAL. HYD. FLUID BEDFORD, TX 76002 NATIONAL TRENCH 1 SUPPLYING EQUIPMENT $ 9,360.00 SAFETY X RENTAL RENTAL 1602 E. 6TH ST. IRVING, TX 75060 ' COLE'S SANITATION 1 X SANITATION TOILETS $ 1,560.00 SERVICE 8024 C.R. 518 BURLESON, TX 76028 AMERICAN 1 X SUPPLYING BARRICADES $ 11,628.00 BARRICADE CO. RENTAL 107 E. ENON AVE. EVERMAN, TX 76140 1 FORTILINE SUPPLYING PIPE $ 147,759.00 WATERWORKS MATERIAL 7025 NORTHWINDS DR. CONCORD, NC 28027 ORTWORTH Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Rev.5130/03 f ATTACHMENT 1A Page 3 of 5 I _ ` Certification N (check one) SUBCONTRACTORISUPPLIER T n N T Detail Detail Company fame ; Address e M C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T 1] E E R O B C T E A CROUCH SAND & X SUPPLYING SAND & $ 1,730.00 GRAVEL MATERIAL GRAVEL 618 S. BELTLINE RD. IRVING, TX 75060 ARCO CONTRACTOR 1 Y SUPPLYING MISC. JOB $ 10,688.00 SUPPLY MATERIAL RELTATED 2305 LUDELLE ST. PRODUCTS FORT WORTH, TX 76105 THE HOME DEPOT 1 SUPPLYING MISC. JOB $ 6,934.00 DEPT 32-2502076678 MATERIAL RELATED P.O. BOX 6031 PRODUCTS LAKES, NV. 88901 UNITED RENTAL INC. 1 Y RENTAL EQUIPMENT $ 41,345.00 3120 SPUR 482 RENTAL SUITE B IRVING, TX. 75062 s JOHN A. MILLER & 1 INSURANCE BONDING $ 20,000.00 ASSOC. P.O. BOX 7214 FT. WORTH, TX. 76110 i MJ PIPELINE INSP. 1 X SUPPLYING CCTV $ 2,130.00 ' P.O. BOX 851 SERVICE GRANBURY, TX 76049 s Rev.5/30/03 ATTACHMENT 1A Page 4 of 5 1 X ' FORT WORTH a Total Dollar Amount of MIWBE Subcontractors/Suppliers k Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers 335,934.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS 335,934.00 i The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, i complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s)arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination ? of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the MA(V/DBE(s) on this contract, by an 3 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 and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Lc.rl Michele S. Lankford Authorized Signature Printed Signature i Vice-President Title Contact Name/Title(if different) ' Circle C Construction Co. 817-293-1863 FAX 817-293-1957 Company Name Telephone and/or Fax P.O.BOX40328 m.lankford@circlecconstruction.com Address E-mail Address FORT WORTH,TX.76140 6/29117 City/statelzip Date Rev.5/30103 i i l OR May 10, 2017 Michele Lankford William J. Schultz, Inc. dba Circle C Construction Co. P.O. Box 40328 Fort Worth, TX 76140 Dear Ms. Lankford: This is in response to your request for the attached listings to assist your company in seeking and i utilizing MBE sub-contractors and/or suppliers: Contractor_Opportunities Requested Contractor Opportunities Provided CCTV(Pre and Post) TV inspection and/or Pipeline Cleaning Bypass Pumping Concrete Pumping.Services Supplier_Opportunities Requested Supplier Opportunities Provided Barricades T Barricades, Traffic Cones, and other Devices Toilets No MBE Firms Provided Rock (material only) Aggregate: Sand/Gravel/Dirt/Topsoil, Etc. Sand (material only) See above Concrete Concrete, Precast HDPE Pipe Pipe Culverts Pipe Fittings and Valves PVC Sewer Pipe See above Pipe Suppliers i The attached listings can be utilized up to two months from the date of this letter, per City of Fort Worth's Business Diversity Enterprise Ordinance #20020-12-2011. If additional commodities are needed within this 2-month period, please contact this office and your request will be processed immediately. Thank you for your interest and if M/WBE Office can be of further assistance feel free to contact us at (817) 392--2674. Sincerely, Administrative Technician - i Minority/Women Business Enterprise Office ECONOMIC DEVELOPMENT DEPARTMENT MtNORXTX/WOMEN BUSINESS ENTERPRISE THE CITY OF FORT WORTH* 1000 THROCKMORTON STREET*FORT WORTH,TEXAS 76102 Phone(817)212-2674 *Fax(817)212-2681 05/09/2017 11:45 8172951957 CIRCLE C PAGE- 01/01 4 7 a ' V RT oup. City of Fort Worth MMI31i Offlco 1604 Throckmortan St, F o rt Wo fth TX 76102 OHIae,�81�)212-2674 Fax:(B17)212-28e1 Certified MBE Firms for Construction Request for Listing PLEASE ANSWER A14, QUESTIONS ON THIS FORM TO ENSURE FASTER PROCESSING COMPANY NAME;. ...(' rr 1 �. C C. ADDRESS: . - GITY13TA71='0P: C) ....... REQUEVER'S NAME FAX- t .. -t `x HMAj,L: . n.t , . ►mod r �t . , ._.,, .� IS THIS A CITY 4F FORT WORTH FUNDED PROJECT?Ye's jLL ar No IF YES,PLEASE PROVIDE PROJECT NAME. IS THIS,A FEDERAL PUNDED PROJECT? IF YES PLEASE PROVIEJC PROJECT NAMl; D!D OPENING DATE. '' PRQPOSAL DATE; TYPS 01!PROJECT.CONSTRUCTION�y_____PROFESSIONAL PROFESSIONAL(APP) PROPE-8810NAt (Ix1F{1)�?UaZCHASfNE✓„. PLEASE;INDICATE NOW YOU WOULD LIKC TO REGIME YOUR REQUEST., NIAII,_....__._.T FAX— P[CI£UP� " _EMAIL ... CONTRACTORI(rONSULTANT OPPORTUNIT128 SUPPLIER OPPORTUNITIES y _ Thls Iisting inclusive Of the commodities you requested can be utilized for two m tldis From the date of this letter as otEtiittad 1 Business Divefefty Ordinmir.p fr inngn.19.-M14 rf s,��rrFr,ri r .�,, �:�: __,1_� n the 0) C: C) (1) 0 (U ON U) 0 W :vain-! C) 0 M 0 0) () 0 4) j - (D Iri C: 0 0 �z E 0 0 0 ib (D 0 ci 0 0 0 0 E aj o 0 c C,4 CD a) o 4- 0 0 rn 15 a) W r C3 72 -0 TI a) w E c m (D OL E2 w 0) 0 m 0 a) C; U) C: a) " -0 — ru 0 -3-r- cu F= 3 C> 0 q C) M U) C� C) .w W T� (3) Cj) x- m 04 75 (n (,) (D 0 M o CD (D W a) to 01 0 r- tn a) U) Z5 4) M 0 a) I L) (1) C) cu p U) M 0 Nr 0 ca (t) ZY CU e-) AR co X CN V) N (D C� (0 V3 C�, (U cu C4 CD ED (XI (a (1) LO o (1) ID (0 LO C11 LO 0) La (D (3) a) 4 < 0 (D 1(0 (U CU >1 q) CD :1 -C LL co 0 a) CD ir- 0) 0 (D .0 > r-- LO 0) Lo LO 0 0— C14 IT CO w t37 • (j) m z 0 rl- C14 r-- Lf) E,4 .I C) cq m = >, 0 0 Lo — :t- L) (1) ce) 00 4T 1 00 C� 4) 0) E C) CNI m I 1,� 6 rr 0 -0 (1) W w LO CD 0 -C — � CO 41 LO m LO CD w r� 0 0 (D 0-0 a (U CO D .- ❑ LLJ d) 0 I- co Cam! 00 m cy, 0� LLI CU (D < 3- co (n N 0 CD Cl 0 C:p E w = 41 CO 14, co 0 LO (D LE 0 CS a) < c (D CN (D 0 (D (D LO (v o LO'to CO a) 0 CI- -0 -0 (D o �f I X X x in w -C U) (9 0 E (o o Lu (D 0 A2 [3,O.-A >, E o 0 CD CL I- C) CU L- - -4- 0 U) 0 0 (D (D 0 �> �: -0 p? W C.) w E j2 LLI -t if 0 %DL o C) iw. . 0 M W A-- - 0 U �, LL in U) LL 0 LL- CO a) -r- D. U) LD > a) d) L) 01! Z) ;j E(D co ( co Uj D LU D 0 M C) 0 af (U ::3 IM 0 -E w -2 -i a) (D (D a) 0 0 : I C: 0 Ln 0 0 (D o d) o -0 w -j E Z (a 0 > E (D CD `6Y w -tf 49 E 6 Q CD m a) — (v A-Z :4 U3 U) U) (D 0 0 0 C 46 � — 3: 0 0 m I CY) C) 0 0 co LO CO C\j C) — C), CD CK�) Fq 0 C3 E N cu cd r- :3 N 0 m ::3 (1) CL .-r�f -f-- in E cy) V) 0 (L) a) Q 0 out -co n� 0. M fo LL (D Rv U) Co ISQJ (D (D %-- Z3 'T W to al W 4D :3 7jD- S ri) v) o ids_t. m - Z� .,.7 .....�� ff > w 0 d) sy 2i (D (1) 0 0 L X. W-W -0 2 o Lh a If C: CD c) 0 C) L- LLJ W E N E2 og = 0 (D E imlrr�-I C) (D (o U) Lij C-) �3- < '(tD m 0 E CU 0 0 0 .�g C) LLI C) -0 a) 0 -S, 0 (1) L) :j > 0 0 0 0 (Y 0 (1) z m EL w 5) 5 — 00 cuU LU -A W z = G� Rj COCQ 0 %0 i3 V.. Sc o o c 0 o 0 U co 00 0 0 d) >1 C) > -�q 2 42 m C14 A LO <1 03 c�o; Iz LD Lf) LO (D L"o LO i Lc) LY) Lo cc) m (Y) I Lu to Co (D (,q 00 (F) Ln I? cq co co CF) r-- i co NX LO U L, ro to (D r Iz .Ui c: 0 at is cn C) tx 0 LL cn IV L7 C9 0- U) el) ..........— ------- C, 0 0� fl� Jo I ...... (D ID cu ca 70) r— (n ru E La Coco (N LU cq r co N, S) ro- In cd u) 12 V) (u co 0 0 C, Lj- 3 IW < fn 41 E6- Lj —j 76 sf 0 2 QD lz 0 zi co 0 2, =s in U) IL Adry(If EU Y Workspace WeOmail :: Yrtnt Page 1 of ! Print J Close Window Subject: [quote bequest-Circle C Construction-City of Fort Worth-Sewer Main Replacement Contract 2017 From: m.Iankford@circlecconstruction.com Date: Fri, May 26,2017 9:59 am To: aea—alex@cnextpsus.com, info@earthhaulers.com, "Haulers swarth"<danlelle@earthhaulers.com>, agaiindo_1991@yahoo.com, "Larry Rambo"<rambotrucking@gmaII.com>, alweir777@gmaii.com, _ Bcc: "RONITA MOORE"<ronibl—ctc@hotmasl.com>,tiacy@eaglebarricade.com, info@eaglebarricade.com, "Rogelso Cabello"<rogello.cabello@industryjunction.com>, ' discountdrain@yahoo.com,steven@txhydro4u.com Attach: SMRC 2017.pdf Hello, Please review the attached request for quote on the upcoming City of Fort Worth job bidding June 22, 2017. J City of Port Worth - Sewer Main Replacement Contract 2017 We are requesting a quote for: Barricades I PVC Sewer Pipe Rock & Sand (Material Only) Pre & Post CCTV l Thanks, i Michele Lankford Circle C Construction Co. Phone 817-293-1863 Fax 817-293-1957 m.lankford@circlecconstruction.com ` Copyright O 2003-2017.All rights reserved. hopsWemail14.secureserver.net/view_print—inuiti.php?uidArray=I 113]INBOX.Sent Items... 5/26/2017 1 CIRCLE C CONSTRUCTION PO-BOX 40328 ! FORT WORTH TEXAS May 26, 2017 RE: City of Fort Worth Sewer Main Replacement Contract 2017 City Project No. 100909 s Circle C Construction an Equal Opportunity Employer,will be bidding as a General Contractor on the above referenced project. We actively solicit your material and/or subcontract prices for applicable portion(s) of the work in strict accordance with the Contract Documents. Scope of Work: This project consists of Sanitary Sewer Installation Purchasing of Plans: Viewing of Plans City of Fort Worth Circle C Construction Co. 927 Taylor 500 W Trammell Avenue Fort Worth,TX 76102 Fort Worth, Texas 76140 Copies of the Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division websiteathtip-jLwww.fortworthgov.org/purchasing and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. This project bids on Thursday,June 29, 2017 at 2:00 pm. Proposals and verbal quotes will be accepted in our office on or before June 29, 2017 at 10:00 am. i Please indicate your intentions of bidding by completing the request below and returning a copy of this letter to Circle C Construction, fax response to 817-293-1957 or scan and email to m.lankford@circlecconstruction.com. Should you have any questions please do not hesitate to contact our office at 817-293-1863. ' Sincerely, _ RESPONSE TO REQUEST Company Name Estimator I am bidding am NOT bidding worKspace. Wet)maii :: print Page 1 of 1 1 l Print I Close Window ! Subject: Message Delivery Failure From: mailer-daemon@secureserver.net Date: Fri, May 26,2017 9:59 am fTo: m.lankford@circlecconstruction.com Attach: untitled-[2] untitled-[3] Quote Request-Circle C Construction-City of Fort Worth-Sewer Main Replacement Contract 2017.eml This is an automatically generated Delivery Status Notification. �. Delivery to the following recipients failed permanently: *danielle@earthhaulers.com Reason: There was an error while attempting to deliver your message with [Subject: "Quote Request-Circle C Construction-City of Fort Worth-Sewer Main Replacement Contract 2017"]to daniollo@earthhaulers.com. MTA p3plwbeoutl4-01,prod,phx3.secureserver.not received this response from the destination host 1P-85.25.237.173- 550 ,550 No Such User Here" Copyright @ 2003-2017.All rights reserved. i r i https://emai114.scoureserver.net/view_pri!nt multi[.php?uidArray=154321INBOX&aEmlPar... 5/26/2017 E TRANSMISSION VERIFICATIOM REPORT TIME 05/27/2017 08: 45 NAME : CIRCLE C I FAX : 8172931957 TEL : 817-293-1957 SER.if 000GON502115 i DATE,TIME 05I27 08: 45 FAX NO.INAME 14697628063 DURATION 00: 00:22 PAGE(S) 01 RESULT OK MODE STANDARD ECM 1 I I i i f I I f i TRANSMISSI❑N VERIFICATION REPORT t TIME : 05/27/2017 08:47 NAME : CIRCLE C FAX : '8172931957 TEL 817--293-1957 SER.# : 000GON502115 DATE,TIME 05/27 08:46 FAX NO./NAME 8175714321 DURATION 00: 00:21 PAGE(S) 01 RESULT OK MODE STANDARD a ECM S i } TRANSMISSION VERIFICATION REPORT TIME 05/27/2017 08:48 NAME CIRCLE C FAX : 8172931957 TEL 017w-293--1957 SER.# 000GON502115 DATE,TIME 05/27 68:48 FAX NO./NAME 12142382067 DURATION 00: 00:22 RAGE(S> 01 RESULT OK MODE STANDARD ECM l 1 f l 1 TRANSMISSION VERIFICATION REPORT TIME : 05/27/2017 08:51 r NAME : CIRCLE C ! FAX : 8172931957 TEL : 017-293--1957 SER.# : 000GON502115 DATE,TIME 05f 2 7 - 00.51 FAX NO./NAME 8179262725 DURATION 00:00:22 PAGE(S) 01 RESULT OK MODE STANDARD ECM i i f I i f i l i i ' TRANSMISSION VERIFICATION REPORT TIME 135/27/2017 00:53 NAME : CIRCLE C FAX : 8172931957 TEL 817-293-1957 SER.# 00.0GO14502115 DATE,TIME 05/27 06:52 FAX NO. /NAME 19722591649 DURATION 00: 00:-25 PAGE(S) 01 RESULT OIL MODE STANDARD a r r i k F 9 i r 3 5 TRANSMISSION VERIFICATION REPORT TIME : 05/27/2017 08:54 NAME : CIRCLE C FAX 8172931957 TEL 817-293-1957 SER.# : 000GON502116 DATE,TIME 05/27 08:53 FAX NO./NAME IG827775952 DURATION 00:00:22 PA(aE(S) 01 RESULT OK MODE STANDARD ECM I i i f f e t TRANSMISSION 'VERIFICATION REPORT TIME : 05/27/2017 08:56 NAME : CIRCLE C FAX : 8172931957 TEL : 017--293--1957 SER. # : 000CAN502115 DATE,TIME 05127 08:56 FAX NO./NAME 8175519001 DURATION 00:00: 00 PAGE(S) 00 RESULT BUSY MODE STANDARD BUSY: BUSYMO RESPONSE a F i 7 C-6.07 Image Rates Heavy and Highway Construction Prevailing Wage Rates 2013 Commercial Construction Prevailing: Wage Rates 2013 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 _ Concrete Pavement Finishing Machine Operator $ 16.05 I Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 I 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate 4 AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 ti Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Saver $ 17.00 i Concrete Cutter/5awer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 F Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 j Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 s Painter I $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 4 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11,15 ;. Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clam9heel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp { ]3 1 d 1 i I i Page 2 of 2 a GC=6,,gg pnr fts and Utift e THX5 PA, G UFIf MVEN 'Xg LLY BLANK CFTY OF FORT WORTH MSR201Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 1 THIS PAS LE XNTV, ` ® [ L ' BLZA i CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011 60 00 Product RequNroments WHO k!O PAVE L F Fr J S.I V LJ EM B LL V L L L PJ LDS L C1 RK S j i I 1 CITY OF FORT WORTH MSR2017 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 100909 Revised July 1, 2011